Procurement of Office Furniture and Fittings at Infrastructure Concession Regulatory Commission (ICRC)

Invitation for Bids (IFB)

 

Government of Nigeria

Public Private Partnership (PPP) Project

Credit No. 4881 – NG

 

Procurement of Office Furniture and Fittings

 NCB No: ICRC/PPP PROJECT/NCB/05/2012

 

The Federal Government of Nigeria has received credit from the International Development Association (IDA) toward the cost of Public Private Partnership (PPP) Project, and it intends to apply part of the proceeds of this credit to payments under the Contract of Office Furniture and Fittings.

 

The Infrastructure Concession Regulatory Commission now invites sealed bids from eligible and qualified bidders for the supply and fixing of the items below:

 

Lot No. Description

 

Qty Delivery Period Bid Security Delivery
Furniture & Fittings 60 Days

 

2.5% of the bid price Plot 1270 Ayangba Street Garki Area 11 Abuja
Lot 1 a. Office Tables Various
b. Office Chairs Various
Lot 2 Window Blinds Various

 

Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loam and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

Interested eligible bidders may obtain further information from Infrastructure Concession Regulatory Commission and inspect the Bidding Documents at the address given below from 8:00 am -4:00 pm Local time (Mondays – Fridays)

 

A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below upon payment of a non refundable fee of N15,000.00. The method of payment will be cash or Bank draft payable to Infrastructure Concession Regulatory Commission.

 

Bids must be delivered to the address below on or before Wednesday June 20th June 2012 by 11am. 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 on Wednesday 20th June, 2012 by 12 noon at the address below. All bids must be accompanied by Bid Security of at least2.5% of the hid price.

 

Signed

Nelson Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission (ICRC)

Plot 1270 Ayangba Street Garki Area 11, Abuja, Nigeria

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

 

Invitation for Pre-qualification for Execution of 2012 Approved Capital Project at Federal Science and Technical College, Awka

Federal Science and Technical College, Awka

P.M.B 6047, Akwa

 

Invitation for Pre-qualification for Execution of 2012 Approved Capital Project.

 

The Federal Science and Technical College, Awka, Anambra State hereby invites application for pre-qualification exercise from reputable contractors/companies for execution of its 2012 capital projects as approved.

 

1.0     Areas of Service Required:

i.        Construction of 1 No. 1 -storey Girls Hostel.

ii.       Construction of Sports Pavilion.

iii.      Equipping of Foundry Craft Practice Workshop

iv.      Equipping of Fluid Mechanic Craft Practice Workshop.

v.       Completion of 320 Metres Perimeter Fencing

vi.      Completion of the College Assembly/Dining Hall.

vii.    Equipping of Machines Tools Crafts Practice Workshop.

viii.   Construction of 2 Nos 3 bedroom Staff Quarters.

 

2.0     Pre-qualification Requirement:

Those interested in the pre-qualification process are required to submit the following documents for assessment:

i.        Evidence of company Registration with Corporate Affairs Commission (CAC)

ii.       Company Tax Clearance Certificate for the last 3 years.

iii.      Evidence of previous similar job experience.

iv.      Evidence of financial competence and support and last 3 years Audit Account.

v.       VAT Registration Certificate and evidence of post remittances.

vi.      Company profile indicating detailed CVs of key company staff.

vii.     List of equipment to be used for the project.

viii.    Evidence of compliance with pension Act of 2004.

ix.      An Unconditional Advance Payment Guarantee from a reputable bank.

 

Note that the original copies of the documents mentioned in (i, ii, v and viii) above must be produced for sighting during the opening session while the absence of any of them will signify outright disqualification.

 

3.0     Submission of Pre-qualification Documents:

The pre-qualification documents which should be sealed in an envelope and marked for example: “Pre-qualification for Renovation of Workshop in FSTC, Awka, Anambra State” must be returned on or before 4th June 2012 to:

 

The principal,

(Through the Secretary, Procurement Process Committee)

Federal Science and Technical College,

P.M.B.6047, Awka, Anambra State.

 

4.0     Opening of Pre-qualification Bids:

The pre-qualification bids shall be opened in the presence of the contractors’ representatives who choose to attend on 12th June 2012 at 12 noon in the College Conference room located within the college administration Block.

