Invitation for Pre-Qualification in Respect of Supply, Testing and Commissioning of Radio Transmitter at Jigawa Broadcasting Corporation (JBC)

Jigawa State of Nigeria

Jigawa Broadcasting Corporation (JBC)

 

Invitation for  Pre-Qualification in Respect of Supply, Testing  and  Commissioning  of Radio Transmitter

The Government, of Jigawa State wishes to provide Transmitter for Radio Jigawa.

To this end, interested contractors are  invited to make  submission for  pre-qualification

 

Objective:

The objective of the pre-qualification is to assess the expertise  and  technical   capacity   of  the contractors with a view to short listing the best for invitation to tender.

 

Scope of Work:

Contract for  the  supply,   installation,   Testing   and Commissioning of 2Nos 50kw Nautel Transmitters with spare parts.

 

Specification

  • Radio Transmitter 2Nos
  • Make: AM Nautel NX50 (HD Digital ready)
  • Medium Wave
  • Rating: 50KW
  • Transmission Line
  • Programme input Equipment (PIE)
  • Automatic Voltage Regulator (AVR)
  • Dummy Load
  • Spare Part: DRM Module  – 2
  • RF Amp. Module – 10
  • Exciter – 2
  • Encoder – 2
  • A.T..U
  • Protective devices:-  Surge Suppressor
  • Installation, Test and Commissioning
  • Factory Training of four (4) Engineers

 

Pre-qualification Requirements

Interested companies should  submit  the following, arranged in the listed order

1.         Company registration with  the Corporate Affairs Commission (CAC)

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

3.         Registration with the Jigawa State Government

4.         Company audited account for the last three years

5.         List  of  technical   personnel   stating  their qualifications

6.         List of projects of similar nature and scope handled within the last five (5) years, giving names and addresses of the clients and consultants

7.         List of projects currently being handled, giving the stages they are, and estimated time of completion

8.         Evidence of financial capability and banking support

9.         Annual turnover of not less than three hundred million in the last two        years.

10.       VAT Registration and evidence of past remittance.

 

11.       A sworn affidavit certified as follows:

a.         That the documents submitted are genuine and correct

b.         That none of the Directors/Partners of the company has been convicted by any court of law

c.         That the Firm/Company is not bankrupt

d.         That none of the officers of the procuring entity is former or present            director of the company.

 

Submission Guideline:

All documents should be bound together, sealed in an envelope and clearly marked “Prequalification for Jigawa Broadcasting Corporation: Radio Transmitters.

 

To reach there on or before 28th June, 2012.

 

Exemption Notice

1.         The client or its consultants are not bound to accept any of the submissions, or bear the cost of any submissions.

2.         This notice is only for prequalification and not tender

 

Signed by Managing Director

Jigawa Broadcasting Corporation (JBC)                                           

 

Request for Expression of Interest (EOI) from Manufacturers /Contractors/Suppliers and Consultants at Ibadan Electricity Distribution Company

Ibadan Electricity Distribution Company

2012 General Procurement

 

Request for Expression of Interest (EOI) from Manufacturers /Contractors/Suppliers and Consultants

 

Introduction

Ibadan Electricity Distribution Company (IBEDC) in its desire to further improve service delivery to its esteemed customers, especially in terms of reducing metering gap, hereby invites reputable and competent companies and Consultants to forward their Expression of Interest (EOI) through submission of pre-qualification documents for the following works:

 

2.0     Description

S/N Description of Works and Services
1 Installation of Maximum Demand (MD) Energy Meters

 

2 Installation Of Single-Phase & Three-Phase Prepayment Meters

 

3 Installation of Single-Phase & Three-Phase Electronic Meters

 

4 Procurement and Installation of Statistical Energy Meters

 

5 Consultancy Services for Civil Works

 


3.0     Requirements for Pre-Qualification

All Expression of Interest (EOI) should be accompanied by Certified True Copies of:

i.        Statutory Requirements (Any company that fails to submit any of the following documents Will Automatically be Disqualified)

  • A copy of Certificate of Incorporation of the company in Nigeria together with Memorandum and Articles of Association and Form C07 showing lists of directors and number of shares each has subscribed to.
  • Current Company Tax Clearance for the last three (3) years (2009, 2010 & 2011).
  • Up-to-date VAT Payment Certificate and evidence of VAT remittances for each work or supply executed.
  • Evidence of payment into FGN Staff Pension Scheme.
  • Evidence of payment into National Health Insurance Scheme (NHIS) for the company’s employees.
  • Evidence of payment/contribution into Industrial Training Fund (ITF).

