Procurement of Works and Goods at Abuja Electricity Distribution Company

Power Holding Company of Nigeria Plc

Abuja Electricity Distribution Company

No.1 Ziguinchor Street, Off IBB Way, Wuse Zone 4

P.M.B 631, Garki-Abuja

 

Public Notice

 

Invitation to Tender

 

1.0       Introduction

The Power Holding Company of Nigeria Plc, Abuja Electricity Distribution Company (AEDC) wishes to notify the General Public of its intention to procure works and Goods in the 2012 Fiscal Years. These are to be  funded through year 2012 Federal Government Capital Budget Appropriation.

 

Interested reputable and qualified Manufacturers, Contractors and Suppliers are hereby invited to submit Tender for desired Lot(s) listed below:

 

2.0       Scope of Work

Lot No. Description of Project Location Tender Fee (N) 
1. Procurement and Installation of 1 No. 15MVA Power Transformer beside Obasanjo House Abuja (G4 Inj.S/S FCT 100,000
2. Procurement and Installation of 1 No1. 15MVA Power Transformer  opposite Garki Model Market Abuja (G32 Inj.S/S) FCT 100,000
3. Construction of 33KV Overhead line and installation of  2x15MVA, 33/11KV Injection substation at Iyara Ijumu, Kogi State Kogi 150,000
4. Construction of 33KV Overhead line  and installation of  2x15MVA, 33/11KV Injection substation at Fehinti Kabba, Kogi State Kogi 150,000
5. Construction of 1×7, 5MVA Injection substation at Obehira/Udoma Quarters in Okene LGA Kogi 150,000
6. Electrification of Paiko-Ibwa in Gwalada Area Council of Abuja FCT 150,000
7. Electrification of  Kwota-Yebu in Kwali Area Council of Abuja FCT 1000,000
8. Electrification of Tukpechi-Godozhi in Kuje Area Council of Abuja FCT 1000,000
9. Electrification of Apo Village-Takushara Buruni in Amac LGA of Abuja FCT 1000,000
10. Electrication of Igu-sherep-Kawu in Bwari Area Council of Abuja FCT 1000,000
11. Purchase and Installation of Transformer at Matadi Street, Wuse Zone 3, FCT, Abuja FCT 20,000
12. Construction of 33KV Overhead line from Transmission substation beside cental Mosque to mabushi, Abuja FCT 50,000
13. Construction of 11KV Overhead line from zone 1 Inj. S/S towards NNPC Mega Station to relief 11KV feeder from National Hospital, Abuja FCT 20,000
14. Construction of  11KV feeder from zone 1 inj. S/S to zone 7, Abuja FCT 20,000
15. Construction of  11KV feeder from zone 1 inj. S/S towards zone 3, Abuja FCT 20,000
16. Replacement of faulty electronic modules for Hawker siddeley Outdoor 33KV Circuit Breaker across the zone FCT 20,000
17. Replacement of faulty O/C & E/F and differential Relays across the zone FCT 20,000
18. Rehabilitation of Distribution Transformers across the Zone FCT 20,000
19. Installation of 300KVA and 500KVA Transformers for Relief FCT 50,000
20 Rural Electrification at Gaba -Igu to Kawu, Bwari Area Council, FCT Abuja FCT 100,000
21. 2No. 500KVA Transformer and Installation at Iddo Sarki Community, Airport Road, Abuja. (1) Fadama Zone, (2) Angwa Bassa Zone. FCT 20,000
22. Relief Substation at Regina Pacise, Garki and Koroduma, Kurudu and Amac Estate, Lugbe FCT 50,000
23. Replacement of faulty 15MVA, 33/11KV Power Transformer to relief the existing 1No. 15MVA, 33/11KV T/F at K3 Bwari Injection S/S FCT 50,000
24. Replacement of 11KV Obsolete Switchgear FCT 50,000
25. Procurement and Installation of 500KVA Transformer for Ulaja Village in Dekina LGA, Kogi state Kogi 20,000
26. Transformers for Ageva, Etahi, GRA, Idare/Idare/Idogido, Idiche, Idoji, Idozumi, Inike, Obehira, Okeneba, Okengwe and Ozuwaya in Okene LGA. Kogi 50,000
27. Transformers for Eika, Ikuehi, Katuru, Obangede Obeiba, Oboroko, Ohueta and Otite, Usunwe in Okehi LGA. Kogi 50,000
28. Transformers for Eni, Okehi, Oshobaneatigben and Oturu –Opowu in Ogori/Magongo LGA Kogi 50,000
29. Transformers for Adogo, Ebiya Eganyi and Unosi in Ajaokuta LGA. Kogi 50,000
30. Transformers for Inoziomi, Karaworo New Layout, Anyoke and Zango daji (Uvete) in Adavi LGA. Kogi 50,000
31. Supply and Installation of 1No. 500KVA Relief Transformer at Kano Road ward, Kogi State. Kogi 20,000
32 Supply and Installation of 1No. 500KVA Transformer at Iffe, Kogi State. Kogi 20,000
33. Supply and Installation of 1No. 500KVA Transformer at Atkakun, Kogi State. Kogi 20,000
34. Procurement and Installation of 500KVA 11/0.415KX at Angwan Tofa in Keffi Town, Nassarawa State. Nassarawa 20,000
35. Procurement and Installation of 500KVA Transformer in National Assement Quarters, Ado, Karu LGA, Nassarawa State. Nassarawa 20,000
36. Installation of Solar Street Light on Umaisha town, Bakono, Tunga and katakpa, Nassarawa State. Nassarawa 50,000
37. Supply and Installation of Transformer Behind Stadium in Keffi, Nassarawa State. Nassarawa 20,000
38. Supply and Installation of Transformer in Mararaban Gurku ward, Nassarawa State. Nassarawa 20,000
39 Supply and Installation of Transformer in Agbowa, Kokona ward, Nassarawa State. Nassarawa 50,000
40. Rehabilitation of Overhead line at Dangana, Ebbo, Muye in Niger State Niger 150,000
41 Construction of 33KV Overhead line at Lapal Dangana –Ewan- Kuchi-Kebba in Niger State Niger 100,000
42. Provision of 3Nos. Transformers for Electrification at Agwara town, Agwara LGA. Niger 50,000
43. Provision of 4Nos. Transformer for Electrication at Agwara town, Agwara LGA. Niger 50,000
44. Electrification of Baji –Kuturi-Tunia-Dado-Tudun Wada, Gigbe –Kudna-Domi, DakuSulu/Shanu-Zabeyedna and Buntu-Yaguru-kopa Niger 150,000
45. Reconductoring of various sections of 33KV feeders to evacuate power from Ajaokuta TS to Kogi East. Kogi 20,000
46. Provision of 1 No. Transformers at Auna Town Magama LGA. Niger 20,000
47 Supply of Rapid Rapturing fuses for D istribution Transformer protection FCT 50,000
48. Purchase of Fire Extinguishers FCT 20,000
49. Provision of Safety Tools and kits FCT 50,000
50. Procurement of Aluminium Conductors to Niger State Niger 50,000
51. Procurement of Concrete Poles to Niger State Niger 50,000
52. Procurement of Distribution Transformers to Niger State Niger 50,000