 

4.1     It should be noted that this is NOT an invitation to tender. Only pre-qualified contractors/companies will be invited to tender.

All cost incurred by respondents as a result of this information shall be to the respondents’ accounts.

 

4.2     The college will not enter into any correspondence with company or individual on why a Company was not pre-qualified.

 

4.3     This notice and related pre-qualification process neither creates any commitment by the college nor establishes any legal relationship with the college.

 

Signed:

Secretary,

Procurement Process Committee

For: Principal.

Invitation to Tender for Projects under the 2012 FGN Capital Budget Appropriations Kaduna Electricity Distribution Company

Kaduna Electricity Distribution Company

Electricity House, New Head office Building

1/2 Ahmadu Bello Way, Kaduna

 

Invitation to Tender for Projects under the 2012 FGN Capital Budget Appropriations

 

Introduction:

The Federal Government of Nigeria has made budgetary provision in the 2012 financial year to procure, repair and upgrade electricity infrastructure in the country in its continuous efforts to improve power supply, energy efficiency and ultimately enhance service delivery to the numerous customer of PHCN and the citizenry.

 

Accordingly, the Kaduna Electricity Distribution Company (PHCN) hereby invites interested and reputable Manufacturers Representatives and contractors with relevant experience in electrical works and the supply of electrical equipment/Distribution materials to tender for the supply and execution of the under listed projects (Lots 125).

 

S/N Lot Description and Scope of Work
1 KD-01 Supply and installation of 500 KVA 11/0.415KV Distribution transformers with Associate HT and IT extensions at Kafanchan Town in Kaduna State.
2 KD-02 Supply of 33 KV fiber glass cross-arms and rehabilitation of 33KV line on Tambuwal-Kebbe Town of Sokoto State.
3 KD-03 Reconductoring and tree trimming of 11 KV Lines In Tambuwal Town of Sokoto State
4 KD-04 Supply of fire Extinguishers to Head office stores, Kaduna
5 KD-05 Supply and Installation of 500KVA 11/0.415KV Distribution Transformers to Tambuwal, Kebbe, Sanyina, Dogondaji and Jabo Towns in Sokoto State
6 KD-06 Supply of 300KVA and 500KVA 11/0.415KV Distribution Transformers to Head office stores in Kaduna.
7 KD-07 Supply and Installation of 300KVA 11/0.415KV Distribution Transformers in Sabon Birni and Isa IGA of Sototo State.
8 KD-08 Supply and Installation of 300KVA 33/0.415KV Distribution Transformers in Gwadabawa, llela, Wurno and Goronyo LGAs of Sokoto State.
9 KD-09 Supply and installation of 33/0.415, and 11/0.415KV, Distribution Transformers in Gada and Rabah LGAs and 500KVA 11/0.415 kv Distr. Trans. in R/Sambo area of Sokoto State.
10 KD-10 Rehabilitation of 33kv lines from Sabon Birni to Isa and Rabah to Gandi and Gada to llela towns in Sokoto State.
11 KD-11 Supply and Installation of 300KVA 11/0.415KV Distribution Transformers in Kaura LGA of Kaduna State.
12 KD-12 Supply and Installation of 300KVA 11/0.4l5kv Distribution Transformers in Jaba LGA of Kaduna State.
13 KD-13 Supply of critical  Distribution materials for maintenance
14 KD-14 Supply and replacement of obsolete switchgears at Dawaki injection sub station, Kaduna.
15 KD-15 Supply of RC Poles to Head office stores, Kaduna.
16 KD-16 Supply of cables and termination kits to Head office stores, Kaduna.
17 KD-17 Supply of fiber glass cross- arms to Head office stores, Kaduna.
18 KD-18 Supply and Installation of 300KVA33/0.415kv Distribution Transformers at Kauru and Completion of electrification of Kadaje and Galadimawa in Kaduna State.
19 KD-19 Supply of rapid rupturing fusses to Head office stores, Kaduna.
20 KD-20 Supply and Installation of 300KVA 11/0.415kv Distribution Transformers at Igabi LGA of Kaduna State.
21 KD-21 Supply and Installation of 500KVA 33/0.415kv Distribution Transformers at Badarawa, Mashema and Doule towns of Zamfara State.
22 KD-22 Supply and Installation of 500KVA 11/0.415kv Distribution Transformers to Mabera area of Sokoto South LGA.
23 KD-23 Extension of Electricity to Gombi, Sawashi in Makurdi Villages in Yauri/Shanga/Ngaski in Kebbi State.
24 KD-24 Extension of Electricity to Hayin Ojo Makwara Kwantarasha and Hayin Dogo in Sabon Gari Zaria, Kaduna State
25 KD-25 Supply and Installation of Distribution transformers at Hayin Dogo in Samaru, Hayin Ojo, Kwantarasha/Tohu, Hanwa, muchiye, Jushi, Sabon Gari, Chikaji, Marmara in Sabon Gari, Federal Constituency in Zaira, Kaduna State.