 

ii.       Technical Requirements

  • Company Profile including Curriculum Vitae and details of Professional Registration of Personnel/Brochure among others. Organizational structure, key professional staff, evidence of competence and ability to perform, manufacturing capacity (for manufacturers); company products, equipment services should be submitted. The Company profile must show the location/address of the head office, particulars of contact persons, company telephone numbers, e-mail addresses and website.

 

Verifiable evidence of having successfully executed similar projects in the last five (5) years showing Names of Clients, Scope of Work, Letters of Engagement and evidence of completion.

 

iii.      Financial Requirements

  • Evidence of financial capability from a reputable Bank in form of True Certified Bank Statement.
  • Bank Statement showing six (6) months transactions. Note that mere referral letter from bank shall not be accepted in place of Bank Statement.
  • Company’s audited account for the last three (3) years (2009, 2010 & 2011).
  • Any other information or document(s) that will place the company on a comparative advantage.

 

4.0     Submission of Documents:

 

The Expression of Interest (EOI) should be in Three (3) Copies One Original and Two Copies, plus soft copy of  spirally bounded Documents in line with the requirement state in 3i-iii above in sealed envelopes marked “EOI for

……..” (indicate as described against the Serial Number you have chosen). The Name, Mailing address, Land Phone number and GSM number of the Tendering Company Must be clearly marked on the envelopes. The documents MUST be addressed and delivered by hand/registered courier to:

 

The Chief Executive Officer

Ibadan Electricity Distribution Company

Capital Building, US, Ring Road

P. M. B. 5388

Ibadan, Oyo State.

 

Notes:

i.        All documents submitted should be accompanied by a Sworn Affidavit certifying their genuineness and Up-to-Date.

ii.       Each document should be duly signed by a Director of the company. Unsigned documents are unacceptable.

iii.      Any document that does not meet the above requirements will not be processed.

iv.      This request for Expression of Interest is not an invitation to tender.

v.       IBEDC reserves the right to accept or reject any Expression of Interest if deemed necessary to do so.

vi.      Only short-listed and pre-qualified contractors shall be invited to tender.

vii.     Firms will be pre-qualified based on the provisions of the Public     Procurement Act 2007.

iv.      All information and communication in respect of this pre-qualification shall be in English Language.

 

Submission of documents shall close on Thursday, 5th July, 2012 by 12.00 Noon Prompt.   No excuse of whatever shall be entertained for late submission of documents.

 

The official opening of documents shall take place on Thursday, 5th July, 2012 by 12.00 Noon at:

Kakanfo Inn

Off Joyce “B’ Road, Off Mobil Junction

Off Ring Road, Ibadan, Oyo State.

 

This advertisement shall not be construed as a commitment on the part of the Management of Ibadan Electricity Distribution Company to responding Manufacturers/Contractors/Consultants to seek for any compensation, damages or award from Ibadan Electricity Distribution Company by virtue of any Manufacturers/Contractors/Consultants having responded to this advertisement.

  • Test certificate issued by well known International Standard Test Laboratory for Manufacturers of Meters where applicable.
  • Manufacturers MUST show evidence of Standards Organization of Nigeria (ISON) or International Standards Organization (ISO) certification, where applicable.

 

Consultants into construction works should have evidence of Registration of the Principal Partner with the Nigerian Institute of Architects.

