General Procurement Notice and Invitation for Expression of Interest/Pre-Qualification for 2012 Fiscal Year at Port Harcourt Electricity Distribution Company

Port Harcourt Electricity Distribution Company

 

General Procurement Notice and Invitation for Expression of Interest/Pre-Qualification for 2012 Fiscal Year

 

Public Notice

 

Introduction

1.       The Port Harcourt Electricity Distribution Company Plc (PHEDC) of PHCN wishes to notify the General Public of her intended Procurement for the year 2012. The procurements are to be funded by Federal Government Budget Appropriation.

 

2.       Consequently, PHEDC invites reputable Companies, Manufactures, Suppliers and Contractors/Consultants for Expression of Interest for the provision of the following Goods and Services.

 

 

Lot No Budget Description

 

Project Title

 

Lot

 

Remarks

 

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

 

Derating of 33KV Network to 11KV System at Ikot Ekong, 1 x 2.5MVA, 33/11KV Injection Substation CD 1-1

 

National Competitive Bidding (NCB)

 

 

 

 

 

 

2

 

 

 

 

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

 

Procurement and Installation of 1No 15MVA, 33/11KV Power Transformer to replace aged one in Golden Lily Injection Substation Rumuola CD 2-1

 

Manufacturers from European Market

 

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

 

CD 2-2

 

Manufacturers from European Market
3 Rapid Rapturing Fusses for Distribution Transformer Protection

 

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

 

CD 3-1

 

NCB
 

 

 

 

 

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

 

CD 4-1

 

Local Manufacturers

Only

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

 

CD 4-2

 

Local

Manufacturers only

 

 

 

 

 

 

 

 

 

 

4

 

 

 

 

 

 

 

 

 

Purchase and supply of power conductors and armored cables for Port Harcourt Zone

 

 

 

 

Purchase and supply of 10km of 35mm2 XLPE Cable, 600m 150mm2 x 3Core 11 KV Armould Cable and 1km of 500min 2 x1 Core 11KV Armould Cable to Calabar Business Unit Stores

 

CD 4-3 Local

Manufacturers only

 

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

 

 

CD 4-4 Local

Manufacturers only

 

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

 

CD 4-5 Local Manufacturers only
Purchase and supply of 2km of 150mm2 x 4Core LV Armould Cables and 1098m of 500mm2 x 1Core LV PVC Cable to PHEDC Port Harcourt Stores

 

CD 4-6 Local Manufacturers only
5 Purchase of Fire Extinguishers

 

Purchase of Fire Extinguishers

 

CD 5-1 NCB
7 Completion of the extension of overhead line 25km of Odi-Trofani and installation of 2 x 500KVA, 33/o.415KV Transformers in Bayelsa State.

 

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

 

CD 7-1 Manufacturers from European Market
8 Completion of 1 x 7.5MVA, 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 (Completion and Construction of 11KV Feeder to evacuate power)

 

Supply of Overhead Line-Materials and Construction of 9.5Km of 33KV Line at Ukana Ikot Ideh in Akwa Ibom State (Completion and Construction of 11KV Feeder to evacuate power)

 

CD 8-1 NCB
10 Completion of Ikot Udom, Ika LGA 1 x 7.5MVA, 33/11KV Injection Substation, Akwa Ibom State

 

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

 

CD 10-1 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 Local Manufacturers only
Procurement of Terminating/Jointing Kit

 

CD 11-2 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 NCB
13 Replacement of Obsolete Switchgear Components (33KV Transformer Control Panels,

 

Procurement of 33KV Outdoor Breaker SF6 and Transformer Control Panel

 

CD 13-1 NCB
14 Provision of Test Equipment Procurement of Earth Resistance Tester, Insulation Tester, Oil Tester and Clip-on Ammeter

 

CD 14-1 NCB
15 Provision of Fibre Ladders

 

Procurement of HT and LT Fibre Ladders

 

CD 15-1 NCB
16 Metering and Energy Accounting Management

 

Procurement and Installation of Three Phase and Single Phase Prepayment Meters with AMR Compliance to PHEDC

