Invitation for Bids at ECOWAS Commission

COMISSION DE LA CEDEAO

ECOWAS COMMISSION

COMISSAO DA CEDEAO

Invitation for Bids

Date: 21st July 2011

IFB No: -02/LCB/2011

 

1.         The ECOWAS Commission, within the framework of the execution of its budget intends to carry out the production of the below defined items.

 

2.         The ECOWAS Commission now invites sealed bids from eligible bidders for the production of calendars, greeting cards, desk/pocket diaries and gift items for 2012.

 

Lot 1: calendars

Lot 2: greeting cards

Lot 3: desk/pocket diaries

Lot4:  gift/items

A Bidder can participate for one or several lots.

 

3.         Interested   eligible   bidders   may   obtain   further information from and inspect the Bidding Documents at the office of ECOWAS Commission, Directorate of General Administration, 101, Yakubu Gowon Crescent, Asokoro   District,   PMB   401,   Abuja,   Nigeria, ahmed.halima@gmail.com , abujadego50@yahoo.combangoura53@yahoo.com , kabirnfr@yahoo.fr ,

 

A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee of twenty five thousand (25,000) Naira only.

 

Bids must be delivered in an sealed envelope to the above office and clearly marked

“Tender for Production of calendars, greeting cards, greeting  cards, desk/pocket diaries and gift items, Do Not Open, Except in Presence of the  Tender Committee” on or before 3.00pm  on Monday  5th September 2011 and must be accompanied by a bid guarantee (bank guarantee or insurance bond) of:

 

Lot 1:  100,000 Naira only

Lot 2:  100,000 Naira only

Lot 3:  100,000 Naira only

Lot 4:  100,000 Naira only

 

6.         Bids will be opened in the presence of bidders representatives who choose to attend, Monday 5th September 2011 at 3,15 pm , ECOWAS Commission, 101, Yakubu Gowon Crescent, Asokoro District Room 523, Fifth Floor.

 

Halima Ahmed (Mrs.)

Director General Admin

 

Invitation for Tenders for Projects by Suitably Qualified Contractors for 2011 Appropriation at National Agricultural Extension and Research Liaison Services

National Agricultural Extension and Research Liaison Services

Federal Ministry of Agriculture and Rural Development

Ahmadu  Bello University P.M.B 1067, Zaria Nigeria

Ref: NAERLS/RDPU/A-1

Invitation for Tenders for Projects by Suitably Qualified Contractors for 2011 Appropriation

In compliance with Federal Government  2007 Public Procurement Act. The National Agricultural Extension and Research liaison Services (NAERLS), Federal Ministry of Agriculture and Rural Development, Ahmadu  Bello University, Zaria hereby invites reputable and experience Contractors to tender in respect of its approved projects under the 2011 Appropriation.

 

The areas are:

A       Rehabilitation of Headquarters and 5 zonal offices

Rehabilitation of security post/office

Supply office furniture for security post/office

Stabilization of Building and provision of drainage around extension of farm broadcast studio.

 

B       Skill Acquisition and Development Centre

Rehabilitation of skill acquisition centre

Supply of working tools for the skill acquisition centre i.e (R &A tools, Electricians, Masons Carpentry and plumbing Tools),

 

C.      Library information, Documentation and Circulation

Rehabilitation of Library Complex

Supply of Library furniture and equipment

 

D.      Agric Performance Monitoring Surveys

Supply, installation of GIS Soft and Hardware and Specialized training of NAERLS Staff on GIS Lab and field research work.