 

Signed

Management

Ibadan Electricity Distribution Company

Invitation for Pre-qualification Exercise for the Underlisted Projects Under the Years 2009-2011 (Merged) Tertiary Education Trust Fund Normal Intervention at University of Lagos, Nigeria

University of Lagos, Nigeria

Invitation for Pre-Qualification Exercise for Years 2009/2010/2011 (MERGED) TETFUND Normal Intervention

Preamble

This is to invite interested and reputable contractors to indicate interest in the Pre-qualification exercise for the under- listed projects under the Years 2009-2011 (Merged) Tertiary Education Trust Fund Normal Intervention.

 

S/N

 

Projects

 

Contract Number

 

Non-Refundable Pre-Qualification Fees

 

1.

 

Construction with furnishing of Creative Arts Building, Modules A2 and B

 

UL/TETF/09-11/01

 

N 100,000.00

 

2

 

Construction with furnishing of Block of offices and Classrooms for the Faculty of Engineering

 

ULATETF/09-11/02

 

N 100,000.00

 

3

 

Construction with furnishing of Entrepreneurship Centre

 

ULTETF/09-11/03

 

N50,000.00

 

4

 

Procurement and Installation of various Teaching and Research Equipment for the College of Medicine, (CMUL)

 

ULTETF/09-11/04

 

N30,000.00

 

5

 

Procurement and Installation of Steel Tensile Test Machine and 1000KN Test Press

 

UL/TETF/09-11/05

 

N30,000.00

 

6

 

Procurement of various furniture items, including Classroom student desk and chair

 

UL/TETF/09-11/06

 

N20.000.00

 

 

PRE-QUALIFICATION REQUIREMENTS

1A       Compulsory and Mandatory Requirements

i.          Evidence of registration with the Corporate Affairs Commission (CAC)

i i.       Company Audited Account for the last three years duly stamped

iii.       Evidence of Tax Clearance Certificate for the last three (3) years

i v.      Evidence of Value Added Tax (VAT) registration

v.         Evidence of registration with National Pension Commission, in compliance with the provisions of section 16 (6) (d) of the Public Procurement Act 2007 as related to Pensions

vi.        Evidence of compliance with the statutory provision of section 6 (l)-(3) of the

Industrial Training Fund  Amendment Act, 2011.

vii.       Evidence of payment of the Non-refundable Pre-qualification Fees at the UNILAG Cash Office with a Bank Certified Cheque.

Failure to provide any of 1A (i) (vii) above will automatically disqualify the bidder.

 

1B.      Other Requirements:

i)          List and Source of Equipment to be used for the work

ii)         Indication of Technical and Administrative Staff strength, with academic/professional qualifications and years of experience of key personnel available for the project

iii)        Bank reference from a reputable Bank

iv)        Verifiable evidence of similar jobs successfully executed or being executed in Nigeria over the last five years stating, type, cost and evidence of award and completion

v)         Evidence of Social Responsibility in terms of Endowment, Sports or ETF contribution.

 

Collection of Documents

Pre-qualification forms shall be made available to interested companies on presentation of the receipt issued at the Cash Office in respect of the Pre-qualification, from the office of:

 

The Director

Works and Physical Planning Department

Commercial Road (Near AP Petrol Station)

University of Lagos

Akoka Yaba, Lagos.

 

Submission of Documents

The pre-qualification documents, neatly arranged, spiral bind and sealed in an envelope. The envelope should be identified with the project contract number at the top left hand corner of the envelope and marked as “Pre-Qualification Documents for ——— (Please state the specific project)”. The submissions should be addressed and submitted to;

 

The Registrar

Fifth Floor, Senate House

c/o Council Affairs Office

University of Lagos

Akoka Yaba

Lagos.

 

The Pre-qualification documents shall be submitted by 12:00noon on the 23rd July, 2012 and the documents shall be opened in the presence of the prospective Contractors at 2:00pm on the 23rd July, 2012, at the University Council Chamber. Attendance at this opening is important.

 

Participation in the pre-qualification exercise and any related process neither creates any commitment nor establish any legal relationship with the University of Lagos.