 

CD 16-1 NCB
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 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 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

 

CD 19-1 Manufacturers from European Market

 

Procurement of Distribution Transformers to replace faulty ones in PHEDC

 

CD 19-2 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 NCB
Rehabilitation of UTC Injection Substation, Port Harcourt, Rivers State

 

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

 

CD 20-3 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 Manufacturers from European Market
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

 

CD 21-2 NCB (PHCN to provide Transformers, Aluminimum conductors & poles)
Procurement of 69No 10.06M HT RC & 45 No 8.53M LT RC Poles to Uyo Business Unit Stores

 

CD 21-3 NCB (Local Manufacturers)
Procurement of 18KM of 150mm2 Aluminum Conductors to Uyo Business Unit Stores

 

CD 21-4 NCB (Local Manufacturers)
22 Trace Clearing of 11KV and 33KV Overhead Lines Secretariat 33KV Feeder Uyo (96km)

 

CD 22-1 NCB
Trace Clearing of Amika 33K.V Feeder (101,65km)

 

CD 22-2 NCB
Trace Clearing of Yahe -Ogoja 33KV Feeder (478.9km)

 

CD 22-3 NCB
Akamkpa 33KV Feeder (223km)

 

CD 22-4 NCB
Imiringi 33KV Feeder 1 and 11 (154.15km)

 

CD 22-5 NCB
Ndoki/Asa 33 KV Feeder (104.23km)

 

CD 22-6 NCB
Abak 33KV Feeder (276km) CD 22-7 NCB
Onne 33KV Feeder (111,72km) CD 22-8 NCB
23 Rehabilitation of 11KV and 33KV Overhead Lines

 

Procurement of Overhead Lines Materials and rehabilitation of Airport 33KV Feeder, PH

 

CD 23-1 NCB
24 Procurement of 4-Way Feeder Pillars

 

Procurement of 4-Way Feeder Pillars

 

CD 24-1 NCB
25 Procurement of H.T. Fuse Elements of Appropriate Ratings

 

Procurement of H.T. Fuse Elements of Appropriate Ratings

 

CD 25-1 NCB
26 Procurement of 70mmCopper Wire, Earth Rods and Bimetal Line Taps

 

Procurement of 70mm2 Copper Wire, Galvanised Earth Rods (6ft), 150mm2 Bimetal Line Tap

 

CD 26-1 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

 

CD 27-1 Manufacturers from European Market
Procurement and supply of Distribution Transformers to PHEDC.

 

CD 27-2 Manufacturers from European Market
28 Construction of Standard Offices in PHED

 

Commencement of Rehabilitation and Reconstruction of PHEDC

Office Complex at Moscow

CD 28-1 NCB
29 Rehabilitation & Standardization of Distribution Transformer failure in some

Business Units in Port Harcourt DISCO

 

Rehabilitation & Standardization of Injection Substations in Refinery, Oyigbo, Marine Base, Rumuodamaya in Port Harcourt DISCO

 

CD 29-1 NCB
Rehabilitation & Standardization of Distribution Substation in Diobu, Oyigbo, Calabar, Rumuola, Yenegoa Business Units in Port Harcourt DISCO

 

CD 29-2 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

 

CD 30-1 NCB (Local Manufacturers)
Supply of Overhead line materials and Rehabilitation of Onna 33KV Feeder 326km

 

CD 30-2 NCB (PHCN to provide Aluminum conductors & poles)
Supply of Overhead line materials and Rehabilitation of Abak 33KV Feeder 276km

 

CD 30-3 NCB (PHCN to provide Aluminum conductors & poles)
Supply of Overhead line materials and Rehabilitation of Ndoki/Asa 33KV Feeder 104km

 

CD30-4 NCB (PHCN to provide Aluminum conductors & poles)
Supply of Overhead line materials arid Rehabilitation of Rukpoku 11KV Feeder Ex-Rumuodamaya Injection Substation

 

CD30-5 NCB (PHCN to provide Aluminum conductors & poles)
Supply of 50km 150mm2 Aluminum Conductors to PHEDC Port Harcourt Stores.