 

2.       Requirements

Interested Companies are to collect Tender Documents from the Institute upon payment of N20,000.00 only in the institute Cash office

Submission of the Tender Documents should be made in a scaled envelop indicating on the top left hand corner of the envelop the code provided against each of interest as listed above along with the following  documents:

(a)     Certificate of incorporation from the Corporate Affairs Commission

(b)     Evidence of membership of relevant  professional bodies (e.g. COREN, NIA, NIQS, CORBON etc as the case may be)

(c)      Possession of tax clearance certificate for the past three years

(d)     Value Added Tax (VAT) Registration Certificate

(e)      Bank reference letter indicating evidence of accessibility to credit facility

(f)      Copy of audited account for the past three years

(g)     Comprehensive company profile indicating the C.V of key personnel

(h)     Verifiable evidence of past job experiences in similar projects of interest in the past 5 years indicating the contract sum and evidence of satisfactory job performance

(i)      Any other evidence/document that would confirm the skill/competence of the  individual contractors.

 

3.       Submission of Tender Documents

Three copies of the Tenders Document should  be sealed  in separate envelopes and labeled “Tender Document: Lot ———–“ to be sent on or before 5th September, 2011 by 2.00pm addressed to:

Resident Due Process Unit

National Agricultural Extension and Research Liaison Services

Ahmadu Bello University

P.M.B 1067

Zaria.

 

4.       Issues to Note

a)       Document submitted after 5th September, 2011 will automatically disqualify the applicants(s)

b)      The Institute is neither committed nor obliged to write any company to tender not award any contract to partners, contractors, consultants or  agents

c)       The institute is not bound to accept the lowest of any tender submitted

d)      The Institute shall both be responsible for any cost incurred in the preparation and submission of documents.

 

Management

Invitation to Tender at Federal Ministry of Education, Abuja

Federal Ministry of Education

Federal Secretariat, Phase III, Abuja

Invitation to Tender

The Federal Ministry of Education under the 2011 Appropriation Act and ETF Special Intervention Fund is desirous to implement the following projects:

1.0       ETF SPECIAL INTERVENTION PROJECTS IN FEDERAL SCIENCE EQUIPMENT CENTRE (FSEC). IJANIKIN

The project comprises of the following:

Rehabilitation of Dilapidated Workshops; Rehabilitation of Laboratories (Chemistry, Biology, Physics, Fine/Precision Instrument, Advance Instrumentation, Audio Visual/Computer, Laying of Tiles etc) and External Electrification; Supply of Library Furniture and Books; Supply of Workshop Equipment and Tools for Fabrication and Class Practical Demonstration; Supply of Instruments for Practical Class Demonstration; Supply of Generator; and Supply of Vehicles.

 

2.0     GOODS

(i)      Procurement of Computers, Printers, Photocopiers and Accessories:

(ii)     Printing of Newsletter, Journals and other documents;

(iii)    Supply of Furniture items, bookshelves and office equipment;

(iv)    Supply of Buses

(v)     Supply of Digital Camera and Accessories

(vi)    Supply of Sony Radio/Cassette Recorder

(vii)   Supply of Generators (13KVA)

(viii)  ICT Infrastructure and Service provision

(ix)    Supply of Stationeries’

(x)     Electronic Capture of Files

(xi)    Motorized Revolving Shelf for registry automation

(xii)   Electronic Archiving

(xiii)  Supply of Science/Laboratory Equipment

(xiv)  Supply of Instructional Materials for Primary School Teachers

(xv)   Supply of Books

(xvi)  Supply of Technical Equipment

 

3.0     WORKS

(i)      Development of Federal Polytechnics Alaiyede, Ogo Oluwa LGA

(ii)     Development of School of Management Studies and Accountancy Irawo, Atisbo LGA

(iii)    Establishment of Diagnostic and Assessment Centres

(iv)    Development of Aiyede Centre

(v)     Construction and Equipping of a Library at Ugwunagbo LGA

(vi)    Early Childhood Centres in Ado-Ekiti and Aramako

(vii)   Construction of Primary School, Ogbuke- Ogbaku, Mbaitolu LGA Imo State

(viii)  Construction of Renaissance School, Ugbakwa, Enugu State

(ix)    Construction of MME School, Ojiagu, Enugu State

 

4.0     TECHNICAL REQUIREMENTS

Submitted Technical Bids should include the following

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

(ii)     Evidence from the companies’ Bankers as to their Financial Capacity to (CAC)