 

Oluwarotimi O.A. Shodimu,Esq. FNIM

Registrar & Secretary Council

 

 

 

Re- Invitation of Pre-Qualification and Tender of Contractors for the Year 2012/2013 Capital Projects at the Armed Forces Command and Staff College

Armed Forces Command and Staff College

Jaji- Kaduna, PMB 2234 Jaji Kaduna

(Office of the Director Logistics)

 

Re- Invitation of Pre-Qualification and Tender of Contractors for the Year 2012/2013 Capital Projects

 

The Armed Foces Command and Staff College (AFCSC) Jaji Kaduna hereby invites reputable and competent companies to apply for Pre-Qualification in respect of:

 

1.       Equipment and Furniture.

2.       Arts, Science and Education Books.

3.       Social and Management Sciences Books.

4.       Books on Reginal Studies.

5.       Journals Subscription Renewals on Military and Politics.

6.       Geo-Politics and Military Books (Army, Navy and Airforce).

7.       Automation of the Library.

8.       Digitalization of the Library.

9.       Library Security.

10.     E-Library.

11.     Binding of Archival Unit Materials.

12.     Books on Contemporary Studies.

 

Pre-Qualification Criteria:

Interested companies should submit the following documents/information for assessment/consideration:

a.       Certificate of Incorporation by CAC.

b.       Company Profile and Organizational Structure.

c.       Current Tax Clearance Certificate.

d.       VAT Registration Certificate/Evidence of Remittances.

e.       3 Years Audited Accounts.

f.       Letter of Financial Capability from the Bank.

g.       List of Similar Projects Previously undertaken including Letters of Awards          Completion Certificates, Completion period and Project cost.

h.       Curriculum Vitae of Key Technical Staff including individual attestation of

availability (for consultancy and construction projects).

i.        Current registration as a Contractor with the College.

j.        Evidence(s) of Compliance with the Provision of the Pension Reform Act.

 

The Evaluation Criteria shall include Legal Status, Experience/Technical Capacity and Financial Capability.

 

Submission of Pre-Qualification Documents:

The Pre-qualification Documents required should be neatly packaged in binders, placed in clearly marked envelopes and address to:

 

The Secretary,

AFCSC Tenders Board,

Logistics Branch,

Jaji Kaduna,

 

To reach him on or before Monday 22nd June 2012 by 12 noon.

 

Collection of Tender Documents:

Name of successful/Pre-qualified contractors will be displayed on notice board on Wednesday 27th June 2012 by 2.00 pm. Pre-qualified contractors should note that they will be required to pay a non-refundable fee of Ten Thousand Naira (N10,000.00) only for equiping and Ten Thousand Naira (N10,000.00) only for

suppliers to be duly completed and submitted together with the pre-qualification documents.

 

General /Special Information:

1.       This is not an invitation to Tender. Only successful pre-qualified companies will be invited to participate in the bidding exercise

2.       This advertisement of “Invitation to Pre-qualified” shall not be construed as a commitment on the part of the College, nor shall it entitle prospective companies to make any claims whatsoever and/or seek any indemnity from the College.

3.       The College shall consider All applications.

4.       Late submissions will not be considered under any circumstance

5.       Contractors may be required to show originals of all documents submitted.

 

Signed

Director of Logistics

AFCSC Jajj

Project Execution at Jos Electricity Distribution Company (JEDC)

Power Holding Company of Nigeria

Jos Electricity Distribution Company (JEDC)

Invitation to Tender 

1.0     Introduction:

In line with Federal Government desire to improve power supply in the country, Jos Electricity Distribution Company intends to embark on some vital projects and hereby invites interested, competent and reputable Manufacturers, Contractors and suppliers to tender for any of the following Lots of their interests. The projects are to be funded through 2012 FGN Appropriation Budget.

2.0     Brief Description of Works:

Lot Brief Description Tender Fee (N)
   

Part A

 
Lot JSW1 Supply and Installation of Statistical Meters on 11 KV Feeders 100,000.00
Lot JSG2 Supply of 110V Dc Charger Units will, Batteries to JEDC Stores in Jos 50,000.00
Lot JSW3 Procurement of 500KVA. 11/415KV AND 300KVA, 33/415KV Distribution Transformers and Construction Relief Substations in Plateau, Benue. Bauchi and Gombe States. 100.000.00
Lot JSG4 Supply of various test equipment to JEDC Stores in Jos. 50,000.00
 

Lot JSG5

 

Supply of various security and safety equipment to JEDC Stores in Jos.