 

CD 30-6 NCB (Local Manufacturers)
31 Supply of 80km of 150mm2 Aluminum Conductor to PHEDC Port Harcourt Stores for Business Units in Bayelsa and Rivers States CD 31-1 NCB (Local Manufacturers)
Supply of 2km of 500mm2 x 1 Core PVC Cable and 1.3km 150mm2 x 4 Core LV armould Cable to PHED Port Harcourt Stores CD 31-2 Local Manufacturers only
Rehabilitation of dilapidated LV Network including replacement of  wooden poles in some Business Unit in DISCO Supply of 138.5m of 500mm2 x 1 Core PVC LV Cable and 350m of 150mm2  x 4Core Armould Cable to Calabar Business Unit Stores

 

CD 31-3 Local Manufacturers only
Rehabilitation of LV Network in Business Units of Bayelsa State Agudama Epie-Feeder Swali – Feeder 11 -Akenfa -Feeder  111

 

CD 31-4 NCB
Rehabilitation of LV Network in Business Units of  Rivers State Ojoto Road – Ojoto Feeder Iwofe Street – Federal Feeder Mgbosimiri Area – Agip Feeder Service & Smile Substation Rumukalagbo Feeder CD 31-5 NCB
          31 Rehabilitation of dilapidated LV Network including replacement of wooden poles in some Business Unit in DISCO Rehabilitation of LV Network in Business Units of Akwa Ibom State Udo effe Road – Abak Feeder -Obong Street – IBB Feeder -Etim Umana – IBB Feeder -Obio Umo – Ewet Feeder

 

CD 31-7 NCB
Supply of   120No 10.06m HT RC and 300No 8.53m LT RC Poles, to PHEDC Port Harcourt Stores

 

CD31-8 Local Manufacturers only
Supply of   150No  10.06m HT RC and 150No 8.53m LT RC Poles, to Uyo Business Unit Stores

 

CD31-9 Local Manufacturers only
Supply of  50No 10.06m HT RC and 80No 8.53m LT RC Poles, to Calabar Business Unit Stores

 

CD 31-10 Local Manufacturers only
Supply of 80No 10.06m HT RC and 70No 8.53m LT RC Poles, to Ikom and Ogoja Business Unit Stores

 

CD 31-11 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 Injection Substation

 

CD 32-1 NCB
Construction of Niemanze 11 KV Feeder Ex. Silver Bird 1 x 15MVA, 33/11KV

 

CD 32-2 NCB
33 Reconductoring of 11 KV and 33KV Overhead Lines with Thick and medium Vegetation in PHRD

 

Procurement of (10.06m) HT Reinforced Concrete Poles

 

CD 33-1 Local Manufacturers only
Procurement of 150mm2 Aluminum Conductors

 

CD 33-2 Local Manufacturers only
Reconductoring of 33KV Akamkpa Feeder

 

 CD 33-3 Local Manufacturers only
Reconductoring of 11 KV Cotgas Feeder, PH

 

CD 33-4 Local Manufacturers only
34 Reconductoring of LV Circuits in PHKD

 

Procurement of (8.53m) UT Reinforced Concrete Poles

 

CD 34-1 Local Manufacturers only
Procurement of 150mm2 Aluminum Conductors (14km)

 

CD 34-2 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 NCB (PHCN to provide Aluminum conductors & poles)
35 Heavy Equipment. Vehicles. C ‘runes, etc Procurement of 7 Ton Hiab Crane CD 35-1 Dealers only
Procurement of Pick-Up 2×4 Double Cabin Van & Avenza

 

CD 35-2 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 5Nos 300KVA Distribution Transformers CD 36-1 Manufacturers from European Market
Installation of 5No 300KVA, 33/0.415 KV Transformers at

Ntan Ekori, Epenti Ekori, Ajere Ekori Mkpani and Afrekpe of Yakurr LGA Cross River State

 

CD 36-2 NCB
37 Procurement and Installation 5Nos 300KVA Distribution Transformers at Ediba Akarefor Ekureku 1, Ebom Akarefor and Usumutong in Abi LGA of Cross River