 

Requirements:

Interested companies are required to submit three (3) copies of Bids with specific chapters, paginated and separated by dividers in the same order as set out under A & B below.

 

(A)    Mandatory Requirements (without which the company will be disqualified)

i.        Evidence of registration with Corporate Affairs Commission (CAC). Certified True Copy of Certificate of Incorporation and Memorandum and Articles of Association should be submitted.

 

ii.       Evidence of compliance with the Pension Reform Act. 2004 with updated remittances.

 

iii.      Report of Audited accounts and tax clearance for the last three Years (2009, 2010, 2011).

 

iv.      Evidence of VAT registration and past VAT remittances.

 

v.       Evidence of payment of N50,000.00 only as non-refundable Bid fee for the collection of the bid documents.

 

vi.      Comprehensive company profile with all relevant information concerning physical addresses, Telephones (GSM), fax, e-mail address of the company and its Representative should be submitted.

 

vii.     Documented evidence of Financial Capability including Bank reference

 

viii.    A sworn affidavit affirming that all the Directors of the company have never been convicted in a court of Law and no staff of KDEDC has pecuniary Interest in the company. The affidavit should also affirm the true financial and technical position of the company.

 

ix.      Any other relevant documents that may place the company on a Comparative advantage above others.

 

(B)   Technical Details

i.        Proof of available office, resources, warehouse, equipment, facilities etc.

 

ii.       Proof of technical expertise and Resume of Key officers to be involved in the execution of the project.

 

iii.      Details of relevant and verifiable experience of similar projects executed by the company (please attach copies of transaction documents including project Completion-Certificates).

 

Note: Kaduna Electricity Distribution Company shall verify all claims made by Companies. therefore: all necessary authorities and guarantee for verification must be submitted.

 

Collection of Bid Documents:

The Bid documents, both Technical and Financial, are obtainable from the Secretary, Management Tender’s Board, Kaduna Electricity Distribution Company Electricity House, New Head office Building, Ahmadu Bello Way. Kaduna. Nigeria on evidence of payment in Bank draft, of a non-refundable Bid fee of N50,000.00 payable to PHCN Kaduna Electricity Distribution Company.

 

Submission of Bid Documents

Completed Bids must be submitted, in person, on or before Friday, 29th June 2012 by 5pm in sealed envelopes clearly separated and marked as “Project Name, Technical and Financial proposal” and addressed to:

 

Chief Executive Officer

Kaduna Electricity Distribution Company (PHCN)

1st Floor, Electricity House, New Head office Building,

No. ½ Ahmadu Bello Way

Kaduna, Nigeria.

 

Please Note:

1.       Returning of bid/Tender documents should only be done be done within working days and hours of (8am-5pm) daily.

 

2.       In all correspondence, please quote the reference number on the bid document. All cost incurred by the bidder for the preparation and submission of the bids are to be borne exclusively by the Bidder, KDEDC shall be absolved from any form of liability.

 

3.       This advertisement shall not be construed as a commitment on the part of KDEDC nor shall it entitle the Tnederer to make claims what so ever or seek any indemnity from KDEDC by virtue of such Tender having responded to this advert.

