Invitation to Tender for 2012 Fiscal Year at Port Harcourt Electricity Distribution Company

Port Harcourt Electricity Distribution Company

Invitation to Tender for 2012 Fiscal Year

Addendum

 

Introduction

 

1.         Further to our publication in Vanguard and Thisday Newspapers of May 18th, 2012 and Federal Tenders Journal, Port Harcourt Electricity Distribution Company Plc (PHEDC) invites  reputable Companies, Manufacturers, Contractors /Consultants to Tender for the procurement of the following Goods, Works and Services.

 

Lot No Budget Description Project  Title Lot Tender

Fee N

 

Remarks
1 Completion of Ikot Kkong, Ika, LGA 1 x 2.5 MVA, 33/11KV Injection Substation (Derating of 33KV Network to 11KV Voltage System

 

Derating of 33KV Network to 11KV System at Ikot Ekong, 1x 2.5 MVA, 33/1KV Injection Substation (Inj. S/S)

 

CD 1-1

 

20,000.00 National Competitive Bidding (NCB)

 

2. Procurement of 2No 15 MVA, 33/11 KV Power Transformer in Port Harcourt Zone

 

Procurement and Installation of 1No 15 MVA, 33/1 1 KV Power Transformer (T/F) to replace aged one in Golden Lily Inj. S/S Rumuola

 

CD 2-1 100,000.00 Manufacturers from European Market

 

Procurement of 1No 15 MVA, 33/11KV Power Transformer for PHEDC

 

CD 2-2

 

100,000.00 Manufacturers from European Market

 

3 Rapid Rapturing Fusses for Distribution Transformer Protection

 

Rapid Rupturing Fusses for Distribution Transformer Protection (X – Type)

 

CD3-1 25,000.00 NCB
4 Purchase and supply of power conductors and armored cables for Port Harcourt Zone

 

Purchase and supply of 86km of 150mm2 Aluminum conductors to PHEDC Stores

 

CD 4-1 40,000.00 Local Manufacturers only

 

Purchase and supply of 10km of 35mm2 XLPE 11KV Cable, 600m 150mm2 x 3 Core 11KV Armould Cable and 1km of 500mm2 x

1 Core 11 KV Armould Cable to PHEDC Stores

 

CD 4-2

 

40,000.00

 

NCB

 

Purchase and supply of 10km of 35mm2 XLPE Cable, 600m 150mm2 x 3Core 1 1KV Armould Cable and 1km of 500mm2 x 1 Core 11KV Armould Cable to Calabar Business Unit (BU) Stores

 

CD 4-3

 

40,000.00

 

NCB

 

Purchase and supply of 10km of 35mm2 XLPE 11 KV Cable, 600m I50mm2 x 3Core 11 KV Armould Cable and 1km of 500mm2 x 1Core 11KV Armould Cable to Uyo BU Stores

 

CD 4-4

 

40,000.00

 

NCB

 

Purchase and supply of 1km of 150mm2 x 4 Core LV Armould Cables and 1km of 500mm2 x 1 Core LV PVC Cable to Uyo BU Stores

 

CD 4-5

 

25,000.00

 

Local Manufacturers only

 

Purchase and supply of 2km of 150mm2 x 4 Core LV Annould Cables and 1098m of 500mm2 x 1Core LV PVC Cable t  o PHEDC Port Harcourt Stores

 

CD 4-6

 

30,000.00

 

Local Manufacturers only

 

5

 

Purchase of Fire Extinguishers

 

Purchase of Fire Extinguishers

 

CD 5-1

 

15,000.00

 

NCB

Manufacturers from European Market

 

7

 

Completion of the extension of overhead line 25km of Odi-Trofani and installation of 2 x 500KVA, 33/0.