 

3.0       Requirements

i.          Evidence of company registration/certificate of incorporation

ii.         Photocopies of Current Company Tax Clearance Certificate for the last (3) three Years, 2009, 2010, 2012 (for Companies operating in Nigeria)

iii.        Evidence of VAT registration and remittance (for Companies operating in Nigeria)

iv.        Evidence of pension contribution and remittances of Employee pension for Firms having more than Five (5) Employees

v.         Evidence of Payment of Non-refundable Tender Fee.

vi.        A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a court of law and that all the information provided  above is not false, faked or forged.

vii.       Verifiable Evidence of similar jobs successfully executed, showing letters of award and related completion certificates,

viii.      Evidence of financial capability to execute the proposed work/supply with certified bank statement to buttress claim.

ix.        Company’s Audited Account for the last (3) three years (2009, 2010, 2011).

x.         Submission of Tender Security in accordance with the instructions stated in the Tender Documents, where applicable.

xi.        Companies interested in major construction works including the construction of injection substation must have at last one of its Directors registered with COREN.

xii.       Evidence of international Certification for quality of equipment and materials proposed

xiii.      Evidence of technical, operational and managerial capabilities (with detailed profile of key management staff and personnel to be deployed for the work)

xiv.      Any other related document that will enhance verification of experience and competence.

 

Method of Application

Soft Copies of Tender documents are available for collection upon payment of the appropriate Non-refundable Tender Fee from the office of:

The Principal Manager (Procurement)

Abuja Electricity Distribution Company

1st Floor, No. 1 Ziguinchor Street,

Wuse Zone 4 Abuja.

 

Note:

Bid document will only sold to interested companies upon presentation of bank draft payable to “Abuja Electricity Distribution Company in the sum of the appropriate Non-Refundable Tender fee and advance Photocopies of both certificate of Incorporation and Tax clearance certificate for year 2009, 2011 (for companies operating in Nigeria.)

