Procurement of Various Goods at Jos Electricity Distribution Companys

 

Power Holding Company of Nigeria

Jos Electricity Distribution Company

General Procurement Notice (GPN)

 

The Jos Electricity Distribution Company wishes to bring to the notice of interested competent and reputable Contractors/Suppliers that the JEDC would carry out procurement of the under-listed goods and services to be funded from IGR and other sources for the fiscal year 2011.

 

i.       Supply of Cash Receipting Machines

ii.      Supply of Stationery

iii.     Supply of Furniture

iv.     Supply of Vehicles

v.      Line / Trace Clearance on 33KV and 11KV networks

v.      Construction of 33 K V and 11KV Lines

vii.   Supply of Poles

viii.   Supply of Overhead Line Materials

ix.     Supply of Aluminium Conductors

xii.    Supply of Underground Cables

xi.     Supply of Cash Receipting Machines

xii.    Refurbishment of Vehicles and Transformers

xii.    Supply of Office equipment (Computers, Printers etc.)

xiv.   Boreholes Works

xv.    Renovation of Offices and Substation buildings

xvi.   Training/ Consultancy services

xvii.  Supply of Security equipment and Uniforms.

xviii.  Supply of Safety Materials

xix.    Supply of Termination Kits

xxii.            Supply of Computers and Accessories

xxiii.  Supply of Billing Materials

xxii.            Panel Meters and LV MD Meters

xxiii.  Supply of Vending Machines for PPM Meters,

xxiv.  Supply of PPM Meters, Meter Installation Equipment, and Meters, Installation Works.

xxv.   Upgrading of Billing Infrastructure (Services, Works-station and Printer)

xxvi.  Installation of Statistical Automated Meters

xxvii. Electronic Payment and Token and Vending System (EVPS)

 

2.       Requirement:

i.        Certificate of Incorporation/ Business Registration

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

iii.      Value Added Tax Registration Certificate

iv.      Verifiable evidence of previous experience in area of interest.

v.       Company Profile

 

3.       Submission of Document

All Contractors/ Suppliers are expected to submit relevant documents in a sealed envelope marked GPN. Closing date on 2nd September 2011 by 10.00am and should be submitted by hand or registered mail addressed to:

 

The Chief Executive Officer

Power Holding Company of Nigeria

Jos Electricity Distribution Company

No. 9 Ahmadu Bello Way, PMB 2727, Jos

Plateau State, Nigeria.

4.       NOTE:

i.        This Notice is not an invitation to bid

ii.       Only the Contractors / Suppliers adjudged technically responsive will be considered for competitive tender

iii.      The adjudged technically responsive Contractors/ Suppliers shall be invited to purchase Bid Document a stipulated amount.

iv.      JEDC will not enter into any correspondence with any unsuccessful bidders.

v.       Interested Suppliers/ Contractors are advised to visit the JEDC’s Notice   Board regularly for specific Procurement Notices for minor value procurement as the need arises, while specific Procurement Notices will be placed in the Media for major procurement.

Signed: Management

Jos Electricity Distribution Company

Execution of Projects at Jos Electricity Distribution Company

 

Power Holding Company of Nigeria

Jos Electricity Distribution Company

Invitation to Tender

1.0           INTRODUCTION:

In line with Federal Government desire to improve power supply in the country, Jos Electricity Distribution Company intends to embark on some vital projects and hereby Invites interested competent and reputable Manufacturers, Contractors and suppliers to tender for any of the following Lots of their interests. The projects are to be funded through 2011 FGN Appropriation Budget.

2.0     SCOPE OF WORKS:

 