 

50,000.00

 

Lot JSG6

 

Supply of 800A, 4-Way Feeder Pillars to JEDC Stores in Jos

 

50,000.00

 

Lot JSG7

 

Supply of critical materials for maintenance to JEDC Stores in Jos

 

50,000.00

 

Lot JSW8

 

Trace Clearing and Widening of 33KV and 11KV Lines in 20 locations in Plaleau. Benue. Bauchi and Gombe States (JSW 8A to JSW 8V)

 

20,000.00

 

JSW9

 

Re-Conductoring of 11 KV and 33KV Lines Across the Zone

 

Lot JSW9A

 

Re-conductoring of 11KV and 33KV Overhead Lines in Plateau State.

 

30,000.00

 

Lot JSW9B

 

Re-cooductoring of 11 KV and 33KV Overhead Lines in Benue State

 

30,000.00

 

Lot JSW9C

 

Re-conductoring of 11 KV and 33KV Overhead Lines in Gombe State.

 

30,000.00

Lot JSW9D Re-conductoring of 11KV and 33KV Overhead Lines in Bauchi State. 30,000.00
Lot JSW10 Rehabilitation/Renovation of Injection Substation Control rooms. 50,000.00
Lot JSG11 Supply of HT and LT Cables and Termination kits to JEDC Stores in Jos. 50,000.00
Lot JSG12 Supply of 33KV and 11KV Fibre Glass Cross -aims to JEDC Stores in Jos. 50,000.00

 

Lot JSG13 Supply of HT and LT Reinforced Concrete Poles to JEDC Stores in Jos. 50,000.00
                             

Part B

Lot JSG14 Supply of Rapid Rupturing Fuses for Distribution Transformer Protection to JEDC Stores in Jos.

 

50,000.00
Lot JSG15 Supply and commissioning of mobile 1 x 15MVA, 33/11KV Injection substation for Jos EDC

 

100,000.00
Lot JSG16 Supply of Fire Extinguishers to JEDC Stores in Jos.

 

30,000.00
JSW 17 Rehabilitation and Standardization of Distribution Substations
Lot JSW17A Rehabilitation and Standardization of distribution substations in Plateau State

 

50,000.00
Lot JSW17B Rehabilitation and Standardization of distribution substations in Banue State

 