 

4.0       Submission of Documents

Interested Tenders Should submit their bound Documents arranged in the order stated in 5.0 below, in sealed envelopes marked “Tender for…” indicating the Lot NO and description of the project on the left hand corner of the envelop Name, Telephone number and mailing address of the Tnederer shall be clearly stated on the reverse side of the envelope(s). This shall be addressed to:

 

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinhor Street, Wuse Zone 4

Abuja.      

 

5.0       Tender Packaging

The Tender submissions shall be packaged as follows:

 

5.1       Technical bid: Two sets (Original and Copy) of the technical bid duly marked original and Copy respectively shall be sealed in one envelope and addressed as in 4.0 above.

 

The top left hand corner of the envelope shall be marked “Technical Bid” stating the lot No. and Job description. The name, Telphone Number and address of the Tenderer shall be written on the reverse side of the envelope.

 

5.2       Financial Bid: Two sets (Marked Original and Copy respectively) plus soft copy of the Financial bid shall be sealed in another envelope and addressed as in 4.0 above.

 

The top left hand corner of the envelope shall be marked “Financial Bid” Stating the Lot No. and Job description. The name, Telephone Number and address of the Tenderer shall be written on the reverse side of the envelope.

 

5.3       The two sealed envelopes viz: Technical Bid and Financial Bid shall be enclosed in a third envelope. This final envelope shall be addressed as in 4.0 above, stating the Lot No. and Job description on the top left corner of the envelope while the reverse side shall bear the Name, Telephone number and mailing addressed of the Tenderer.

 

Please adhere strictly to the packaging instructions of the bid documents.

 

6.0       Closing Date for Tender Submission

The Tender must be delivered by hand or mail to reach the following address on or before 16th July 2012 by 5.00pm.

 

The Chief Executive Officer

Abuja Electricity Distribution Company

No. 1 Ziguinhor Street, Wuse Zone 4

Abuja.      

 

7.0       Tender Opening

Tender documents shall be opened on Tuesday 17th July 2012 by 10.00am at Arewa Suite, Central Business District, Abuja

 

Note:

1.         Items I-VI under 3.0 are mandatory requirements for any submission to be considered as responsive

2.         No bidder will be considered for more than Two (2) Lots at award.

3.         Any submission that is not substantially responsive will not be processed

4.         Tenderers are advised to bid for lot(s) in the area of their competences

5.         Non compliance with the provision of the procurement Act 2007 will result in automatic disqualification.

6.         Any Tenderer that submits fake document shall disqualified

7.         Only Technically qualified companies/contractors shall have their Financial Bids Opened.

8.         Notice of Financial Bid opening will be communicated to Only Companies/Contractors that emerge successful from the Technical bid evaluation.

 

This Advertisement shall not be construed as a commitment on the part of Abuja Electricity Distribution Company’s Management nor shall it entitle responding Tenderers to seek any indemnity from Abuja Electricity Distribution Company by virtue of such Tenderers having responded to this advertisement.

 

Further Clarifications  can be obtained from:

The Principal Manager (Procurement)

Abuja Electricty Distribution Company

1st Floor, No. 1 Ziguinchor Street, Wuse

Zone 4, Abuja. Phone: 0803 314 1459

E-mail: aedcprocom@yahoo.com

 

Signed:

Management

Abuja Electricity Distribution Company

 

 

Pre-qualification and Tender for works at Gwagwalada Area Council

Gwagwalada Area Council

Invitation for Pre-Qualification and Tender

 

Introduction:

The Gwagwalada Area Council intends to engage the services of credible and reputable companies/contractors for selected works under the year 2012. The Area Council therefore, wishes to invite response from contractors for pre-qualification/Tender for works categorized under the following lots:

 

Lot 1:          Expansion of Paiko-Kore water scheme

Lot 2:          Rehabilitation of Passo, Council Secretariat, Hon. Chairman’s official residence water scheme.

Lot 3:          Provision of portable water scheme at Sister’s Home visitors of Mary site Gwagwalada.

Lot 4:          Construction of prototype Health Clinic at Anagada.

Lot5:           Construction of prototype Health Clinic at Kaida Sabo.

 

Eligibility Criteria

(a)     Evidence of registration with Corporate Affairs Commission including    Certificate of Incorporation and Article of Association

(b)     Last three years Tax clearance Certificates

(c)      Evidence of registration with Gwagwalada Area Council

(d)     VAT registration with evidence of remittances.

(e)      Comprehensive company profile

(f)      List of similar jobs executed previously.

(g)     Verifiable evidence of financial support by reputable bank.