415KV T/F in Bayelsa State

 

Procurement of 2No 500KVA, 33/0.415KV Transformers

 

CD 7-1

 

10,000.00

 

Manufacturers from European
8

 

Completion of 1 x 7.5 MVA, 33/ 11KV Injection Substation and supply of Overhead Line Materials and Construction of 9.5Km of 33KV Line at Ukana Ikot Ideh in Akwa Ibom State and Construction of 11 K V Feeder to evacuate power

 

supply of Overhead Line Materials and Construction of 9.5Km of 33KV Line at Ukana Ikot Ideh in Akwa Ihom State and Construction of 11 K V Feeder to evacuate power

 

CD 8-1

 

30,000.00

 

NCB
10

 

Completion of Ikot Udom, Ika LGA 1 x 7.5MVA, 33/11 KV Injection Substation, Akwa Ibom State

 

Derating of 33KV Network to 11KV System at Ikom Udom, Ika LGA 1 x 7.5 MVA, 33/11 KV Injection Substation, Akwa Ibom State

 

CD 10-1

 

20,000.00

 

NCB
11. Procurement of HT and LT Cables & Terminating/

Joint Kits for Network

Expansion Underground HT and LT Cables)

 

Procurement of LV Underground           Cable

 

CD 11-1

 

25,000.00 Local Manufacturers only
Procurement of Terminating/Jointing Kit CD 11-2 5,000.00 NCB
12 Procurement of Walkie Talkie and Other Communication Equipment and Systems

 

Procurement of Walkie Talkie and Other Communication Equipment and Systems

 

CD 12-1

 

5,000.00

 

NCB

 

13 Replacement of Obsolete Switchgear Components (33KV Transformer Control Panels,

 

Procurement of 33KV Outdoor Breaker SF6 and Transformer Control Panel

 

CD 13-1

 

25,000.00

 

NCB

 

14 Provision of Test Equipment

 

Procurement of Earth Resistance Tester, Insulation Tester, Oil Tester and Clip-on Ammeter

 

CD 14-1

 

5,000.00

 

NCB
15

 

Provision of Fibre Ladders

 

Procurement of HT and LT Fibre Ladders

 

CD 15-1

 

5,000.00

 

NCB

 

16

 

Metering and Energy Accounting Management

 

Maximum Demand Customer Indexation. Regularization Energy Audit in PHEDC

 

CD 16-1

 

20,000.00

 

NCB

 

 

 

 

Lot No Budget Description Project  Title Lot Tender

Fee N

 

Remarks
17 Electrification of Izu-Omuodum and environs in Omuoda Allu Ikwerre LGA, Rivers Stale.

 

Electrification of Izu-Omuodum and environs in Omuoda Allu Ikwerre LGA, Rivers Stale.

 

CD 17-1

 

35,000.00 NCB

 

18 Provision of 1 10V DC Tripping Units Complete with Heavy Duty Batteries

 

Procurement of 11 0V DC Tripping Units Complete with Heavy Duty Batteries

 

CD 18-1

 

10,000.00 NCB
19 Supply and Installation of Power and Distribution Transformers to replace faulty Ones Procurement of 1No 2.5MVA, 33/1 1 KV Transformer to replace faulty one at Nigeria Naval Service (NNS), Okemeni, Diobu Business Unit CD19-1 15,000.00 Manufacturers from European Market
Procurement of Distribution Transformers to replace faulty ones in PHEDC

 

CD 19-2 40,000.00 Manufacturers from European Market
20 Rehabilitation of Injection and Distribution Transformers/Substation

 

 

Expansion of Flour Mills Injection Substation Control Room. Calabar, Cross River State

 

CD 20-1 5,000.00 NCB
Rehabilitation of UTC Injection Substation, Port Harcourt, Rivers State

 

CD 20-2 10,000.00 NCB
Rehabilitation of Marine Base Injection Substation, Port Harcourt Rivers State

 

CD 20-3 5,000.00 NCB
21 Extension of 62 span of 33KV line at Afaha Esang and extension of 44Span of LT line with installation of 2 x 500KVA, 33/0.145KV Transformer in Abak LGA Akwa Ibom

 

Procurement of 2No 500KVA, 33/0.415KV Transformers CD 21-1 10,000.00 Manufacturers from European Market
Procurement of 69No 10.06M HT RC & 45No. 8.53M LT RC Poles to Uyo BU Store CD21-3 10,000.00 Local Manufacturers
Procurement of 18KM of 150mm2Aluminum Conductors to Uyo BU Stores CD21-4 15,000.00 NCB (Local Manufacturers)
 

22

 

 

 

Trace Clearing of 11KV and 33KV Overhead Lines

Secretariat 33KV Feeder Uyo (96km) CD22-1 5,000.00 NCB
Trace Clearing of Yahe -Ogoja 33KV Feeder (478.9km)