 

Procurement of 5No 300KVA, 33/0.415KV Distribution Transformer

 

CD 37-1 Manufacturers from European Market
Installation 5Nos 300KVA, 33/0.415KV Transformers at Ediba Akarefor Ekureku 1, Ebom Akare for and Usumutong in Abi LGA of Cross River

 

CD 37-2 NCB (PHCN to provide Transformers)
38 Completion of Ebisa Eneyo Electrification Project Akpabuyo LGA

 

Completion of Ebisa Eneyo Electrification Project Akpabuyo LGA

 

CD 38-1 NCB

           

     

Condition for Eligibility:

Interested manufactures, Suppliers and/ or Contractors/Consultants are hereby requested to submit Technical Bids/Expression of interest in writing for relevant area 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
  • 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.

 

Note: Port Harcourt electricity distribution company will verify All claims made by Companies. Hence all necessary authorities and Guarantee for verification must be submitted.

 

Submission of document:

Interested Contractors/Consultants should indicate interest on the LOT desired and separate documents should be submitted for each LOT and must be in separate envelopes. The pre-qualification documents should be duly sign by the company’s authorized representative. The document should be bound in two (2) copies, one (1) original and one (1) copy for each lot. The submission should be in a lop mark “Expression of Interest/Pre-Qualification for Lot…) (please indicate Lot No and Description of the project) at the left hand corner of the envelopes clearly indicate the name, mailing address and GSM No of your company on reverse side of the envelope(s) the two (2) envelopes must be enclosed in an outer envelope clearly marked as specified above. The documents must be addressed and submitted on or before 2nd July 2012 by 12:00 Noon to the:

 

Chief executive officer

Power Holding Company of Nigeria Plc

Port Harcourt Electricity- Distribution Company

60, Ordinance Road

Trans-Amadi

P. M. B. 5554, Port Harcourt

Rivers State.

 

Important Information

  • Only the companies adjudged technically responsive shall be considered for financial Tender.
  • The adjudged technical responsive companies shall be invited to purchase the bid document(s) at the stipulated amount
  • This notice is not an invitation to bid please
  • Contact office of the PM (Procurement) for further clarification.
  • This advertisement shall not be construed as an obligation or a commitment on the part of PHEDC nor shall it entitle responding contractors/manufacturers/suppliers to seek any indemnity from PHEDC by virture of such contractors/manufacturer /suppliers having responded to this advertisement for Expression of interest and pre-qualification
  • PHEDC reserves the right to reject any or all expression of interest without any compensation

 

 

Invitation for the Prequalification of the Printing of Training Manuals for Capacity Building for Primary and Junior Secondary School Teachers (MDGS Project) 2012 at National Teachers’ Institute (NTI), Kaduna

National Teachers’ Institute (NTI), Kaduna

 

Invitation for the Prequalification of the Printing of Training Manuals for Capacity Building for Primary and Junior Secondary School Teachers (MDGS Project) 2012

 

The National Teachers’ Institute, Kaduna is in the process of implementing the 2012 Capacity Building Workshops for 125,000 Primary and Junior Secondary School teachers in about 250 designated centres nationwide. The workshops are scheduled to hold during the Long Vacation (August/September 2012).

 

The essence of the training is to refresh the participants in the innovative techniques of Basic Teaching Methodologies, Classroom Management Techniques, Information and Communication Technology (ICT) and Language Communication Skills.

 

The workshops will be funded from the Debt Relief Grant and implemented under the Millennium Development Goals (MDGs) Projects. The workshops will be facilitated by selected resource persons using specially designed self-instructional manuals (one on each subject).

 

The National Teachers’ Institute is by this advertisement inviting reputable printers to tender for:

1.       The prequalification for the printing of training manuals and

2.       The production of customized CD Plates for Participants

 

The printers will be required to meet the standards determined by the Institute in terms of quality of materials and finished products, capacity for timely delivery and adequate facilities to deliver.

 

The specifications for the manuals and CD Plates are available for collection at the NTI Headquarters, Kaduna.