50,000.00
Lot JSW17C Rehabilitation and Standardization of distribution substations in Gombe State 50,000.00
Lot JSW17D Rehabilitation and Standardization of distribution substations in Bauchi State 50,000.00
Lot JSW18 Rehabilitation of 33KV and 11KV Overhead Lines
Lot JSW18A Rehabilitation of 33KV and 11KV Overhead Line in Plateau State 50,000.00
Lot JSW18 B Rehabilitation of 33KV and 11KV Overhead Line in Benue State 50,000.00
Lot JSW18C Rehabilitation of 33KV and 11KV Overhead Line in Gombe State 50,000.00
Lot JSW18D Rehabilitation of 33KV and 11KV Overhead Line in Bauchi State 50,000.00
JSW19 Rehabilitation of Dilapidated LV Network Including Replacement of Wooden Poles
Lot JSW19A Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Plateau State 50,000.00
Lot JSW19B Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Benue State 50,000.00
Lot JSW19 C Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Gombe State 50,000.00
Lot JSW19 D Rehabilitation of Dilapidated LV Network and Replacement of Wooden Poles in Gombe State 50,000.00
Lot JSW20 Procurement & Installation of 9Nos Transformer for relief substation in Gombe State 50,000.00
Lot JSW21 Procurement & Installation of 9Nos 500KVA, 11/0.415KV transformers for relief substations in Bauchi State 50,000.00
JSW22 Procurement and erection of HT Reinforced Concrete Poles
Lot JSW22A Procurement and erection of HT concrete Poles for Plateau State 50,000.00
Lot JSW22B Procurement and erection of HT concrete Poles for Benue State 50,000.00
Lot JSW22C Procurement and erection of HT concrete Poles for Bauchi State 50,000.00
Lot JSW22D Procurement and erection of HT concrete Poles for Gombe State 50,000.00
Lot JSW23 Procurement and installation of 1No 500KVA, 3.3/0.415KV Transformer in Miango town, Plateau State. 30,000.00
Lot JSW24 Extension of electricity supply from Nsa -Lobi, and installation of 5Nos 300KVA Transformer with associated HT and LT lines at Us haongo LGA, Benue State 100,000.00
Lot JSW25 Procurement and installation of 2 x 300KVA, 33/0.4 15KV Transformers at Masaru and Tsangayia in Ningi LGA in Bauchi State 50.000.00
Lot JSW26 Procurement and installation of 2 X 300KVA, 33/0.415KV Transformers at Sasaye and Ung’mai Gwanjo in Warji LGA of Bauchi State 50,000.00
Lot JSW27 Electrification of Kadelen-Gawo & Gabanga: 3 X 200KVA 33/0.415KV Transformers and associated HT and LT lines in Warji IGA, Bauchi State 50,000.00
Lot JSW28 Electrification of Makurdi to Anter, Makurdi LGA, Benue State 50,000.00
Lot JSW29 Electrification of Makurdi to Yogbo, Makurdi/Guma LGA,Benue State 50,000.00
Lot JSW30 Korinya to Agera electrification project Benue State 50,000.00
Lot JSW31 Electrification of Modibbo Shehu, Maikasuwa. Tambelo, Garin Majidadi and Didel in Akko LGA, Gombe State 50,000.00
Lot JSW32 Electrification of Jennawo Head Kanawa, Madaki Nono Mai Anguwa. Dasa Hayin Maido anad Jigawa Iro in Yamaltu/Deba LGA, Gombe State 50,000.00
Lot JSW33 Electrification of Lagtang North: Wase-Nyapkai-Palak-Wunko-Wase- Tofa, Plateau State 50,000.00
                             Part C
Lot JSW34 Provision of 1 No. 500KVA, 33/0.415KV Transformer & electrification in Ikobi 30,000.00
Lot JSW35 Provision of 1No 500KVA, 33/0.4 15KV Transformer & electrification in Oba

 

30,000.00
Lot JSW36 Provision of 1No. 500KVA. 33/0.415KV transformer & electrification in Enugba

 

30,000.00
Lot JSW37 Extension of electricity supply from Mangu to Bokkos LGA 50,000.00
Lot JSW38 Electrification of Kurgwi and Kwande in Quan pan LGA. Plateau State 50,000.00
Lot JSW39 Electrification of Mabudi Talgwang Mang Mangwang-Mabudi-Gamankai-Takalahya in Langtang South LGA, Plateau State 50,000.00
Lot JSW40 Completion of ongoing electrification projects of Igbeji/Allan, Ahokpe & Ahobida town in Benue State 50,000.00
Lot JSW41 Electrification of Dangi-Jarmai in Dengi LGA, Plateau State.

 

50,000.00
Lot JSW42 Construction of 33KA line & installation of Distribution Transformer and LT network at Alu/Effium Okpokwu LGA, Benue State

 

100,000.00
Lot JSW43 Completion of 1 x 7.5MVA 33/11KV injection Substation at Eke/Okpasu/Olengnechor axis, Benue State

 

100,000.00
Lot JSW44 Completion of ongoing electrification of Oladegbo-Eke Obotu /Akpodo in Edumoga, Benue State.