 

4.       No extension shall be granted after the closing date

 

5.       Submission of Bids will close on Friday, 29th June, 2012 by 5:00pm.

 

Signed:

Management

Kaduna Electricity Distribution Company

Invitation for Expression of Interest (EOI) for the Rehabilitation and Expansion of the New Greater Onitsha Water Scheme through Public Private Partnership (PPP) Procurement at Anambra State Government (ANSG)

Anambra State Government

 

Invitation for Expression of Interest (EOI) for the Rehabilitation and Expansion of the New Greater Onitsha Water Scheme through Public Private Partnership (PPP) Procurement

 

A.       Introduction

The Anambra State Government (ANSG) as an integral part of its vision (ANIDS) and policy thrust has embraced the Public Private Partnership (PPP) initiative as a major strategy for the accelerated delivery of one of its public infrastructure especially in water supply.

 

Onitsha as one of the largest economic and commercial nerve city centres of the Eastern states and indeed Nigeria and where 60% of the entire Anambra state population reside; thus to effectively serve the city and its environs, the Anambra State Government (ANSG) through the Ministry of Public Utilities, Water Resources and Community Development (MPUWRCD)/the State Water Corporation (SWC) is desirous of rehabilitating, upgrading and expanding the greater Onitsha water scheme in Onitsha/environs in Anambra State with an estimated capacity of 240.000m3/day (53MGD) on completion.

 

 

The new greater Onitsha water scheme will include the rehabilitation, upgrading and expansion of the existing scheme, construct and develop a new scheme and integrate them to be the new Onitsha water scheme with an estimated production capacity of 240,000m3/day (53MGD) based on projected population of 2.0 million in 2015.

 

 

The new Onitsha water supply scheme will be implemented from different

locations within Onitsha and environs: the existing Nkisi River intake source,

Army Barracks borehole field (4boreholes) Nkpor River intake source,

Onitsha GRA borehole field (13boreholes), Onitsha South borehole field

(3boreholes); existing water treatment plants at Nkisi, Onitsha GRA,

Barracks; Reserviour Tanks at Nkisi, Onitsha GRA, Onitsha South, Ogidi,

and Army Barracks. Raw water sources from Rivers and boreholes are envisaged as the water sources for the scheme. Both conventional and modern water treatment processes will be employed.

 

 

ANSG now intends to invite expression of interest from reputable and experienced potable water plant operators developers and investors either as individual firm or consortium with the requisite capabilities to submit qualifications for the purposes of being shortlisted to participate competitive tender for the rehabilitation, upgrading, expansion and operation of the New Greater Onitsha Water Supply Scheme (the project). The envisioned PPP Procurement structure is a Design, Build, Finance, Operate and Transfer (DBFOT) model.

 

On behalf of the ANSG, The Ministry of Public Utilities Water Resources and Community Development(MPUWRCD)/SWC hereby invite EOI submissions from interested international and local parties for the execution of the project for a defined concession period under DBFOT model.

 

 

B.       PROJECT SCOPE

The requirements for the execution of the new greater Onitsha Water Supply

Scheme will include but not limited to the following:

(i)      Review and update of the existing and expansion projects technical

feasibility reports.

(ii)     Undertake the requisite engineering designs for the appropriate exploitation of the raw water sources and treatment process for the water supply plants  considering  the  available  raw water sources  and transmission/distribution options, It should be noted that ail designs would be carried out based on acceptable cost effective technical design principles and performance criteria/standards,

(iii)    Prepare a schedule of project cost and Bill of Quantities.

(iv)    Responsible for the operation and maintenance of the water supply scheme with conformance with best practices against mutually established benchmarks of performance of performance during the envisaged concession period.

 

 

C.    Requirements from Interested Parties

In order to be pre-qualified, the prospective firm or consortia must possess the relevant experience in the development, operation and management of water supply scheme. They are required to submit comprehensive information as follows:

 

 

 

  • Full name and nationality (country of registration) of the company and contact person, postal address, telephone, and e-mail addresses,
  • Company registration including Certificate of Incorporation, certified true copies of Memorandum and Articles of Association and CAC Form C07 or the equivalent.
  • Most recent 3-years Audited Financial Statements and latest Management Accounts.
  • Evidence of available financing/access to credit line
  • Project team, including specialist consultants and a list of key personnel and organization chart, qualifications and relevant experience.
  • Evidence of previous experience in carrying out similar works in the development and operation of water supply schemes project, including the following details:
  • (i) Name of Project, Brief Description and Client,
  • (ii) Scope of Work.
  • (ii) Contract Value
  • (iv) Contractual Period
  • (v) Nature of Contract (PPP, lump sum etc),
  • (iv) Name and address of related client’s referee.