(h)     Audited account details for the last there (3) years

 

Collection of Tender Document

Tender documents are to be collected from the works department upon presentation of evidence of payment of non-refundable tender fee for any of the LOTS respectively

 

Submission of Pre-Qualification/Tender Documents

Interested bidders are to submit pre qualification and tender documents in two different sealed envelopes appropriately marked “Pre-qualification” and “Tender” with the company, name indicated at the back of each envelope. Both envelope marked the lot number at the top right hand corner and addressed to: The Secretary Tender Board, Gwagwalada Area Council, FCT-Abuja. Completed document should be submitted on or before 26th June 2012 by 12.00noon local time. The Tender shall be opened on 27th June2012 in the conference Hall of Gwagwalada Area Council. Interested bidders or their representatives are hereby invited to attend the opening function.

 

Conclusion

  • The Tender Board reserves the right to verify the authenticity of claims made in the documents submitted.
  • The Tender Board will not be responsible for any cost or expenses incurred by any interested party in connection with any response to the invitation.
  • The Tender Board is not bound to shortlist any bidder and reserves the right to annual selection process at any time without incurring any liabilities.
  • The Tender Board reserves the right to reject any tender in part or in full.
  • The Tender Board is not bound to accept the lowest tender.

 

Signed:

Alh.   Isah N. Dangara                      

For: Chairman, Tender Board.

 

Request for Proposal to Offer Facility Maintenance Services at United Nations in Nigeria

Request for Proposal

 

Subject: RFP to offer Facility Maintenance Services to United Nations in

Nigeria

 

The United Nations Development Programme (UNDP) in Nigeria would like to invite qualified firms/organizations to submit their proposal to offer Facility Maintenance Services to United Nations in Nigeria”

 

All firm/organizations that wish to participate in the bid can access the RFP document on the following websites http://procurement-notices.undp.org/view_notice.cfm?notice_id=8929 or http://www.ng.undp.org/procurement.shtml

 

Your proposal should be marked and addressed according to the instructions on the RFP document and must be dropped m the UNDP bid box in the following address in hardcopy on or before 22nd June 2012 by 12.00 noon  local time Abuja. Email copies will not be accepted or considered Bids received after the deadline will be rejected.

 

The Service Centre Manager

UNDP- Nigeria,

19, T,Y Danjurrta Street,

Asokoro, Abuja

Nigeria.

 

All bidders using couriers companies to submit the proposal are to advise them accordingly.

 

The submission should be marked and titled “RFP to offer Facility Maintenance Services to United Nations in Nigeria”

 

For any clarification on any aspect of this RFP advert, please send an e-mail to vdmssupport.ng@undp.org  quoting “RFP to offer Facility Maintenance Services to United Nations in Nigeria” as the subject: of the e-mail.

 

We thank you for your interest

 

This Request for Proposal does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

 

Procurement of Motor Vehicle at Plateau State HIV/AIDS Programme Development Project II (HPDP II)

Invitation for Bids (IFB)

Federal Government of Nigeria

 

Plateau State HIV/AIDS Programme Development Project II (HPDP II)

 

Procurement of Motor Vehicle

Credit No. 45960-IFB No: PLACA/HIV/GD/01/NCB/12

 

1.       This invitation of Bids follows the general Procurement notice for this project that appeared in Development Business of April, 2012.

 

2.       The Federal Government of Nigeria has received credit from the international Development Association towards the cost of HIV/AIDS Programme Development Project ii (HPDP II) and intends to apply part of this credit to payments under the Contract for procurement of Motor Vehicles and accessories.

 

3.       The plateau State HIV/AIDS Programme Development Project II (HPDP II) now invites sealed bids from eligible and qualified bidders for procurement of the following vehicles:

 

Lot No. Description Qty Delivery Schedule Bid validity period Bid Security value Site delivery
1. 4×4 DCW wheel drive double cabin 1 60 days from the date of contract award 90 days Not less than 3% of Bid price Plateau AIDS control Agency

PLACA.

2 18 seater bus 1 60 days from the date of contract award 90 days Not less than 3% of Bid price No. 5 Naraguta Avenue GRA, JOS, Plateau State.

 

1.       Bidders may bid for any more lots and discounts offered for the award of combined lots would be considered in bid world Bank’s guidelines: Procurement under IBRD Loans and is open to all bidders from eligible source countries as defined in the Guidelines:

 

2.       Interested eligible bidders may obtain further information from, the Project Manager, Plateau AIDS Control Agency (PLACA): e-mail placajosng@yahoo.com GSM: 08088303096, 08036154305, and inspect the bids document at the address given below from 900am to 4.00pm, Monday through Thursday and 9.00am to 1.00pm on Friday, except on public holiday.