 

Prequalification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the underlisted documents may lead to the disqualification of the bid:

 

i.        Full detail of the Company’s profile

ii.       Certificate of Registration with the Corporate Affairs Commission

iii.      Tax Clearance Certificate for at least Three years

iv.      Evidence of VAT Registration and Remittance

v.       Evidence of similar job(s) executed in the past (with verifiable addresses)

vi.      Organizational structure, available manpower with list of technical staff with their resumes

vii.     List of equipment/Distribution facilities

viii.    Evidence of financial capability/Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank

ix.      Company audited accounts over the past three years

x.       Evidence of Registration with Pensions Commission in Compliance with provisions of Section (16 (6) (d) of the Public Procurement Act, 2007 (PPA 2007)

xi.      Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Naira only) payable to the National Teachers’ Institute, Kaduna

 

Selection Criteria

Printers will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

 

Bid Presentation

Interested firms are to submit separate prequalification/Technical Proposals in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director-General and Chief Executive, National Teachers’ Institute, KM5 Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “Printing or Production of CD Plates”. The bid should be dropped in the Tender Box in the office of the Registrar. Bidders’ name, address and telephone numbers, should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

 

Closing Date:

All bids must be delivered to the address below on or before 23rd July 2012 by 12.00 noon.

 

Signed

Management

 

 

 

Invitation for Submission of Technical and Financial Bids for Consultancy Services (MDGS Project) 2012 at the National Teachers’ Institute, Kaduna

National Teachers’ Institute (NTI), Kaduna

 

Invitation for Submission of Technical and Financial Bids for Consultancy Services (MDGS Project) 2012 at the National Teachers’ Institute, Kaduna

 

The National Teachers’ Institute, Kaduna is in the process of implementing the 2012 MDGs Intervention Training of Teachers on Special Educational Needs and Disabilities (SENDs) and Faith-Based HIV-AIDS Awareness for Primary and Junior Secondary School teachers in 36 states and FCT. The purpose of the training is to develop the skills and competency of Teachers at Basic Education Level on effective handling of cross-cutting issues on Special Educational Needs and Disabilities (SENDs) and HIV- AIDs Awareness.

 

The specific objective of the Training on Special Educational Needs and Disabilities (SENDs) is to develop the skills and competencies of primary and junior secondary teachers to implement differentiated teaching methods in their classrooms in order to promote integration and effectively teach pupils with special educational needs and disabilities. The Training on Faith-Based HIV-AIDS Awareness is specifically meant to create moral based awareness on HIV-AIDs among the junior secondary school teachers.

 

The workshops will be funded from the Debt Relief Grant and implemented under the Millennium Development Goals (MDGs) Projects. The National Teachers’ Institute (NTI) Kaduna is, by this advertisement, inviting reputable consulting firms to prequalification as consultants on:

 

Lot 1:          Capacity Development on Special Educational Needs and Disabilities (SENDs) for Primary and Junior Secondary Schools Teachers in the 36 states and the FCT.

 

Lot 2:                   Capacity Development on Faith-Based HIV-AIDs Awareness for                       Junior Secondary School Teachers in the 36 states and the FCT.

 

Prequalification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the underlisted documents may lead to the disqualification of the bid:

i.        Valid Certificate of Incorporation/Registration with the Corporate Affairs

Commission

ii.       Tax Clearance Certificate for at least Three years.

iii.      Evidence of Value Added Tax (VAT) Registration and Remittance

iv.      Company’s Profile including details of staff strength

v.       Evidence of Experience in at least three (3) jobs of similar nature and complexity executed within the last three years with verifiable letters of Award, evidence of payment (if any ) and certificate of job completion (if any)

vi.      Evidence of Financial Capacity in form of Bank Reference for a reputable Financial Institute.

vii.     Bid Bond of NGN1,000,000 issued in favour of National Teachers’ Institute, Kaduna

viii.    Payment of non-refundable bidding fee of N30, 000.00 (Thirty Thousand naira only), for each Lot in Bank draft payable to the Nation Teachers’ Institute, Kaduna.

ix.      Evidence of Registration with National Pension Commission (PENCOM).

x.       Evidence of Registration with relevant professional bodies such as the Centre Management Development (CMD).

xi.      Annual Audited Accounts for the last 3 years (2009, 2010 and 2011).