 

CD22-3 15,000.00 NCB

 

 

 

 

Imiringi 33KV Feeder I and II (154.15km) CD22-5 10,000.00 NCB

 

Ndoki/Asa 33 KV Feeder (104.23km) CD22-6 5,000.00 NCB
Abak 33KV Feeder (276km) CD22-7 10,000.00 NCB
Onne 33KV Feeder (111,72km) CD22-8 5,000.00 NCB
23 Rehabilitation of 11KV and 33KV Overhead Lines

 

Procurement of Overhead Lines Materials and rehabilitation of Airport 33KV Feeder, PH CD23-1 20,000.00 NCB
24 Procurement of 4-Way Feeder Pillars Procurement of 4-Way Feeder Pillars CD24-1 10,000.00 NCB
25 Procurement of H.T. Fuse Elements of Appropriate Ratings

 

Procurement of H.T. Fuse Elements of Appropriate Ratings

 

CD25-1 5,000.00 NCB
26 Procurement of 70mmCopper Wire, Earth Rods and Bimetal Line Taps Procurement of 70mm2Copper Wire, Galvanised Earth Rods (6ft), 150mm2 Bimetal Line Tap CD26-1 15,000.00 NCB
27 Procurement and Installation of Distribution Transformer Relief Substations in Business Units

 

Procurement and supply of Distribution Transformers to Yenagoa Business Unit store, Bayelsa State CD27-1 10,000.00 Manufacturers from European Market
Procurement and supply of Distribution Transformers to PHEDC. CD27-2 10,000.00 Manufacturers from European Market
28 Construction of Standard Offices in PHED Commencement of Rehabilitation and Reconstruction of PHEDC Office Complex at Moscow Road Building PH CD28-1 5,000.00 NCB
29 Rehabilitation & Standardization of Distribution Transformer failure in some Business Units in Port Harcourt DISCO Rehabilitation & Standardization of  Injection Substation in  Refinery, Oyigbo, Marine Base, Rumuodamaya in PHEDC CD29-1 25,000.00 NCB
Rehabilitation & Standardization of Distribution Substation in Diobu, Oyigbo, Calabar, Rumuola, Yenegoa BU s in PHEDC CD29-2 70,000.00 NCB
30 Rehabilitation of 11KV and 33KV Overhead Lines in some Business unit Port Harcourt DISCO to reduce Power outage, wire cuts and accidents in some Business Units in Port Harcourt Supply of HT RC Poles( 10.06m) to PHEDC Port Harcourt Stores

 

CD30-1 25,000.00 Local Manufacturers
Supply of Overhead line materials and Rehabilitation of Ndoki/Asa 33KV Feeder 104km

 

CD30-4 5,000.00 NCB (PHCN to provide aluminium conductors & poles)
Supply of Overhead line materials and Rehabilitation of  Rukpoku 11KV Feeder Ex-Rumuodamaya Injection Substation CD30-5 5,000.00 NCB (PHCN to provide aluminium conductors & poles)
Supply of 50km 150mm2 Aluminum Conductors to PHEDC Port Harcourt Stores.

 

CD30-6 30,000.00 Local Manufacturers
31 Rehabilitation of dilapidated LV Network including replacement of  wooden poles in some Business Unit in DISCO Supply of 80km of 150mm2 Aluminium Conductor to PHEDC Port Harcourt Stores for Bu s in Bayelsa and Rivers State CD31-1 35,000.00 Local Manufacturers
Supply of 2km of 500mm2 x 1 core PVC Cable and 1.3km 150mm2 x 4Core LV armould Cable to PHED Port Harcourt Stores CD31-2 40,000.00 Local Manufacturers Only
Supply of 138.5m of 500mm2 x 1Core Amould Cable to CD 31-3

 

10,000.00 Local Manufacturers Only
Rehabilitation of LV Network in BU of Bayelsa State •Agudama Epie-Feeder 1 •Swali – Feeder 11 •Akenfa – Feeder 111

 

CD 31-4

 

10,000.00 NCB

 

 

 

 

Rehabilitation of LV Network in Business Units of Rivers State •Ojolo Road – Ojoto Feeder •Iwufe Street – Federal Feeder •Mgbosimiri Area – Agip Feeder •Service & Smile Substation – Rumuomoi Feeder •Estate Substation – Feeder III •Minijirijin Substation – Rumukalagbo Feeder

