Construction of Projects and Procurement of Gooods at Kaduna Electricity Distribution Company

Kaduna Electricity Distribution Company

4th – Floors Nagwamatse House

Ahmadn Bello Way, Kaduna

Invitation for Pre-Qualification and Tender

For 2011 Fiscal Year Projects

 

Introduction:

The Federal Government of Nigeria has made budgetary provision in the 2011 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 our numerous customers.

 

Accordingly, the Kaduna Electricity Distribution Company (PHCN) hereby invites interested and reputable Manufacturers, Manufacturers Representatives and contractors with relevant experience in electrical works and the supply of electrical equipment to tender for the supply and execution of the under listed projects (Lots. KD-01 KD -12) and to submit pre-qualification documents for the under listed EPC projects. (EPC 1 -3)

 

S/N LOT scope of work
1 KD-01 Construction 22KM of 33KV line from Mando Transmission to proposed 2 x 15MVA, 33/11KV Trade fair complex injection sub-station.
2 KD-02 Procurement of 300KVA and 500KVA, 11/0.415kV Distribution Transformers.
3 KD-03 Procurement of critical materials for maintenance
4 KD-04 Procurement switchgear components (Transformer Control Panels etc).
5 KD-05 Procurement of test equipment
6 KD-06 Procurement of concrete poles
7 KD-07 Procurement of cables and termination kits
8 KD-08 Procurement of 11 and 33KV fibre cross arm
9 KD-09 Procurement of Safety Equipment and Wares
10 KD-10 Procurement of Cables for 2 x 15MVA, 33/11KV inj. S/S Gusau Road, Sokoto.
11 KD-11 Procurement of LT Cables and Transformer control panels for 2 x 7.5MVA, 33/11KV Bor stal Home Inj. s/s Barnawa, Kaduna.
12 KD-12 Electrification of keita town in Tsafe LGA of Zamfara state.
13 EPC-1 Design, Manufacture, Construction and Installation of 1 x 7.5MVA, 33/11KV injection sub -station at trade fair complex, U-Kaji Zaria road Kaduna
14 EPC-2 Design, Manufacture, Construction and Installation of 2 x 7.5MVA, 33/11 KV injection sub -station at Hayin – Danmani, western bye – pass Kaduna including

construction of 10km 33KV line from mando transmission to Hayin -Danmani and construction of 2nos of 6km 11KV feeders from the sub-station

15 EPC-3 Design, Manufacture, Constructs and Installation of 1 x 7.5MVA, 33/11KV injection substation at kachia LGA of Kaduna state.

 

Requirements:

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

 

(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.   Evidence of audited accounts and tax clearance for the last three years (2008,2009,2010).

iv.   Evidence of VAT registration and past VAT remittances.

v.    Evidence of payment of non-refundable Bid fee of N50,000.00 only for (Lots KD-01 KD-12) for collection of bid documents

vi.   All firms interested in the execution of EPC projects MUST be COREN registered.

vii.  All relevant information concerning physical addresses, Telephone number (GSM). Fax, e-mail address of both the company and that of the Representatives.

viii. Bank reference stating credit Limit the Bank is willing to grant the Company for such project.

ix.   A sworn affidavit affirming that none of the Directors of the Company was 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

x.    Any other relevant documents that will place the company on a comparative advantage.

(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 WELL VERIFY ALL CLAIMS MADE BY COMPANIES, THEREFORE: ALL NECESSARY   AUTHORITIES AND GUARANTEE FOR VERIFICATION MUST BE SUBMITTED

 

Collection of Bid Documents

Bid documents, both Technical and Financial, can be obtained from the

Secretary Management Tender’s Board, Kaduna Electricity Distribution

Company, 4th Floor Nagwamatse House, Ahmadu Bello Way. Kaduna

Nigeria on evidence of payment in Bank draft of a non-refundable Bid fee of N50, 000.00 for Lots KD-01 KD-12.

 

Submission of Bid Documents

Three copies of Technical and Financial proposals (for- Lots KD-61 KD-12 -only) and Pre-qualification documents -must each be SEPARATELY submitted on or before 19th August 2011 by 12.00 noon in sealed envelopes clearly marked as “Project Name, Technical and Financial proposal” and delivered to address below;

 

Chief Executive Officer,

PHCN Kaduna Electricity Distribution Company,

4th Floor Nagwamatse House,

4/5 Ahmadu Bello Way, P.M.B. 2268,

Kaduna. Nigeria.

 

Please Note:

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

 

2.       In. all correspondence, please quote the reference number on the bid document.

 

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

 

4.       All contractors interested in EPC projects should submit their technical documents for Pre-qualification within the same period. Late submission will not be entertained.

 

5.       For further enquiries please contact the Principal Manager (Procurement) and Secretary, Management Tender’s Board (MTB) on 08034356103.