 

The terms of reference detailing the scope is outlined in the bidding document can be obtained at the NTI Headquarters, Kaduna.

 

Selection Criteria

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

 

Bid Presentation

Technical and Financial bids (2 hard copies) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial bid” respectively with the firm’s name indicated at the back of each envelope. Both envelopes should be sealed and placed in the third envelope marked with the Lot No and Name at the Top right hand corner and addressed to the Director-General and Chief Executive, National Teachers’ Institute, KM5 Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “Technical Proposal and Financial Proposal”.

 

The envelopes duly marked “Lot1: SENDs Consultant” or Lot 2: Moral Based HIV-AIDS Consultant” as appropriate.

 

The bid should be dropped in the Tender Box at the office of the Registrar. Bidders are to ensure that they also sign the submission register in the Registrar’s office of the Institute.

 

Closing Date:

All bids must be delivered to the address below on or before 25th June 2012 by 12.00 noon.

 

Opening Bid:

i.        The documents submitted will be opened on 26th June 2012 by 12.00 noon at the conference room National Teachers’ Institute Kaduna.

ii.       National Teachers’ Institute will not enter into any correspondence with any unsuccessful Company.

 

Signed

Management

Invitation for Pre-qualification to Tender at Waziri Umaru Federal Polytechnic, Birnin Kebbi

Waziri Umaru Federal Polytechnic Birnin Kebbi

Procurement Planning Committee

 

Invitation for Pre-qualification to Tender

The Tertiary Education Trust Fund (TETF) has granted Approval -in- Principle for the Construction of Entrepreneurship Development Centre under the year 2011 TFTF Special Intervention project. Waziri Umaru Federal Polytechnic wishes to invite reputable contractors and suppliers to submit their pre-qualification documents to tender for the projects.

 

Scope of Work:

The Projects involve construction and rehabilitation works and supplies of equipment and furniture for the proposed Entrepreneurship Development Centre, which are listed as follows:

 

Construction Works

Lot ‘A’ Construction of Bakery Facility

Lot ‘B’ Construction of Hatchery/Brooding facility and Deep Litter block for Poultry.

Lot ‘C’ Construction of Battery Cage Block for Poultry.

Lot ‘D’ Construction of Hatchery/Brooding Facility and Ponds for Fishery.

Lot ‘E’ Rehabilitation of 1-Storey Block of Classrooms to accommodate Tailoring, Fashion Design, Cosmetics and Salons.

 

Supply of Equipment and Furniture

Lot ‘F’ Supply of Equipment/Furniture for Tailoring/Fashion Design, Salons, etc to the EDC (City Campus).

Lot ‘G’ Supply of Office Furniture to the EDC (Gesse Campus).

Lot ‘H’ Supply of Machinery/Equipment for Bakery.

Lot ‘I’ Supply of 16 Units of Battery Cages and accessories for Poultry.

 

Pre-Qualification Requirements:

i.        Evidence of Incorporation/Registration with Corporate Affairs Commission

ii.       Evidence of Tax clearance certificate for the last three (3) years.

iii.      An up to date Commercial Bank reference addressed to the Rector confirming the financial capability of the company to execute the project.

iv.      VAT registration certificate and evidence of remittances for the last three (3)     years.

v.       Company certified Audited Accounts for the last three (3) years.

vi.      Company profile which should include GSM numbers, E-mail address of the firm, list of key personnel with their qualifications, professional registration, experience (Pls. attach photocopies).

vii.     List of similar projects previously executed with cost, location and names of     clients. Please attach photographs, letters of awards, completion certificates        (it available).

viii.    List of major equipment and machinery available to the company with evidence of ownership.

ix.      Evidence of fulfilling statutory obligation of payment of training contribution on behalf of employees to Industrial Training Fund.