(iii)    Evidence from the companies’ Bankers as to their Financial Capacity to under the  project;

(iv)    Evidence of VAT Payment

(v)     Evidence of Tax  identification Number (TIN)

(vi)    Evidence of National Pension Commission Compliance

(vii)   Evidence of qualified Technical and Professional staff (Works/ETF Projects only)

(viii)  A comprehensive Company Profile to include verifiable key professional staff and evidence of Audited Accounts for the last three (3) years showing a minimum of N100 million annual turnover (Works/ETF Projects);

(ix)    Evidence of similar Jobs currently being executed

(x)     Evidence of completion of similar Jobs in the past

 

5.0        COLLECTION OF TENDER DOCUMENTS

Tender documents are obtainable from the Office of the Director, Procurement, Room 3.15 (Podium “L”), 3rd Floor. Federal Ministry of Education, Federal Secretariat, Phase III, Shehu Shagari,  Abuja on the presentation of a copy and original receipt of non-refundable Tender fee of Twenty Thousand Naira (N20,000.00) only  per project for Works ETF Projects and Ten Thousand Naira (N10,000.00) only per project for Goods payable in cash to the designated Bank of the Ministry. Bank details are obtainable from the Central Pa Federal Ministry of Education, Abuja.

 

6.0     SUBMISSION OF TENDERS

The complete Tender Documents must be submitted unconditionally in the following prescribed manner:

(a)     The Technical Requirements mandatorily sealed and boldly marked; “Technical Requirements for ———–“ at the  topmost right-hand corner of the envelope with the name and phone number of the company boldly written at the back of the envelope;

(b)     The priced Bills of Quantities of Works, will be in a separate envelope and boldly marked: “priced BOQ for ——“ at the topmost left-hand corner of the envelope with the name and current phone number of the company boldly written at the back of the envelope;

(c)      The two envelopes (a) and (b) must be sealed in a single larger envelope and marked “Tender for ——–“ at the top left-hand corner of the envelop and submitted to:

 

The Secretary,

Ministerial Tenders Board,

Procurement Department,

Federal Ministry of Education,

Podium ‘L’, Room 3.10,

Federal Secretariat, Phase III,

Abuja.

6.0     CLOSING OF SUBMISSIONS/OPENING OF BIDS

Collection and submission of Tender Documents will close on Monday, 5th September, 2011 at 12:00 Noon.

 

All Technical Bids (envelope-a) received will be opened on Monday, 5th September, 2011 at 12:00 noon inside the Auditorium, Federal Ministry of Education, 2nd Floor, Federal Secretariat, Phase III, Abuja. The Financial Bids- (envelope-b) of only pre-qualified Consultants, who would have been notified, would be opened on Monday, 19th September, 2011 at 12:00 noon at the same venue. For more information, please contact the Secretary, Ministerial Tenders Board, and Federal Ministry of Education. Abuja.

 

PLEASE NOTE:

2011 MDG PROJECTS

Collection and submission of MDG Tender Documents in our earlier advertisement dated 12th July 2011 in the Federal Tenders Journal, The Daily Trust Newspaper and The Punch Newspaper of 13th July 2011 will now close on Monday, 22″ August. 2011 at 12:00 noon and be opened on the same date.

 

Contractors who have already collected the documents are advised to come for additional briefing on Monday, 1st August 2011 at 10:00a.m in the Federal Ministry of Education, Federal Secretariat Complex. Phase III, 3rd Floor,  Room 3.15.