 

CD31-5 10,000.00 NCB
Rehabilitation of LV Network in Business Units of Cross River State •Webber Street – Airport Feeder •Atamunu Street – Goldie Feeder •Eta Agbor Street – Airport Feeder •Spring Road – Essien Feeder

 

CD31-6 5,000.00 NCB
Rehabilitation of LV Network in Business Units of Akwa lbom State •Udo effe Road – Abak Feeder •Obong Street – IBB Feeder Elim Umana – IBB Feeder Obio Umo – Ewet Feeder

 

CD31-7 5,000.00 NCB
Supply of 120No 10.06m HT RC and 300No 8.53m LT RC Poles, to PHEDC Port Harcourt Stores CD31-8 20,000.00 Local Manufacturers only
Supply of 150No 10.06m HT RC and 150No 8.53m LT RC Poles, to Uyo BU Stores CD31-9 10,000.00 Local Manufacturers only
Supply of 50No 10.06m HT RC and 80No 8.53m LT RC Poles, to Calabar BU Stores CD31-10 5,000.00 Local Manufacturers only
Supply of 80No 10.06m HT RC and 70No 8.53m LT RC Poles, to Ikom and Ogoja BU Stores CD31-11 5,000.00 Local Manufacturers only
32 Provision of Injection Substation at Eagle Island 11KV Feeder from RSUST Njemanze 11KV Feeder from Silver Bird 1 x 15MVA, 33/11KV Construction of 1 X7.5MVA, 33/11KV Eagle Island Inj. S/S CD32-1 120,000.00 Manufacturers from European Market
Construction of Njemanze 11KV Feeder Ex. Silver Bird 1x 15MVA, 33/11KV Inj. S/S

 

CD32-2 15,000.00 NCB
33 Reconductoring of 11KV and 33KV Overhead Lines with Thick and medium Vegetation in PHED

 

Procurement of (10.06m) HT Reinforced Concrete Poles CD 33-1 5,000.00 Local Manufacturers only
Procurement of 150mm2 Aluminum Conductors

 

CD 33-2

 

10,000.00

 

Local Manufacturers only
 

 

 

Reconductoring of 33KV Akamkpa Feeder

 

CD 33-3 10,000.00 NCB (PHCN to provide Aluminum conductors & poles)
Reconductoring of 11KV Cotgas Feeder, PH CD 33-4 5,000.00 NCB (PHCN to provide Aluminum conductors & poles)
34 Reconductoring of LV Circuits in PHED

 

Procurement of (8.53m) LT Reinforced Concrete Poles

 

CD 34-1

 

10,000.00

 

Local Manufacturers only
Procurement of 150mm2 Aluminum Conductors (14km) CD 34-2

 

10,000.00

 

Local Manufacturers only
Reconductoring of 0.415KV Circuits at Ilom Substation 111, Woji-Rumuogba Business Unit and Tiptop Substation, Rumuomoi, Rumukalagbo link road, Bridge Substation and Worluchor Substation -Rumuola Business Unit

 

CD 34-3 5,000.00 NCB (PHCN to provide Aluminum conductors & poles)
35 Heavy Equipment Vehicles, Cranes, etc Procurement of 7 Ton Hiab Crane CD 35-1 20,000.00 Dealers only
Procurement of Pick-Up 2×4 Double Cabin Van Avenza CD 35-2 25,000.00 Dealers only
36 Procurement and Installation of 5No 300KVA Transformers at Ntan Ekori, Epenti Ekori, Ajere Ekori Mkpani and Afrekpe of Yakurr LGA Cross River State

 

Procurement and Installation of 5No 300KVA Transformers

 

CD 36-1 20,000.00  Manufacturers from European Market
Installation of 5No 300K.VA, 33/0.415K.V Transformers at Ntan Ekori, Epenti Ekori, Ajere Ekori Mkpani and Afrekpe of Yakurr LGA Cross River State CD 36-2 5,000.00 NCB
37 Procurement and Installation 5Nos . 300KVA Transformers at Ediba Akarefor Ekureku 1, Ebom Akarefor and Usumutong in Abi LGA of Cross River Procurement of 5No 300K.VA, 33/0.4 15KV Distribution Transformer