Lot Description Tender Fee
Lot JSW 1 Installation and Commissioning of a new 1 X 7.5 MVA 33/11KVPower Transformer at West of Mines injection Substation including renovation of Control room and switchyard in jos, Plateau State. N 50,000.00
Lot JSW 2 Installation and Commissioning of a new 1 X 15MVA, 33/11KV Power Transformer at Bauchi Road injection Substation (Jos C) in Jos, Plateau State. N 50,000.00
Lot JSG 3 Procurement and Supply of 1 X 7.5MVA, 33/11KV Power Transformer to relief 1 X l5MVA, 33/11KV and 1 X 7.5MVA, 33/11KV at Tashan Dukku injection Substation in Gombe, Gombe State N 100,000.00
Lot JSG 4 Procurement and supply of 1 X 7.5MVA, 33/11KV Power Transformer at Fadama Mada Injection Substation, Bauchi, Bauchi State. N 100,000.00
Lot JSW 5 Procurement of Overhead line materials and construction of 2KM of 11KV line to relief existing GRA 11 KV Feeder at Gombe, in Gombe State. N 50,000.00
Lot JSW 7 Construction of 12.6km 33KV Overhead Line from Jos Transmission Zaria Road to Naraguta Area along Bauchi road to separate Bauchi Road injection Substation from Rural Portion of Toro 33KV feeder  in jos, Plateau State. N 100,000.00
Lot JSW 8 Procurement, Installation and Commissioning of materials for standardization of 11KV feeder from Vom injection Substation to Riyom in  Plateau State N 100,000.00
Lot JSW 9 Construction of Perimeter fencing and gravelling of 1 X 2.5MVA Nassarawa Gate Injection Substation (Unmanned) in Bauchi State. N50,000.00
Lot JSW 10 Construction of 2km 33KV Overhead Line from Makeri Transmission to Separate Rayfield injection Substation from Makeri 33KV feeder in jos, Plateau State. N50,000.00
Lot JSW  11
Lot JSW 11A Procurement of 4NO, 500KVA, 11/0.415kV Distribution Transformers with their accessories and upgrading of overloaded 300KVA substations in Plateau State N50,000.00
Lot JSW 11B Procurement of 4NO, 500KVA, 11/0.415kV 2NO, 500KVA, 33/0.415KV Distribution Transformers with their accessories and upgrading of overloaded 300KVA substations in Plateau State. N50,000.00
Lot JSW 11C Procurement of 3NO, 500KVA, 11/0.415kV Distribution Transformers with their accessories and upgrading of overloaded 300KVA substations in Bauchi State. N50,000.00
Lot JSW 11D Procurement of 2NO, 500KVA, 11/0.415kV Distribution Transformers with their accessories and upgrading of overloaded 300KVA substations in Gombe State. N50,000.00
Lot JSW 12 Procurement and supply to Zonal stores Various Protection equipment such as Relay; CT, VT etc to Replace obsolete ones N 500,000.00
Lot JSW 13 Procurement of various safety equipment and  tools to the Zonal stores in Jos, Plateau State. N 100,000.00
Lot JSW  14 Procurement and Supply of 800A, 4-Way feeder Pillars with Provision of space for Energy Metering (KWh and KVA) N 100,000.00
Lot JSW 15 Procurement, supply and delivery of Critical Distribution materials for Network maintenance to JEDC zonal stores in Jos, Plateau State. N 100,000.00
Lot JSW 16
Lot JSW 16A Network Rehabilitation and Trace Clearing of both 11KV and 33KV Overhead line in Plateau State. N 50,000.00
Lot JSW 16B Network Rehabilitation and Trace Clearing of both 11KV and 33KV Overhead line in Benue State. N 50,000.00
Lot JSW 16C Network Rehabilitation and Trace Clearing of both 11KV and 33KV line in Bauchi State. N 50,000.00
Lot JSW 16D Network Rehabilitation and Trace Clearing of both 11KV and 33KV Overhead line in Gombe State. N 50,000.00
Lot JSW 17A Reconductoring and rehabilitation of 11KV and 33KV Overhead line in Plateau State. N 50,000.00
Lot JSW 17B Reconductoring and rehabilitation of 11KV and 33KV Overhead line in Benue State N 50,000.00
Lot JSW 17C Reconductoring and rehabilitation of 11KV and 33KV Overhead line in Gombe State N 50,000.00
Lot JSW 17D Reconductoring and rehabilitation of 11KV and 33KV Overhead line in Bauchi State. N 50,000.00
Lot JSW 18 Procurement, installation and commissioning of 1 X 15MVA, 33/11KV Power Transformer at Bauchi road injection substation in including renovation of control room and switchyard in Joss Plateau State N 100,000.00
Lot JSW 19 Installation of 1 X 7.5MVA Power transformer and Construction of injection Substation building at Proposed Kafin Tafawa injection Substation in Bauchi, Bauchi State. N 100,000.00
Lot JSW 20 Procurement and Supply of Underground Cables and other distribution materials to the IEDC zonal stores in los, Plateau State N 50,000.00
Lot JSW 21 Procurement and Supply of 33KV Fiber Glass Cross-arms to JEOC Zonal Stores in Jos, Plateau State. N 50,000.00

 

Tender Requirements

The fallowing Tender documents are required:

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

 

Submission of Documents / Closing Date

Interested Applicants should collect Bid Documents from Principal Manager (Procurement) on 3rd floor of Electricity House, No. 9 Ahmadu Bello Way, Jos upon payment of non refundable Tenders Processing Fee in Bank draft payable to PHCN Jos EDC.