 

50,000.00
Lot JSW45 Purchase & installation of 4Nos 200KVA, 33/0.415KV transformers for Dorowa, Tsoho, Rapyam & electrification of Wereng in Reyom LGA, Plateau 50,000.00
Lot JSW46 Completion of ongoing electrification of Ifam-Owukpa in Benue State 50,000.00
 

Lot JSW47

 

Electrification of Dongol, Manaru, Guda and Kaltalga in Akko LGA, Gombe State

 

50,000.00

 

Lot JSW48

 

Electrification of Baitip-Pyapung-Gwotkak, Mikang LGA, Plateau State

 

50,000.00

 

Lot JSW49

 

Installation of 300KVA, 33/0.415KV transformer and construction of LT network in Garkawa, Plateau State

 

30,000.00

 

Lot JSW50

 

Electrification of Dorowa Sho, Rakuung and kwok, Barikin Ladi LGA, Plateau State

 

50,000.00

 

Lot JSW 51

 

Construction of 1x 15MVA, 33/11KV Injection Substation at Rantiya  in Jos, Plateau State

 

100,000.00

 

Lot JSW 52

 

Electrification of Lafia Lamurde to Karimu Lamido in Adamawa- Taraba State

 

50,000.00

 

Lot JSW 53

 

Electrification of Gora, Ruguwa & Saka in Nasarawa State

 

50,000.00

 

Lot JSW 54

 

Solar Street Light (25) poles in Mango Town, Plateau State

 

50,000.00

 

Lot JSW 55

 

One Solar Borehole in Mango Plateau State

 

30,000.00

 

Lot JSW 56

 

One Solar Borehole in Bokkos Plateau State

 

30,000.00

 Tender Requirements

The following Tender documents are required:

  • A copy of Certificate of Incorporation / Business registration.
  • Photocopies of VAT Registration Certificate and evidence of VAT remittances.
  • Current Company Tax Clearance Certificate for the last three years.
  • Detailed Company profile including Organizational structure and details of key staff to be deployed for the project.
  • Verifiable evidence of similar jobs successfully executed in the last five years
  • Evidence of financial capability showing Company’s Bank Statement for the last one year.
  • Company’s audited account for the last (3) three years.
  • Evidence of compliance with requirements of Pension reform Act 2004.
  • Evidence of compliance with requirements of industrial training
  • Companies in construction industry should have a COREN registered engineer as Managing Director.
  • Photocopies of SON or ISO Certificate, copy of company and equipment brochure and relevant manufacturing capacities where necessary should be submitted. (Manufacturers only).
  • Evidence of technical, operational and managerial capabilities.
  • Sworn affidavit affirming that all information being provided by the bidder are true and correct in all particulars and that no officer of any relevant procurement committee(s) of Jos Electricity Distribution Company is a former or present Director, shareholder or has any pecuniary interest in the bidder.
  • Any other relevant information.

Submission of Documents /Closing Date

Interested Applicants should collect Bid Documents from Principal Manager (Procurement) on 1st floor of New Annex Building (Electricity House), No. 9 Ahmadu Bello Way, Jos upon payment of non refundable Tenders Processing Fee in Bank draft payable to PHCN Jos EDC.

The Technical and Financial documents must be in separate envelopes and a submission of Three (3) bound copies of each (1 original and 2 Photocopies), but all enclosed in one big envelope and clearly marked at the top left corner on each envelope: “2012 FGN Projects” and Lot number. The Contact GSM No. and Company Address should be boldly printed on the reverse side of the envelope. This must be delivered on or before 10.00am on 5th July 2012 by hand or registered mail addressed to:

The Chief Executive Officer

Power Holding Company of Nigeria

Jos Electricity Distribution Company

No. 9 Ahmadu Bello Way, PMB 2727, Jos

Plateau State, Nigeria.

 

Note:

  • All prospective contractors should note that non-compliance with the requirements above will lead to outright disqualification.
  • Please note that each lot must be bided for separately.
  • Tender fees are non-refundable.
  • Collection and submission of Tender documents must be on working days and during working hours.
  • Jos Electricity Distribution Company may wish to verify claims made in all submissions; therefore, bidders must give necessary authority for verification.
  • Jos Electricity Distribution Company shall not enter into any correspondence with any unsuccessful bidder.
  • This Advertisement shall not be construed as a commitment on the part of Jos Electricity Distribution Company nor shall it entitle responding Contractors to seek any indemnity from this company by virtue of such Contractors having responded to this advertisement.

 

Signed: Management

Jos Electricity Distribution Company