 

Permanent Secretary,

Federal Ministry of Education, Abuja,

Invitation for Technical and Financial Bids for the Fiscal Year 2011 Capital Projects at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

Chad Basin Development Authority P.M.B 1130. Km 6 Dikwa Road Maiduguri

Invitation for Technical and Financial Bids for the Fiscal Year 2011 Capital Projects

 

1.0 Introduction

The Chad Basin Development Authority hereby invites interested  and competent contractors to execute the following projects

 

(A); GOODS

LOT A1: Purchase of Office Furniture

 

LOTA2:   Purchase of Computers & Accessories I, Upgrading of IT Center

 

LOT A3:   PURCHASE OF AGRICULTURAL EQUIPMENT

 

  1. Procurement of cultivation Crawlers D5 – (Through Direct Purchase)
  2. Procurement of Combine Harvesters    – (Through Direct Purchase)
  3. Procurement of Heavy Duty Tractors – (Through Direct Purchase)
  4. Procurement of 120H Motor Grader – (Through Direct Purchase)
  5. Supply & Installation of 4nos, Irrigation Pumps -(Through Direct Purchase)

 

LOT A4: CONSTRUCTION /PROVISION OF WATER FACILITIES

  1. Procurement of Howa 290 Tipper 2nos. – (Through Direct Purchase)
  2. Procurement of Diesel III.   Procurement of Lubricants
  3. Procurement of Lubricants

 

 

LOTA5: REHABILITATION OF WATER CONVEYANCE STRUCTURES AT SOUTH CHAD IRRIGATION PROJECT NEW MARTE.

  1. Procurement of  1no .Sany Grader PQ90 – (Through Direct Purchase)
  2. Procurement of Fertilizer – (Through Direct Purchase)
  3. Procurement of Fire Fighting Equipment 2nos.
  4. Procurement  of  Prado   Jeep   –   (Through   Direct Purchase)

 

LOT A6: REHABILITATION / REPAIRS – WATER FACILITIES

  1. Procurement of 7nos. TS 110 Tractors – (Through  Direct Purchase)
  2. Procurement of Tyres, Batteries for Tractors & Vehicles

LOT A7: REHABILITATION / REPAIRS –AGRICULTURAL FACILITIES.

1. Procurement of Seed & Agro Chemical

 

(B) WORKS

LOT B1: CONSTRUCTION/ PROVISION OF WATER FACILITIES

i. Expansion of 2,000HA
ii. Construction of Canals for 2,000HA
iii. Water Control Equipment for 2,000HA (Gates, weirs & Field Outlet Pipes)
iv. Construction of Wash bores with Pumps for Irrigation.
v. Upgrading 1 no. Hydromet Station
vi. Drilling of 20nos. Motorized Boreholes at Gulani LGA, LGA 3nos, Gujba LGA 3nos, Damaturu LGA 3 nos., Tarmuwa LGA 2nos. Bursari LGA 3nos, Geidam LGA 3nos, & Yunusari LGA 3nos.
vii. Drilling of Motorized Borehole at Garin Gamji in Fika LGA, Yobe State
viii. Drilling of Motorized Borehole at Garin Kolo in Nangere LGA, Yobe State
ix. Drilling of Motorized Borehole at Kukargadu in Fika LGA, Yobe State
x. Drilling of Motorized Borehole at Watinani in Nangere LGA, Yobe State
xi. Drilling of Motorized Borehole at Shogbuga, in Fune LGA, Yobe State

 

LOT B2: REHABILITATION OF WATER CONVEYANCE STRUCTURES AT SOUTH CHAD IRRIGATION PROJECT NEW MARTE

1. Rehabilitation of 20km Water Conveyance Structure
2. Establishment of Fish Hatchery Complex
3. Revitalization  of Poultry Unit
4. Rehabilitation of Walkway at New Marte.
5. Protection Works of Upstream of Garadai & Kirenowa Pump Houses
6. Establishment of Animal Feed Lot
7. Rehabilitation of Forestry Unit
8. Improvement of Water Supply at Baga Community which includes the Construction of 6nos. Lower Aquifer Boreholes, 2million Litre Underground Reservoir, 1 million litre overhead tank.