Installation 5Nos 300KVA, 33/0.415KV Transformers at Eidiba Akarefor Ekureku 1, Ebom Akarefor and Usumutong in Abi LGA of Cross River

CD 37-2 5,000.00 NCB (PHCN to provide transformers)
38 Completion of Ebisa Eneyo Electrification Project Akpabuyo LGA

 

Completion of Ebisa Eneyo Electrification Project Akpabuyo LGA

 

CD38-1

 

70,000.00 NCB

 

 

 

Conditions for Eligibility:

Interested manufactures, Suppliers, Contractors and Consultants are hereby requested to submit Technical and Financial Bids in writing for relevant areas of interest. The submission should include the followings:-

  • Evidence of Incorporation (copy of Certificate of Incorporation of Nigeria or Oversea)
  • Evidence of Valid Tax Clearance (copy of valid Tax Certificate for the past three(3) consecutive year)
  • Evidence of VAT Certificate (copy of VAT Certificate)
  • Company Profile which must include organizational structure, CVs of Key Personnel, current workman compensation insurance. Detail of Experience/Technical capability of Key staff in the specified category with emphasis of projects(s) executed in Nigeria.
  • Evidence of Equipment/Technical capability (Detail of equipment, Plant, Machinery and Tool owned or to be hired for the execution of the project(s)
  • Evidence of Manufacturers/Manufacture Representative (copy of letter of authority)
  • Evidence of Financial Capability/Bank support
  • Evidence of compliance with requirements of industrial training
  • Copy of company Audited Accounts/Annual Reports for three (3) executive years.
  • Financial Statement
  • Evidence of staff pension scheme.
  • Evidence of having executed similar project(s) and knowledge of industry (copies of orders, delivery note/job completion certificate(s) where available.

 

Submission of Documents

Interested vendors should collect Bid Documents from the office of Principal Manager (Procurement) at PHEDC Building No 60 Ordinance Road, Trans-Amadi Port Harcourt on payment of a non refundable Tenders Processing fee indicated against each Lot in Bank draft payable to CEO PHEDC Port Harcourt.

 

Vendors may also visit our website www.phed.com.ng download the Bidding documents and submit bids to office of Principal Manager (Procurement) accompanied with a Bank draft of non refundable Tenders Processing fee indicated against each Lot.

 

The Technical and Financial documents MUST be in separate envelopes.

 

Vendors who had responded to our earlier Advert of Vanguard and Thisday Newspapers of May 18th, 2012 are expected to submit only one (1) copy of their Technical submission and two (2) copies of Financial Bids (1 Original and 1 copy). Other Vendors are to submit two (2) bound copies Technical and Financial bid one (1) original and one (1) photocopy for each lot.

 

Both Technical and Financial bids should be enclosed in one big envelop clearly marked at the top left corner of the envelope “2012 FGN Capital Projects” and Lot number. The name, mailing address and GSM No of your company should be clearly indicated on reverse side of the envelope. The bid must be delivered on or before 14th August, 2012 by 10:00 am to the:

 

Chief Executive Officer

Port Harcourt Electricity

Distribution Company

60, Ordinance Road

Trans-Amadi

P. M. B. 5554, Port Harcourt

Rivers State.

 

Submitted documents shall be opened on the 14th August, 2012 by 11:00am at the conference hall of PHEDC.

 

Important Information

  • All prospective vendors should note that non-compliance with the requirements above will lead to outright disqualification.
  • Please note that lots must be bidded for separately.
  • Tender fees are non-refundable.
  • Collection and submission of Tender documents must be on working days and during working hours.
  • Port Harcourt Electricity Distribution Company will verify all claims made by Companies, hence all necessary authorities and guarantee for verification must be submitted.
  • This advertisement shall not be construed as an obligation or a commitment on the part of PHEDC nor shall it entitle responding contractors, manufacturers and suppliers to seek any indemnity from PHEDC by virture of such contractors/ manufacturer/suppliers having responded to this advertisement for invitation to tender.
  • PHEDC reserves the right to reject any or all invitation to tender without any compensation
  • Bidders are required to ONLY bid for Lots contained in this advert.