 

 

Note: Preferences shall be given to submissions that show exceptional value for money, maximum operational innovation and excellent project management initiative.

 

 

D.      Submission of Expression of Interest (EOI)

Interested firms may obtain further information at the address below during office hours between 9.00am to 4.00pm or by electronic mail.

 

The EOI submission should include:

One (1) original copy and four (4) other copies of EOI to be delivered in a sealed envelop and delivered on or before 18th June, 2012 to the address below no later than 4:30pm time on the said date.

 

Contact:

The Honourable Commissioner

Ministry of Public Utilities, Water Resources and Community Development

Government House,

Awka, Anambra State.

Tel: +234-01-8022219417/4+234-01-8078094545

E-mail: jnwankwu@yahoo.com

 

It should be noted that this invitation does not constitute a commitment on the part of ANSG and/or MPUWRCD or the state water cooperation (SWC) to award the project to any firm or consortium expressing interest. Furthermore the submission of documents shall not entitle any of the interested parties to any claims against ANSG and/or MPUWRCD or SWC by virtue of such firm or consortium having responded to the EOI invitation. All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for  information shall be for respondent’s account only.

 

Invitation for Tendering at Regional Centre for Training

Regional Centre for Training

In Aerospace Surveys (Rectas)

Under the Auspices of the United Nations Economic Commission for Africa (UNECA)

 

 

Invitation for Tendering

 

The Regional Centre for Training in Aerospace Surveys (RECTAS) was established in 1972 under the auspices of the United Nations Economic Commission for Africa (UNECA) as an educational “one-stop” solution institution that train highly skilled manpower in the science and technology of geospatial information. The Centre is situated on the Obafemi Awolowo University campus, lle-lfe, Nigeria. The Federal Government of Nigeria, as host country, is supporting some physical development activities in the Centre. The Centre therefore invites the public to forward their tender in respect of any of the following projects:

 

1.       Completion of ongoing International Student Hostel (Block B)

2.       Completion of ongoing International Auditorium

3.       Completion of ongoing staff quarters

4.       Construction of Lecture theatre

5.       Construction of International Guest House

6.       Provision and rehabilitation of infrastructural facilities:

 

(i)      Roads network

(ii)     Drainage system

(iii)    Water pipe network

(iv)    Electricity & streetlights

 

7.       Furnishing of lecture theatres.

8.       Provision of digital facilities/software for:

(i)      Geographic Information Systems (GIS) laboratory

(ii)     Photogrammetry & Remote Sensing (PRS) laboratory

(iii)    Cartography laboratory

(iv)    Information Communication Technology (ICT) laboratory

9.       Establishment of e-library and stocking of books & journals

10.     Completion of ongoing Recreation Centre:

(i)      Football pitch

(ii)     Lawn tennis court

 

Tender Requirements

  • Evidence of Company Registration
  • Evidence of tax clearance certificate in the last 3 years.
  • Evidence of VAT registration and remittance in the last 3 years.
  • Evidence of financial capability to handle the work.
  • Company  profile  which   includes   names,   qualification and experience of key personnel, evidence and proof of similar projects previously executed.
  • Evidence of registration with the Office of the Surveyor-General of the Federation or Federal Ministry of Works.

 

Collection of Tender Documents

Bidding documents should be collected on payment of a non-refundable fee of

(a)     N100,000.00 for each project listed No. 1-6(i)

(b)     N50.000.00 for each project listed No. 7-9.

(c)      N25.000.00 for each project listed No. 6(ii) &10.

 

Important Information

1.       The Centre reserves the right to verify the veracity and authenticity of any claim(s) made in the documents submitted by companies.

2.       Failure to comply with instructions and provision of any required documents may result in automatic disqualification

3.       The Centre reserves the right to reject any or all documents.

 

 

Submission of Tender

Completed tenders should be submitted in sealed envelopes with the inscription of the project tendered for on or before 19th June, 2012 to:

The Executive Director

Regional Centre for Training in Aerospace Surveys (RECTAS)

Off Road l. Obafemi Awolowo University Campus

P.M.B. 5545,                                                        ‘

Ile-Ife, Osun State, Nigeria.

 

Note: Opening of tenders shall take place one week thereafter at 12noon at the Centre.

 

Management