LOT B3: REHABILITATION/ REPAIRS OF RESIDENTIAL BUILDING

LOT B4: Rehabilitation/ Repairs – Electricity

  1. Replacement of Radiators for 3nos. K5 (Mirrless Blackstone) Gen. Sets Engines- (Through Direct Purchase)
  2. Replacement of Oil Radiators for 3nos. K5 (Mirrless Blackstone). Gen. Sets Engines- (Through Direct Purchase)
  3. Engine Overhaul for 3nos. K5 (Mirrless Blackstone Engines)- (Through Direct Purchase)
  4. Replacement of Electrically Driven  Air Compressors 3nos. 400PSI Capacity- (Through Direct Purchase)
  5. Replacement of Electrical (Consumable Parts)- (Through Direct Purchase)
  6. Replacement of 33KV Power House Insulators- (Through Direct Purchase)

LOT B5: REHABILITATION / REPAIRS- WATER FACILITIES

1. Main Canal Rehabilitation (12.2km)
2. Irrigation Canal Rehabilitation (2km)
3. Rehabilitation of Water Control Structures
4. Canal & Drain Maintenance
5. Rehabilitation of Existing Hydromet Stations
6. Maintenance of Dam Gates
7. Rehabilitation of Flood Control Dykes
8. Rehabilitation Water Supply Pipe Network (6km)
9. Rehabilitation of Poclain Crane
10. Rehabilitation of O & K 18tone Crane
11. Rehabilitation of 120G Motor Grader

 

LOT B6: REHABILITATION/REPAIRS – AGRICULTURAL FACILITIES

  1. Rehabilitation of Irrigation Pumps ( 2nos- 2.5cumecs/sec)
  2. Repairs of Cultivating Plants & Machinery
  3. Rehabilitation of Heavy Duty Tractors ( Procurement of Square Parts for D5k & Others)
  4. Rehabilitation of Combine Harvestors.
  5. Rehabilitation of 4nos. Vehicles for Extension Services

 

 

LOT B7: REHABILITATION/ REPAIRS OF OFFICE BUILDINGS

  1. 1. Rehabilitation of Offices 20nos

 

PROCUREMENT NOTICE

Interested contractors are to submit technical and financial proposals complying with the minimum requirements as stated below:

 

2.0 SCOPE OF WORKS

The Scope of works and the specification will be stated as contained in the Standard Bidding Documents (SBD) in respect of each project

 

3.0 ELIGIBILITY CRITERIA

The minimum technical responsive requirements are as follows:

  1. Evidence of Incorporation with Corporate Affairs Commission ( CAC) of Nigeria, Including Articles and Memorandum of Association and up to date Returns with the CAC
  2. Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutive Years namely 2008, 2009 and 2010 respectively
  3. Evidence of VAT Registration, FIRS PIN Number, and receipt of payment
  4. Possession of experience as prime contractor on at least five (5) projects of similar nature and complexity within the last 5 years (to comply with this requirements, works quoted should be at least 70% completed). Evidence of at least 2 numbers completed similar projects in the Last three (3) years of each value not less than N20 million.
  5. Having annual turnover and Auditors Reports in Supply of Goods and/or related services at least N10 million (Ten million naira) from a reputable Bank.
  6. Having liquidity and/or evidence of access to or availability of confirmed credit facilities of not less than N10, 000,000 (Ten million Naira) from a reputable Bank.
  7. Evidence of compliance with Contributory Pension Scheme.

 

3.2 FOR WORKS

The minimum technical responsive requirements are as follows:

  1. Evidence of incorporation with Corporate Affairs Commission (CAC) of Nigeria, Including Articles and Memorandum of Association and up to date Returns with the CAC.
  2. Copy (not personal) of tax clearance and VAT registration certificate for the last three consecutively Years namely 2008, 2009 and 2010 respectively.
  3. Evidence of VAT Registration, FIRS PIN Numbers, and receipt of payment
  4. Possession of experience as prime contractor on at least five (5) projects of similar nature and complexity within the last 5years (to comply with this requirements, works quoted should be at least 70% completed). Evidence of at least 2 numbers completed similar projects in the last three (3) years of each value not less than N20million
  5. Having a Project Manager with at least 7years  experience including not less than 5years as a manager in the construction works (drilling) of similar nature and equivalent in volume among the core staff
  6. Possession of substantial proportion of the drilling equipment as specified in the SBO required to successfully execute the contract
  7. Having annual turnover and Auditors Report in Supply of Goods and/or related services of at least N50 million (Fifty Million) only value in any of the last 3 years
  8. Having liquidity and/or evidence of access to or availability of confirmed credit facilities or not less than N20, 000,000 (Twenty Million Naira) from a reputable Bank.
  9. Possession of satisfactory Quality Assurance Quality Control Manuals