 

The Technical and financial documents must be in separate envelopes and a submission of Three (3) bound copies of each (1 original and 2 Photocopies), but all enclosed in one big envelope and clearly marked at the top left corner on each envelope: 2011 FGN PROJECTS” and LOT number. The Contact GSM No. and Company Address should be boldly printed on the reverse of the side of the envelope. This must be delivered on or before 2nd September, 2011 by 10.00am by hand or registered mail addressed to:

 

The Chief Executive Officer

Power Holding Company of Nigeria

Jos Electricity Distribution Company

No. 9 Ahmadu Bello Way, PMB 2727, Jos

Plateau State, Nigeria.

 

Submitted documents shall be opened on the same day by 2:30pm at the conference hall of Jos Electricity Distribution HQ, No. 9 Ahmadu Bello Way, Jos.

NOTE:

  • All prospective contractors should note that non-compliance with the requirements above will lead to outright disqualification.
  • Please note that each lot must be bided for separately.
  • Tender fees are non-refundable.
  • Collection and submission of Tender documents must be on working days and during working hours.
  • Jos Electricity Distribution Company may wish to verify claims made in all submissions; therefore, bidders must give necessary authority for verification,
  • Jos Electricity Distribution Company shall not entitle responding Contractors to seek any indemnity from this company by virtue of such Contractors having responded to this advertisement.

 

Signed: Management

Jos Electricity Distribution Company

Invitation for Pre-Qualification to Tender for 2011 Capital Projects at Federal Polytechnic, Kaura Namoda

The Federal Polytechnic

P.M.B 1012

Kaura Namoda, Zamfara State

Invitation for Pre-Qualification to Tender for 2011 Capital Projects

The Federal Polytechnic, Kaura Namoda invites reputable contractors for pre-qualification to tender for the following projects under the 2011 Federal Government Budget:-

  1. Construction of Multi-Purpose Auditorium
  2. Completion of Electrical/Electronic Engineering Technology Department

 

Pre-Qualification Requirements

  1. Registration with Corporate Affairs Commission
  2. Detailed Company Profile.
  3. Tax Clearance for the last three years
  4. Evidence of VAT remittances in the last three years
  5. Verifiable list of similar projects successfully executed in Nigeria in the last three years. Photocopies of letters of Award and Certificates of Completion should be endorsed as evidence
  6. Evidence of financial capacity, banking support and company audited accounts for the last three years( duly endorsed by a chartered accounting firm)
  7. A letter authorizing the Polytechnic to make enquiries about the company
  8. Copy of Article and memorandum of Association.
  9. Evidence of registration with Pension Administration and evidence of remittance of staff pension contributions and all relevant information, e.g. contact address, GSM Number, e-mail address of the company.

 

Submission of Documents

Duly completed pre-qualification package should be sent in separate and wax sealed envelopes with the title of the project written clearly and to be submitted to the office of

The Registrar

The Federal Polytechnic

P.M.B 1012

Kaura Namoda

Zamfara State

In the Tender Box not later than 2:00pm on 16th August 2011

Signed

ALHAJI SALISU A. CIROMA

REGISTRAR

Invitation to Tender for the Rehabilitation of the State House Medical Centre Infrastructure at State House, Abuja

State House, Abuja

Invitation to Tender for the Rehabilitation of the State House Medical Centre Infrastructure, Asokoro, Abuja.

1.       Introduction

The State House, Abuja is desirous of carrying out the rehabilitation of its Medical Centre infrastructure within the Asokoro District of Abuja, as approved for execution in 2011 Appropriation Bill, and hereby invites reputable and interested contractors to tender for the project.

 

 

2. Scope of Work

The scope of work involves repair and renovation of network of estate roads, drainages and parking lots.