 

In addition to the above, PHEDC also require reputable companies, Manufactures, Suppliers and Contractors/Consultants to express their interest for the provision of the following Works, Goods and Services.

 

i.          Supply of Cash Receipting Machines

ii.         Supply of Stationery

iii.        Supply of Furniture

iv.        Supply of Vehicles

v.         Supply of Overhead Line Materials

vi.        Refurbishment of Vehicles

vii.       Refurbishment of Transformers

viii.      Supply of office equipment (computers, printers etc)

ix.        Boreholes Works

x.         Renovation of offices and Substation buildings

xi.        Training Services

xii.       Consultancy Services

xiii.      Supply of Security equipment and uniforms.

xiv.      Supply of safety materials

xv.       Supply of Billing materials

xvi.      Supply and Installation of 11KV & 33KV Panel meters and LV MD Meters xvii.     Supply of PPM Meters and installation

xviii.    Electronic payment and token and vending system (EVPS)

 

Requirements

i.          Certificate of incorporation /Business Registration

ii.         Current Tax Clearance Certificate for the last three (3) years.

iii.        Value Added Tax Registration Certificate

iv.        Verifiable evidence of previous experience in area of interest

V.        Company profile

 

1.         Submission             of Document

All Contractors/Supplier are expected to submit relevant qualifying documents in a seal envelope marked GPN 2012. Closing date is 14th August, 2012 by 12:00 noon and should be submitted by hand or registered mail addressed to:

 

Chief Executive Officer

Port Harcourt Electricity

Distribution Company

60, Ordinance Road

Trans-Amadi

P. M. B. 5554, Port Harcourt

Rivers State.

 

Note:

i.          This notice is not an invitation to bid

ii.         Only the contractors/supplier adjudged technically responsive will be invited to bid when appropriate.

 

 


Invitation to Tender at Ministry of Water Resources and Rural Development, Rivers State

Rivers State Government

Ministry of Water Resources and Rural Development

 

Invitation to Tender

Pre-qualified  Consultants are invited to tender for baseline survey, feasibility study and detailed  engineering design of water schemes under the Phase III of Regional/Small Water Town Scheme in some Local Government Council Areas of Rivers State.

 

Background

The Ministry of Water Resources and Rural Development is desirous to ensure that Communities in Semi-Urban and Rural Communities of Rivers State have access to potable and sustainable Water Supply under its new programme of Regional Water Schemes. The Ministry of is therefore, to embark on Baseline Survey, Feasibility Study and Detailed Engineering Design of Water Supply Schemes for some Local Government Council Areas of the State.

 

Scope of Work

The scope of work is to carry out Baseline Survey, Feasibility Study and Detailed Engineering Design for Water Supply Schemes separately in each of the Local Government Council Areas. The list of the Local Government Council Areas under the Phase III of this scheme are available in Room 912, 9th Floor, Point Block, Rivers State Secretariat Complex, Port-Harcourt.

 

Collection of Tender Dossier

Interest pre-qualified Consultants with the Ministry of Water Resources and Rural Development are invited to collect tender dossier in Room 912, 9th Floor, Point Block, Rivers State Secretariat Complex, Port Harcourt, starting from Monday 16th of July, 2012.The last day of collection of tender Dossiers is Friday 27th of July, 2012.

 

Date and Place of Submission

Completed Technical and Financial proposals in I separately sealed packages should be submitted on Friday 24th of August, 2012 in the Conference Hall of the Ministry of Water Resources and Rural Development, 8th Floor, Point Block, Rivers State Secretariat Complex, Port Harcourt not later than 12.00 noon.

 

The Permanent Secretary

Ministry of Water Resources and Rural Development,

9th Floor, Point Block,

State Secretariat Complex,

P.M.B 5204, Port Harcourt.

Nigeria.