 

The above documents and any other useful information should be bound and submitted in sealed plain envelope clearly stating the project name and Lot(s) for which the pre-qualification is sought on left hand side corner and addressed to:

 

The Chairman

Procurement Planning Committee

Waziri Umaru Federal Polytechnic

P.M.B. 1034, Birnin Kebbi

Kebbi State

 

To reach him on or before Wednesday, 18th July, 2012 by 12.00 Noon. The documents will be opened at 3.00pm same day at the Council Board Room, Central Administration, Gesse Campus, Argungu Road, Birnin Kebbi.

 

This advert is not an invitation to Tender’, tendering procedure will be applied only to firms that are pre-qualified. The institution shall reserve the right to reject any document that does not satisfy the pre-qualification requirement. The Institution shall not bear any cost incidental to this exercise.

 

Signed

 

Abubakar Abduliahi

Secretary PPC

Invitation for Pre-Qualification/Expression of Interest for the Procurement of Projects and Services Under 2012 Appropriation at Niger Delta Basin Development Authority

Federal Government of Nigeria

Niger Delta Basin Development Authority,

21 Azikiwe Road, P.M.B 5676 Port Harcourt, Rivers State.

 

Invitation for Pre-Qualification/Expression of Interest for the Procurement of Projects and Services Under 2012 Appropriation

 

1.0       Introduction

1.1       Niger Delta Basin Development Authority (NDBDA) is a parastatal of the Federal Ministry of Water Resources charged with the responsibility for Comprehensive Development of Surface and Ground Water Resources, Flood and Erosion Control etc in Bayelsa. Delta and Rivers States. The Authority intends to carry out Procurement for the various Projects and Services under its 2012 Appropriation.

 

1.2       Niger Delta Basin Development Authority hereby invites submission of proposals for Pre-qualification/Expression of interest from interested and competent Contractors and Consultants for the Projects and Services in the 2012 Appropriation under the following categories;

  • Lot 1:                         Water Supply Consultancy
  • Lot 2:             Water Supply Works
  • Lot 3:             Erosion/Flood Control Consultancy
  • Lot 4:             Erosion/Flood Control Works
  • Lot 5:             Irrigation and Drainage Consultancy
  • Lot 6:             Irrigation and Drainage Works
  • Lot 7:             Hydrological Monitoring Consultancy
  • Lot 8:             Hydrometeological Monitoring Works
  • Lot 9:             Other Civil and Mechanical Works
  • Lot 10:           General Works
  • Lot II:              General Goods

 

2-0      Eligibility Criteria

Bidders are to provide the following as minimum pre-qualification requirements for the Project and services of their choice.

a)         Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporate and Article of Association.

b)         Last3 years 2009, 2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension.

d)         VAT Registration with evidence of remittance

e)         Detailed company profile

f)          Evidence of experience in at least five (5) jobs of similar nature and completely executed within the last five (5) years with verifiable letters of contract award, evidence of payment and certificates of jobs completion

g)         Evidence of financial capability/reference letter from a reputable bank

h)       For Joint Ventures (JVs), include Memorandum of Understanding (MOU).

i)         Evidence of Registration with relevant professional bodies such as ARCON, COREN, ICCON and IPAN, etc

j)          Full accounts details including SORT code.

k)         Possession of satisfactory Quality Assurance/Quality Control manuals

l)         Having annual Auditors reports for the last 3 Years (2009.2010 & 2011).

 

2.2.      For Goods

a)         Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporate and Article of Association.

b)         Last 3 years, 2009, 2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension

d)         VAT Registration with evidence of remittances

e)         Detailed Company Profile

f)          Evidence of experience in at least five (5) jobs of similar nature and completely executed within the least five (5) years with verifiable letters of contract award, evidence of payment and certificates of job completion.

g)         Evidence of financial capability/reference letter from a reputable bank,

h)       For joint Ventures (JVs), include Memorandum of Understanding (MOU)

i)         Full accounts details including SORT code

j)          Possession of satisfactory Quality Assurance/Quality Control manuals,

k)         Having annual Auditors reports for the last 3 Years (2009, 2010 & 2011).