10.  Evidence of compliance with Contributory Pension Scheme.

 

4.0 COLLECTION OF TENDERS DOCUMENTS

Qualified companies shall on application collect (Standard Bidding Documents Technical and Financial) and/or request for proposal (RFP) from Tuesday 2nd August, 2011 from:

Procurement Office,

Chad Basin Development Authority

Mohammed Lawan Building

Km 6 Dikwa Road

P.M.B 1130 Maiduguri

Borno State

Upon the presentation of evidence of payment of non refundable tender fee of N30, 000 (for works) and N20, 000.00 (for Goods)

 

5.0 SUBMISSION OF TENDER DOCUMENTS

Completed Technical and Financial proposals (three sets of hard copy and 1 soft copy) shall be submitted in two different sealed envelopes and labeled “Technical Proposal” and “Financial Proposals” and both placed in a third envelope. All the 3nos. envelopes should bear the name of the contractor with the “Project Name” at the top right hand corners and addressed to:

 

Procurement Office,

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6 Dikwa Road,

P.M.B 1130 Maiduguri,

Borno State.

 

All technical and Financial bids must be submitted on/or before 12noon August 23, 2011. Technical Bid Documents shall be opened in public on the same date at the Conference Hall of Chad Basin Development Authority, Maiduguri by 1.00pm while the financial bids of pre-qualified bidders shall be opened on August 30, 2011.

 

6.0 ENQUIRIES

All enquiries on this advertisement are to be directed to:

Executive Directors (Engineering),

Chad Basin Development Authority,

Mohamet Lawan Building,

Km 6 Dikwa Road

P.M.B 1130, Maiduguri,

Borno State

Tel, No.: 08035090120

  1. 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, nor does it constitute a commitment or obligation on the part of the Authority to procure services.
  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.
  3. The Authority undertakes to treat all participants fairly and not bound to shortlist any bidder and reserves the right to annul the selection process at anytime without uincurring any liabilities

 

Signed

DR. ABUBAKAR G. ILIYA, FNAH

Managing Director/CEO

Supply and Installation of Projects at Enugu Electricity Distribution Company

 

Power Holding Company of Nigeria Plc

Enugu Electricity Distribution Company (EEDC)

Invitation to Tender

 

1.0  Introduction

The Federal Government of Nigeria in its quest to improve customer’s satisfaction for procurement of various types/sizes of meters under the MYTO PROJECTS

For installation in Enugu Electricity Distribution Company.

 

Consequently. Enugu Electricity Distribution Company invites competent companies to tender for the supply and installation of the following meters:

 

2.0     Scope of Works

MFP1 Abia State: Supply, installation and commissioning of 2,400No. 1-phase and 300No. 3-Phase Electronic Credit Meters complete with boxes, MCBs and pipes.
MFP2 Anambra State: Supply, installation and commissioning of 3,400No. 1-Phase and 400No. 3-Phase Electronic Credit Meters complete with boxes, MCBs and pipes.
MFP3 Ebonyi and Imo States: Supply, installation and commissioning of l,100No. 1-Phase and 150No. 3-Phase Electronic Credit Meters complete with boxes, MCBs and pipes
MFP4 Enugu State: Supply, installation-and commissioning of l.l00No. 1-Phase and 150No. 3-Phase Electronic Credit Meters complete with boxes, MCBs and pipes
MFP 5 Supply, installation and commissioning of 1,500 No, Single Phase Prepayment Meters complete with boxes, MCBs and pipes in the five states of the South-East.
MFP6 Supply, installation and commissioning of l0No. 11kV metering Panels and 5No. 33kV metering Panels in the five states of the South-East.
MFP7 Supply of 120No Test Terminal Blocks (TTBs), 360 Current Transformers (CTs) to the states of the South-East.
MFP8 Supply of 5No 4 wheel drive utility vehicles to the five states of the South-East.