Invitation for the Pre-qualification and Tender for the Purchase of Utility Scanners and Vehicles under the 2012 Capital Projects Appropriation

Federal Ministry of Education

National Examinations Council (NECO)

 

National Headquarter Complex

KM 8, Minna-Bida Road, P.M.B 159

Minna, Niger State

www.mynecoexam.com

 

Invitation for the Pre-qualification and Tender for the Purchase of Utility Scanners and Vehicles under the  2012 Capital Projects Appropriation

 

Following approval for capital projects under 2012 capital expenditure National   Examinations   Council   (NECO)   hereby   invites   interested, experienced and qualified contractors/suppliers to bid for the following projects:

 

1.     Protects

i.        NECO/SCA/23010118/2012-(Purchase of Scanners)

ii.       NECO/MW/23010105/20 12- (Purchase of Motor Vehicles)

 

2.     Pre-qualification/Tender Requirements

i,        Certificate of Incorporation

ii.       Current Tax Clearance/Declared Turnover

iii.      Value Added Tax (VAT) Registration/Remittance

i v.     Proof of Equipment and other physical facilities to perform the contract ( including after sales service, where appropriate)

v.       Minimum of three years experience in the handling of similar projects,

Documents must be attached where applicable.

vi.      Sworn affidavit from a court affirming that no Director of the company was ever convicted.

vii.     Reference letter from reputable bank/three (3) years Audited Accounts.

 

3.      NB

Technical and Commercial bids must be submitted as appropriate.

Full bidding procedure shall only be applied to contractors/suppliers capable for executing the projects

The Establishment is not obliged to award any contract to any contractor/supplier

All submitted documents are subjects to verification

 

4.      Tender Documents

i.        Collection

Tender documents containing detailed description of description of each project can be obtained from procurement Division, Registrar’s Office, National Examination Council (NECO) Headquarters complex, KM 8, Minna Bida Road, Minna, Niger State.

 

ii.       Submission

All documents should be addressed to the Registrar/CEO, National Examinations Council (NECO) Headquarters, ATTENTION: Deputy Director (Procurement).

All documents should be dropped by hand into the tamper proof Tender box located in the Procurement Office.

 

Original copies of the technical and financial tender documents are to be marked with the Name of the bidder, lot dos and project type. Both tender documents are to be sealed and submitted at the same time.

 

5.      Closing

All the process must be completed on or before Monday 13th August, 2012. Please note that late submission will not be entertained.

 

6.      Opening Tenders

All tender documents shall be opened as scheduled below

Date:                    Tuesday 14th  August, 2012

Venue:      NECO Headquarters, Km 8, Minna -Bida Road, Minna

Time:                   11:00 a.m.

 

All Bidders, Civil Society Organizations and relevant Professional Bodies are invited.

 

Signed 

Registrar/CEO

National Examinations Council

Request for Expressions of Interest at Infrastructure Concession Regulatory Commission (ICRC) in Collaboration with Federal Ministry of Finance

Infrastructure Concession Regulatory Commission (ICRC) in Collaboration with Federal Ministry of Finance

 

The Public Private Partnership (PPP) Project Selection of Finance PPP Project Coordinator

 

Request for Expressions of Interest

 

The Federal Government of Nigeria (FGN) has obtained a credit from the International Development Association (IDA). The credit will be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing and intends to apply part of the proceeds of this credit for payments for the services of a highly qualified Finance PPP Project Coordinator to assist the Ministry of Finance in assessing projects for fiscal risk.

 

Established by an Act of the National Assembly in 2005, the infrastructure Concession Regulatory Commission (ICRC) was to regulate Public-Private Partnership endeavours of the Federal Government aimed at addressing Nigeria’s physical infrastructure deficit which hampers economic development.

 

The Act provides for the participation of the private sector in Financing, Construction, Development, Operation and Maintenance of Federal Government infrastructure or development projects through concessions or contractual arrangements. Thus the role of ICRC is to regulate, monitor and supervise all of these activities in such a way as to ensure value-for-money for Nigerians and, at the same time, deliver services in the most effective and efficient manner required to achieve high quality services by the Commission.

 

Objectives:

The objective of this assignment is to assist the Ministry of Finance in managing functions that are critical to the implementation of PPPs focusing on project preparation that will enable the Ministry to determine public finance parameter and value for money as well as project appraisal and negotiations thus establishing a PPP Unit in the Ministry of Finance.

 

Scope of Work:

The Project Coordinator when appointed will be required to perform the following tasks/responsibilities;

  • Work closely with the World Bank funded PPP project and ICRC in developing and implementing an action plan to establish the unit within Ministry of Finance.

 

  • Organize and chair a technical PPP group consisting of ICRC, WB and the Ministry of Finance officials to agree to a quarterly action plan.