 

2.3       For Works

a)         Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporate and Article of Association

b)         Last 3 years, 2009, 2010 and 2011 Tax Clearance Certificates

c)         Evidence of Pension and Social Security contribution and evidence of remittance of employee Pension

d)         VAT Registration with evidence of remittances

e)         Detailed Company Profile

f)          Evidence of experience in at least five (5) Jobs of similar nature and completely executed within the last five (5) years with verifiable letters of contracts of award and evidence of payment and certificates of completion.

g)         Evidence of financial capability/reference letter from a reputable bank

h)       For Joint Ventures (JVs), include Memorandum of Understanding (MOU).

i)         Full accounts details including SORT code.

j)          Possession of satisfactory Quality Assurance/Quality Control manuals

k)         Having annual Auditors reports for the last 3 Years (2009, 2010 & 2011)

L)         Bidders are to provide evidence of ownership/lease of relevant construction equipment. Non Compliance will lead to disqualification.

 

3.0       Collection of Pre-Qualification/Expression of Interest Documents

3.1       Standard Bidding/Pre-qualification Documents will be available for collection from 12 Noon Wednesday 6th June, 2012 upon the presentation of evidence of payment of non-refundable tender fee of N30,000.00 (Thirty Thousand Naira) only, for Works Project, Consultancy Services (NIL) and N 10,000.00 (Ten Thousand Naira) only, for Goods into the Authority  Account as follows:

 

Account Name:       Niger Delta Basin Development Authority

Bank:                         First Bank Plc, Main Branch, Port Harcourt.

Rivers State

Account Number:   2012528677

Code:                         011214348

 

3.2       All terms and conditions in the collected Pre-qualification Documents must be strictly adhered to please.

 

4.0       Submission of Documents

4.1       Completed bid documents (One set of hard copy and One Electronic copy incompact disk and Microsoft office) shall be submitted in sealed envelopes and labeled “PRE-QUALIFICATION/EXPRESSION OF INTEREST” marked “Lot Name and No.” at the top right hand corner of the envelope und addressed to:

 

4.0       Submission of Documents

4.1       Completed bid documents (One set of hard copy and One Electronic copy incompact disk and Microsoft office) shall be submitted in sealed envelopes and labeled “PRE-QUALIFICATION/EXPRESSION OF INTEREST” marked “Lot Name and No.” at the top right hand corner of the envelope and addressed to:

 

THE MANAGING DIRECTOR

NIGER DELTA BASIN DEVELOPMENT AUTHORITY

P.M.B. 21 AZIKIWE ROAD, 5676 PORT HARCOURT,

RIVERS STATE.

 

5.0       Closing Date for Submission of Bids

5.1       The closing date for the submission in respect of all projects is on or before 12 noon, Tuesday, 3rd July, 2012.

 

6.0       Opening of Bids

6.1       Prequalification and Expression of Interest will be opened same day at 2:00pm, Tuesday, 3rd July, 2012 at the Authority’s Conference Hall, Headquarter premises, Port Harcourt.

6.2       Only firms whose Pre-qualification and Expression of Interest Documents fulfill the requirements would be considered for the next stage.

 

7.0       Note: Those who qualified for the next stage ie. Commercial bidding will be required to submit 2 percent bid security to cover the value of their bids. Non submission of this will lead to rejection of the bid.

 

8.0       Enquiries

8.1       All enquiries should be directed:

 

HEAD OF PROCUREMENT

NIGER DELTA BASIN DEVELOPMENT AUTHORITY

P.M.B. 21 AZIKIWE ROAD, 5676, PORT HARCOURT

RIVERSSTATE.

 

9.0       Disclaimer and Conclusion

9.0       This announcement is published for information Purposes only and does not constitute an offer by the Authority to transact with any party for the project and services listed nor does it constitute a commitment or obligation on the part of the Authority to procure/ concession services.

9.2       The Authority will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

9.3       The authority pledge fair and equal treatment of all participant but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liability whatsoever.

 

Signed:

The Managing Director

Niger Delta Basin Development Authority

Port Harcourt, Rivers State.