 

3.       Qualifications requirements include: Evidence of Registration with Corporate Affairs, Manufacturers Authorization, Power of Attorney, Warranty Period. Evidence of experience in similar project executed, Audited Financial Statement and Tax Clearance. A margin of preference for certain goods manufactured domestically ‘shall not’ be applied. Additional details are provided in the bidding documents.

 

4.       All bids must be accompanied by a “Bid Security” of not less than 3% of the bid price.

 

5.       A complete set of Bidding Document in English shall be purchased by interested bidders on the submission of a written Application to the address below and upon payment of non-refundable fee of N15,000 only. The method of payment will be in cash/bank draft. The bidding documents will be delivered directly or sent by courier.

 

6.       Bids must be delivered to the address below on or before 27th June 2012 by 10:00am. Electronic bidding will not be permitted. Late bids will be rejected Bids will be opened in the presence of the bidders representatives, who choose to attend in person at the address below on 27th June 2012 by 10:00am.

 

7.       The address referred to above is:

The Project Manager,

Plateau AIDS Control Agency (PLACA) (Board room)

No. 5 Naraguta Avenue GRA, Jos Plateau State

GSM: 08068303096, 08036154305

Email: placajosng@yahoo.com , brumtong@yahoo.com garbagonkolgowon@yahoo.com

 

Pre-qualification for the Procurement of Various Goods at Federal Polytechnic Bali, Taraba State

Federal Polytechnic Bali, Taraba State

 

Invitation for Pre-Qualification and Tender Notice

 

Preamble

The general public is hereby informed that the Federal Polytechnic Bail, Taraba State has received its 2012 Normal Intervention Funds from the Tertiary Education Trust Fund.

 

In line with the foregoing, reputable, qualified and interested contractors are invited to apply for Pre-qualification and Tender processes for the under listed project.

 

A.      Year 2011 Normal Library Intervention

 

S/NO Project Title
1 Procurement of Crop Production and Animal Health Text Books
2 Procurement of Agricultural Engineering Text Books
3 Procurement of Mathematics and Statistics Text Books
4 Procurement of Civil Engineering Text Books
5 Procurement of Basic and Applied Science (Biology, Chemistry and Physics Text Books)
6 Procurement of Computer Science Text Books
7 Procurement of Accountancy Text Books
8 Procurement of Reference Materials
9 Procurement of various Library Equipment

 

B.      Pre-Qualification Requirements

Bidders are required to submit the following:

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

ii.       Company Audited Accounts for the test three (3) years.

iii.      Tax clearance Certificate for the last three (3) years.

iv.      List and source of Equipment to be used for the work.

v.       Evidence of competent Technical and Administrative staff with academic/Professional qualifications and years of experience of key personnel available for the project.

vi.      Bank reference from a reputable Bank.

vii.     Evidence of relevant verifiable experience on similar works in Nigeria over the last three years stating, cost and duration of execution.

vii.     Evidence of VAT remittance.

ix.      Evidence of payment of non refundable Pre-qualification/Tender fees at the

Federal Polytechnic, Bali Bursary department.

x.       Evidence of compliance with the provision of the Public Procurement Act         2007 as related to Pensions.

xi.      Evidence of Registration as Contractor with Federal Polytechnic, Ball.

xii.     Construction programme (as part of Tender Document).

 

C.      Collection of Documents

Pre-qualification and Tender documents shall be made available to interested companies on presentation of a receipt issued at the Bursary Department of the Polytechnic.

 

D.      Submission of Documents

Tender document shall be forwarded to the address below in two separate envelopes. The envelopes containing the Pre-qualification documents should be clearly marked on top “Pre-qualification for the Procurement of …” white the sealed envelope containing the Tender documents should be clearly marked “Tender for the Procurement of…”

 

The submission should be addressed and submitted to:

 

The Registrar

Federal Polytechnic,

PMB 05

Bali, Taraba State

 

The Pre-qualification and Tender documents should be submitted on or before 24th June, 2012 by 12:00noon. The pre-qualification documents will be opened in the presence of the prospective contractors at 2:00pm on the 14th June, 2012, at the Polytechnic Multi-purpose Hall. Attendance at the opening event is important. The Tender of successfully prequalified contractors shall be opened at a later date which would be conveyed to successful contractors.

 

Participation in the Pre-qualification and Tender exercise is not a guarantee for consideration for the Tender process. Bidders are required to note that only pre-qualified companies will be invited for the Tender opening.

 

Signed

Registrar