 

Interested bidders should tender in the following categories:

(A)    Supply of meters only

(B)     Supply and installation of meters

(C)     Installation of meters only

 

A bidder may not purchase more than 1 bid of any Lot

 

3.0     Eligibility of Product

  • Only Meters that are certified by Company’s Meter Test Station (MTS) will be eligible for supply under this procurement.
  • Meters must have been in EEDC Network (One of the Successor Companies of PHCN) for not less than 3 years
  • Meters must have been in EEDC Network (One of the Successor Companies of PHCN) for not less than 3 years.
  • Meters not supported with shipping documents will not be eligible for procurement
  • The Prepaid Meters must be STS Compliant.

4.0     Specification /Bid Document

Interested bidders should collect detailed Specification an and Bid Document from Procurement Department on presentation of N50, 000.00 (Fifty thousand Naira) only Bank Draft per Lot in favour of CEO. Enugu Electricity Distribution Company.

 

5.0     Requirement of Tenderers

a)       A copy of Certificate of Incorporation of the company in Nigeria,

b)      Company Profile including among others populated organizational structure and key professional staff, relevant manufacturing capacity where necessary, copy of Company and equipment Brochure should be submitted.

c)       Evidence of having successfully done similar supplies or installation and location(s) where these have been carried out in the last five years

d)      Test Certificate issued by well-known International Standard test laboratory for Manufacturers of Meters which should be confirmed by our Company’s Meter Test Station (MTS)

e)       Current Company Tax Clearance for the last 3 years (2008, 2009 and

2010).

f)       Company’s Audited account for the last three years (2008, 2009 and 2010) g)            Up to date VAT Registration Certificate and evidence of VAT remittances h)          Evidence of Financial capability from a reputable Bank.

i)       Shipping documents to be enclosed in the bid.

j)       Evidence of compliance with Pension Reform Act 2004

k)      Any other information or document(s) that will place the Company on a Comparative advantage over others

i)       A sworn affidavit affirming that none of the directors of the Company was ever convicted in a court of law.

m)     A sworn affidavit affirming that none of the information provided above false faked or forged

Note:

Enugu Electricity Distribution Company will verify all claims by companies. Hence all necessary authority and guarantee for verification must be submitted.

General Condition

For companies presently involved in National Prepaid Meters, it will present an added advantage if they tender for supply /installation of prepaid meters.

i)     Any company to be involved in Prepaid meter/installation must show evidence of competency.

iii)   Any company to be involved in High Voltage Panel Meters installation must show a good level of competency in such works.

iv)   All installation works shall include other materials except meter.

7.0     Submission of Document

Interested Applicants should submit their Technical/Financial Bid documents and those stated in 5.0 above in sealed envelopes indicating the Lot and marked “Supply of Meters only”, “Supply And Installation of Meters” or Installation of Meters only”. Name and mailing Address of the Tender Company shall be clearly marked on the envelope(s). The documents must be delivered by hand reach the below address:

The Chief Executive Officer

Enugu Electricity Distribution Company

NO. I. Okpara Avenue,

Enugu, Enugu State.

Two sets (Original and Copy) plus soft copy are to be submitted. All information shall be provided in English Language. Tenders shall be submitted on or before 2nd September, 2011 by 12.00 noon to the Office of the Chief Executive Office.

 

This advertisement shall not be construed as a commitment on the part of EEDC Management nor shall it entitle responding Contractors to seek any indemnity from EEDC by virtue of such contractors having responded to this advertisement.

 

Signed:

Management