3. Requirements

Interested reputable contractors must have necessary competences and possess the following,

 

  1. Evidence of Company Registration with the Cooperate Affairs Commission (CAC).
  2. Evidence of Payment of Company’s Tax Clearance Certificate for the past three (3) years.
  3. Company’s Tax Payer Identification Number.
  4. Evidence of VAT Registration and VAT Remittances (2008 – 2010).
  5. Bank Reference from a reputable bank as evidence of financial capability.
  6. Evidence of Payment of non- refundable fee for collection of bid.
  7. Verifiable list of previous similar works successfully carried out within the last three (3) years with names of clients, evidence of award and practical completion.
  8. Audited account for the past 3 years.
  9. List of equipment to be used for the project and their location, stating whether the equipment are on lease, hired or owned including relevant evidences.
  10. List of Curriculum Vitae of key professionals’ registration with relevant and professional regulatory bodies, to be attached to the project stating their roles, designation, qualification and experience, enclose photocopies of professional certificates where applicable,
  11. Evidence of compliance with the provision of the Pensions Reforms Act, 2007.

4.  Collection of Tender Documents

Tender documents will be available from 10:00 am on 25th July, 2011 and can be obtained upon submission of copy of receipt of payment of a tender fee of

N10.000.00 payable in bank draft in favour of the State House, Abuja from the Secretary Tenders Board, PRS Department Wing 4 Room 4.1.31. New Administration Block near Banquet Hall, State House, Abuja.

 

5. Submission of Tender Documents,

The Technical and Financial documents should each be separately sealed and labeled (“Technical” & “Financial Bids”) as appropriate. The two (2) envelopes be put in a larger envelope that should also be sealed and labeled at the top left corner “Tender for the Rehabilitation of the State House Medical Centre Infrastructure” with the name and phone number of the Tendering Company clearly stated at the back of the envelope and addressed to: –

“The Permanent Secretary”

State House, Abuja.

 

All tenders should be dropped in the Tenders Box at the Security Gate, New

Administration Block, State House not later than 11:00am on Tuesday 23rd August, 2011.

Opening of Tenders

Tenders will be opened immediately after bid closing at the Wing 4 Conference Room (4.0.50) New Administration Block, State House, Abuja on Tuesday 23rd August, 2011 interested tenderers are requested to be present at the tenders opening ceremony if they so wish.

 

The State House is under no obligation whatsoever to select contractors from submissions received if none meets the requirements for the project.

 

(Signed)

Director (PRS).

For Permanent Secretary.

Pre-Qualification and Tender Invitation for 2010 ETF BOT Special Intervention Projects at Federal College of Education (Technical), Potiskum

Federal College of Education (Technical), Potiskum

Mohammed Idrissa Way, P.M.B. 1013,

Potiskum, Yobe State (Provost Office)

E-Mail: fcetpotiskum@yahoo.com

(College Procurement Unit)

 

Pre-Qualification and Tender Invitation for 2010 ETF BOT Special Intervention Projects

 

The Federal College of Education (Technical) Potiskum  hereby invites tenders from interested, reputable and competent Companies to Tender for the following 2010 ETF BOT Special Intervention projects :-

LOT 1         Procurement of Center for Educational Technology Equipments

LOT 2          Procurement of Technical Drawing Facilities

 

Tender Qualification

Prospective Tenders are required to enclose copies of under -listed documents In their submission,

  • Evidence of Incorporation or Business name registration.
  • Key personnel registration with professional bodies,
  • Tax Clearance Certificate for the last three (3) years.
  • Evidence of past experience on similar jobs,
  • Evidence of business registration with the College.
  • Company Audited Accounts for the last three (3) years.
  • Compliance with the provision of the Public Procurement Act as they relate to
  • Pensions, (section 16 (6) (d).
  • Experience / Technical Qualification of Key Personnel.
  • Registration with Federal or State Ministry of Works (where applicable)
  • Evidence of Financial Capability and Bank Support.
  • List of Equipment and Tools.
  • Annual Turnover.
  • Evidence of VAT Registration.

 

Tender Procedures

2.       Tenderers are required to pay Non – Refundable Fees of =N=10,000.00 in Bursary Department, while Tender Documents are to be collected in the College Procurement Unit.

 

Submission of Tender Document

Completed Tenders Documents should be returned to the Procurement Unit of the Provost’s Office during working hours (8.00 AM – 4.00 PM) in sealed envelopes clearly MARKED to indicate the project being tendered for, to the:-

Secretary, Tenders Board,

Federal College of Education (Technical), Potiskum,

P.M.B 1013, Potiskum, Yobe State.

Tender closes at 12.00 Noon, 22nd August, 2011, and the Tender documents will be opened the same day at 2,00 PM in the Board Room of the College.

 

Garga M. Lawal

Head, Procurement Unit