 

  • Prepare briefings on PPP issues for the Permanent Secretaries, Directors and Commissioners to ensure all decision makers are fully informed of all critical issues pertaining to PPPs

 

  • Work closely with ICRC, World Bank, and the PPP unit to develop a work plan, budget and procurement.

 

  • Review all technical reports and prepare position points on PPP issues for the Ministry

 

  • Liaise with all relevant MDAs i.e. Ministry of Justice, to ensure the smooth implementation of pilot PPP projects.

 

  • Prepare position papers regarding PPP laws, regulations, guidelines, etc. for the Ministry’s representation.

 

  • Coordinate the World Bank implementation support mission with technical staff and Directors in the Ministry.

 

Submission of Expression of Interest (EOIs)

Prospective consultants should submit an Expression of Interest detailing the following information as basis for pre-qualification:

 

  • Masters degree in Economics or equivalent;
  • Evidence of at least 5 years working (verifiable) experience in investment banking, project finance, risk management, etc.
  • Must have cognate experience in privatization/PPPs transactions
  • He must have a proven experience working with an International/ multilateral organizations;
  • Must be a good manager who is self driven and proactive
  • Must be able to analyze and solve complex problems
  • Must have a balanced personality with excellent communication and interpersonal skills;
  • Candidate must be computer literate and should have good verbal and written English language skills.

 

The Consultant(s) will be selected in accordance with the procedures set out in the World Hank “Guidelines: Selection and Employment of Consultants by World Bank Borrowers” dated January 1997 (Revised September 1997, January 1999, May 2002, May 2004, October 2006, May 2010 and January 2011)

 

Expressions of Interest shall be in English and must be submitted in three (3) copies in a sealed envelope clearly marked “Expressions of Interest for “The selection of Finance PPP Project Coordinator”. A CD-Rom version should also be included.

 

The expressions of interests should be addressed and delivered on or before 3rd August 2012 by 5.00pm at the address below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Plot 1270 Ayangba Street, Area 11,

Garki District, Abuja

E-mail: n.hundumofore@icrc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday through Friday (except public holidays)

 

Only short-listed Consultants will be contacted.

 

Expression of interest through email or fax will not be entertained.

 

Invitation to Tender at Federal Medical Centre, Keffi

Federal Medical Centre, Keffi

P.M.B 004 OldAkwanga Road, Keffi, Nasarawa State

 

Invitation to Tender

 

The management of Federal Medical Centre Keffi plans to execute the following supplies under the 2012 Capital Project

 

1.       Establishment of oxygen gas local plant stations

2.       Oxygen gas piping including all flow control Accessories

(a)     Accident and Emergency Ward.

(b)     Paediatrics Emergency.

(c)      Obstetrics and Gynaecology Emergency.

3.       Supply of protective and storage accessories for Gas Plant.

4.       Supply/Installation of Telemedicine/EHR System with Maintenance and Training for One year.

5.       Telemedicine/ICT Centre Networking.

6.       Telemedicine/ICT Centre Furnishing.

7.       Completion of telemedicine unit

8.       Optical Bandwidth Subscription via Glo Cable installation

 

Collection of Bid Document:

Interested Companies who have experience in similar job are hereby invited to collect bid documents from the Federal Medical Centre, Keffi Nasarawa State from 12 July, 2012 to 16th August, 2012 upon payment of a non-refundable Tender fee of N20,000.00 only for each project.

 

Submission of Bid Documents:

All completed bid documents should be submitted in sealed clearly marked with the following details.

 

i.        Relevant Lot Number

ii.       Name of Company, Address valid contact phone number and address to:

 

The Medical Director/Chief Executive

Federal Medical Centre, Keffi

Nasarawa State.

 

All sealed bid document should be dropped in the tender box on or before 18th August 2012 by 12 Noon in the office of the Head of Administration.

 

Opening of Tender:

Opening of bids shall be carried out on Thursday 16th August, 2012 by 2:00pm at the Conference Hall of the Hospital.

 

Note:

1.       Federal Medical Centre, keffi reserves the right to reject any document it considers to be doubtful authentically.

2.       Late submission will not be entertained.

3.       This notice shall not be constructed to be a commitment in the part of the Centre to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the Centre.

 

Signed:

Management