 

Signed

Management

Kaduna Electricity Distribution Company

Invitation for Pre-qualification and Tender of Contractors for Capital Projects at Bama Local Government

Borno State Government

Bama Local Government

Invitation for Pre-qualification and Tender of Contractors for Capital Projects

Bama Local Government in its bid to execute projects that have direct bearing on the lives of the people is inviting contractors to submit tenders for the execution of the following projects:

1.       Rehabilitation of Mairami Borehole

2.       Repairs of Gadangari Borehole

3.       Repairs of Soye borehole No 1

4.       Repairs of Soye borehole No 2

5.       Repairs of Maimalamri Borehole

6.       Rehabilitation of Walasa Borehole

7.       Rehabilitation of Sapte Borehole

8.       Replacement of 2 litre pump to Abulde village borehole

9.       Repairs of Dar-el Jamal borehole

10.     Repairs of Kumshe borehole

11.     Repairs of Ndabaza borehole

12.     Repairs of Gulumba borehole

13.     Completion Bama Stadium

14.     Completion of Tashan Gotoa borehole

15.     Drilling of one new standard borehole

16.     Drilling of 10 nos of tube wells at various locations

17.     Drilling of 15 nos of hand pumps at various locations

18.     Construction of one clinic

19.     Construction of 2 blocks of classroom

Interested contractors are to submit expected to submit tender documents along with the following:

 

1.       Evidence of registration with the Corporate Affairs Commission

2.       Evidence of tax clearance for the last three years

3.       Company profile including details of technical manpower

4.       Evidence of execution of similar projects experienced.

 

Submission

All documents of tender in a sealed envelope clearly marked with the title of the project of interest should be sent to the Office of the executive Chairman on or before 25th July, 2011.

 

Signed

Mohammed Lawan Sheriff

Local Government Secretary.

 

Invitation for Pre-Qualification at University of Ilorin

University of Ilorin, Ilorin, Nigeria

P.M.B 1515, Ilorin

Website: www.unilorin.edu.ng

Email: dppu@unilorin.edu.ng

Tel:. 031821333

 

Invitation for Prequalification of Real Estate Developers for the  University of Ilorin Student Hostels on Public Private Partnership (PPP) Arrangement.

Introduction

A.      The University of Ilorin, in its concerted efforts to increase the number of Student Hostel Accommodation wishes to invite reputable firms of real estate developers to developers to construct furnish high quality Hostels on Public Private Partnership (PPP) basis.

 

B.      Developers

Developers are required to submit pre-qualification documents with verifiable evidence including, but not limited to the following:

i)      Evidence of incorporation of company by Corporate Affairs Commission;

ii)     Evidence of the Tax Clearance Certificate for the past three years

iii)      Company’s; Audited Account for the past three years;

iv)       List of similar jobs executed with evidence of names of Clients, Location,            Memorandum of Understanding and amount attracted;

v)      Letter of reference from Developer’s Banker(s) indicating availability of funds to execute such project(s); and

vi)       Other documents that may support the capability of the firm t successfully

execute a Public Private Partnership project of this magnitude.

 

For further information on the categories available, visit the University website at www.unilorin.edu.ng/advertisement/ppuadvert.pdf

 

C.      Submission

Developers are to clearly indicate the  number and type of the modules/categories that they are planning to develop.

 

All submissions in sealed envelopes should be delivered to the Registrar, University of Ilorin, P.M.B 1515, Ilorin, Nigeria  on or before 8th August, 2011.

 

Signed

Olufolake O. Oyeyemi (Mrs.)

Registrar.

Request for Expressions of Interest (Consultant Services) at Road Sector Development Team (RSDT)

 

Specific Procurement Notice

Request for Expressions of Interest (Consultant Services)

Federal Republic of Nigeria,

Republic of Cameroon,

ECOWAS/ECCAS/CEMAC

Transport Facilitation Programme on the

Bamenda-Mamfe-Ekok-Abakaliki-Enugu Corridor

Transport Sector:

 

Consulting Services for Supervision of a new Two Lane Bridge over the Cross River at the Cameroon/Nigeria Border (Ekok/Mfum) with Approach Roads Financing Agreement Ret / Loan No.: 2100150019643

Project ID No.: P-Zl-DBO-023

This request for expression of interest follows the General Procurement Notice for this project that appeared in Development Business No. 733 of August 31, 2008.

 

The Federal Republic of Nigeria and the Republic of Cameroon have received a loan from the African Development Fund toward the cost of the Transport Facilitation Programme on the Bamenda – Mamfe – Ekok – Abakaliki – Enugu Road Corridor and intend to apply part of the proceeds of this loan to payments under the contract for Consulting Services for Supervision of a New Two Lane Bridge over the Cross River at the Cameroon/Nigeria Border (Ekok/Mfum) with Approach Roads. The works contract is a design and build contract (D and B) -Contract No. 0l/JTC/Cameroon-Nigeria/2011. Any payments made under the proposed supervision contract will be subject, in all respects, to the terms and conditions of the D and B and related documents, including restrictions on the use of AfDB funding and conditions to the disbursement.

 

The Scope of services shall involve the supervision of the bridge works (approx. 280 m long) from inception to completion including bid evaluation for the selection of the Works Contractor; issuing of commencement of Works; checking of setting-out; monitoring and supervision of quality of works: preparation of interim and final certificates; production of reports: safety and environmental management of contractor’s operations; and cost control among other site supervision duties. The contract duration is for 20 months and it is envisaged that a team of key personnel will be required to carry out the duties.

 

The Employers represented by the Road Sector Development Team (RSDT) nom  invite eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments particularly supervision of long span bridges and supervision of design and build projects, experience in similar conditions, availability of appropriate skills among staff, etc. Consultants may associate to enhance their qualifications.

 

Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s Rules and Procedures for the Use of Consultants (May 2008) which is available on the Bank’s website at http://www.afdb.org , Borrowers are under no obligation to short-list any consultant who expresses interest.

 

Interested consultants may obtain further information at the address below during office hours 09.00 to 4: 00 local time Monday to Friday.

 

Expressions of interest must be delivered to the address below on or before 8th August 2011 by 4:00 pm local time.

 

The Unit Manager,

Road Sector Development Team (RSDT)

6, Niagara Close, Off Erie Crescent, Off Nile Street,

Maitama, Abuja, Nigeria.

Attn: Engr. L. A. Audi, Unit Manager, RSDT

Tel: +234-7034044403

E-mail: unitmgr.rsdt@yahoo.co.uk or unitmanager@rsdt.gov.ng

Invitation to Pre-qualify for the Execution of 2011 Capital and Recurrent Projects at Federal Ministry of Health

 

Federal Ministry of Health

Federal Secretariat, Phase 111, Abuja

General Procurement Notice

Invitation to Pre-qualify for the Execution of 2011 Capital and Recurrent Projects

Introduction

The Federal Ministry of Health invites interested and reputable Contractors, Pharmaceutical Manufacturers, Suppliers and Consultants with relevant experience and good track records to pre-qualify for the under- listed Procurements:

 

1.    Drugs and Medical supplies

2.    Commodities, Equipment and Chemicals for Malaria Control

3.    Anti Retroviral Drugs (ARV) and HIV Test Kits.

4.    Renovation/Rehabilitation Works.

5.    Laboratory Reagents

6.    Office Equipment/Furniture.

7.    Automotive Gas Oil (Diesel)

8.    Printing of various Medical Protocols

9.    Supply and Installation of Power Generating Sets

10.  Office Stationery

11.  Consultancy Services for Health Care Management Systems and Programmes.

12.  Construction Works, Drilling of Boreholes and Water Reticulation

 

Pre-Qualification Requirements Are:

i.     Certificate of Registration with Corporate Affairs Commission (CAC).

ii.    Evidence of compliance with Pension Reform Act, 2004 including evidence of remittances.

iii.   Evidence of Current Registration with NAFDAC (for Items 1,2,3, and 5) only

iv.   Evidence of Technical Capability (for Item 12 only)

v.    Evidence of Tax Clearance for the last three years (2008,2009, and 2010) corresponding to declared turnover

vi.   Company Audited Accounts for the last three years (2008, 2009 and 2010) showing annual turnover

vii. Evidence of VAT registration and remittances

viii.    Evidence of Experience with similar jobs in the last three years including: letters of award of contracts contract sum(s), and completion certificates (please provide contact addresses of the Clients).

ix.   Evidence of Financial Capability (A letter of support from a bank will be an advantage)

x.    Manufacturing facilities and their location (Not P. O. Box) (for Items 1,2,3, and 5 only) (Please note that local manufacturers will be given preference)

xi.   Company Profile with CVs of key personnel

xii. Evidence of Current Good Manufacturing Practices (CGMP) with full details of in-house quality control (QC) facilities for Items I only

xiii. Evidence of registration with the Pharmacists Registration Council of Nigeria and current annual license to practice (for Items 1-3 only)

xiv. Manufacturer’s Authorization for Distributors/Suppliers (for Items 1,2, 3, and 5 only)

 

Submission of Pre-Qualification Documents

2.       The completed pre-qualification documents should be enclosed in an envelope, scaled and marked “PREQUALIFICATION DOCUMENTS FOR the (Indicate the Items at the Top Right Hand Corner of the Envelope)” and addressed to:

 

The Secretary,

Ministerial Tenders Board,

Federal Secretarial Complex,

Phase 111, Podium G3, 3rd Floor (Ministerial Tender’s Board Secretariat)

Federal Ministry of Health,

Ahmadu Bello Way, Abuja.

 

3.       The completed pre-qualification documents should be deposited in the Tender Secretariat, Podium G3, 3rd Floor, Federal Secretariat, Phase 111, Ahmadu Bello Way, Central Business District, Abuja. All submissions close on 25th July, 2011 at 11:00 am.

 

4.       Bidders should note that only successful pre-qualified companies will be invited to submit Financial Bids. The Federal Ministry of Health reserves the right to reject any or all pre-qualification documents that do not meet all the requirements as specified

 

5.       Subsequently, within the year, Procurement Notice for contracts within the approval threshold of the Ministry’s Accounting Officer will be placed on the Ministry’s Notice Board for interested Contractors/Suppliers.

 

L.N. Awute, mni

Permanent Secretary,

Federal Ministry of Health