Pre-Qualification for Various Projects at Energy Commission of Nigeria

 

Energy Commission of Nigeria

Pre-Qualification

 

1.       Introduction

The Energy Commission of Nigeria (ECN) invites interested and credible Companies to apply for pre-qualification for the various Projects of the Commission for the 2011 Fiscal Year.

 

2.       SCOPS

The scope of work includes:

LOT 1:        Purchase of Motor Vehicles

  • Procurement of Duty Vehicles
  • Procurement of Project/Utility Vehicles

 

LOT 2:        Purchase of Teaching/Learning Aid Equipment

  • Equipment for Digitizing and video Conference

 

LOT 3:        Completion of Energy Resource and Information Centre

  • Construction of the phase- 1 of the Resource Centre

 

LOT 4:        Solar Pv Power Supply System for Supply of Electricity as Alternative Energy Sources Pilot Projects

 

LOT 5:        Small Scale Solar Module Production

  • Construction of 25MW Small Scale Solar Module
  • Acquisition of Solar Module Production Equipment

 

LOT 6:        Promotion of Wind Energy

  • Establishment of Four Wind Electricity Pilot Projects

 

LOT 7:   Solar Based Rural Electrification (Solar Streetlights) – Provision of Solar PV Installation for Rural Electrification in various locations in the country.

 

LOT 8:   Solar Based Water Pumping Project – Provision of Solar Water Pumping for Rural Electrification in various locations in the country

 

LOT 9:        Detailed Study or Biofuel Potentials in selected areas of the country

  • Survey of Bio Fuel Potentials in selected area in Kaduna State
  • Study of Bio fuels Potentials in selected areas in Ogun State.

 

LOT 10:      Upgrading of Energy Commission of Nigeria’s Facilities

Upgrading and Overhauling of ECN Facilities and Equipment

 

LOT 11:      Complete Renovate of ECN Podium Building.

LOT 12:     National Energy Master-Plan

  • Development and Implementation of the Master plan
  • National Energy Manpower Plan Development Component

 

LOT 13:      ECN/NYSC Renewable Energy Training Programmes:

Training of Corp members on Self Employed Renewable Energy Devices in Each geo-political zones.

 

LOT 14:    Biofuel, Biomass, Land-fill Gas and Biogas Projects for Electrification

 

LOT 15:   Development of Energy farm to pilot Biofuel Production

 

LOT 16:   Commercialization of Energy R and D Outputs

  • Organization of For a with Business Concerns
  • Advertisements in the Mass Media
  • Production of Books and Handbills on Energy R and D outputs

 

LOT 17:   National Energy Data Bank Development, Infrastructure specialized Software, etc

 

LOT 18:   Sustainable Energy Development

  • Manpower Development
  • Energy Modeling
  • Pilot projects

 

LOT 19:   Energy Efficiency Program:

  • Popularization/Creation of Awareness on Energy Safe for Domestic and Industrial Use in each geo-political zone.

 

LOT 20:   Laying down Guidelines for Utilization of Energy Resources for specific purposes

 

LOT 21:   Establishment of Sustainable Energy Projects’ Platform for would be investors in Energy One-Stop-Shop.

 

LOT 22:      Monitoring the implementation of Government Policies on Energy

Conduct of Surveys and Seminars

Production of Reports (Periodically)

 

LOT 23:    Development of Energy Balance

 

Pre-Qualification Criteria

The following requirement for pre-qualification must be submitted:

a.    Evidence of Company Incorporation in Nigeria

b.    Evidence of Tax clearance and VAT certificate

c.     Evidence of Registration with the Federal Ministry of Works as appropriate

d.    Evidence of Registration with the Energy Commission of Nigeria

e.     Company Profile with list of Technical /Managerial Staff with evidence of previous work experience, detailed clients, nature of work/contract sum etc.

f.     Articulated Work Plan and Methodology

g.    Evidence of Financial Capability

h.    Experience in handling similar jobs is an added advantage.

 

4.       Submission

Pre-qualification documents must be in sealed envelope marked “CONFIDENTIAL PRE-QUALIFICATION FOR ECN 2011 FISCAL YEAR CAPITAL PROJECTS” and the LOT of interest clearly printed at the top left corner of the envelope and submitted on or before 25th July 2011 to:

 

The Director General/CEO

Energy Commission of Nigeria

Plot 701C, Central Business Area

P. M. B. 358, Garid,

Abuja.

 

NOTE

  • Submission of the Pre-qualification documents is not a guarantee for the award of contract and MUST be arranged in accordance to their sequential order as stated in (a-i) above.
  • Pre-qualification documents shall be opened by 10.00am prompt on Tuesday, 26th July, 2011
  • Only pre-qualified Companies will be invited to tender for the above listed projects

Signed:

Director-General /CEO

Energy Commission of Nigeria, Abuja.

Pre-Qualification for Clearing, Forwarding and Haulage Service at National Primary Health Care Development Agency (NPHCDA)

 

National Primary Health Care Development Agency

Plot 681/682 Port-Harcourt Crescent Off

Gimbiyu Street, Area, 11, Abuja

Invi1ation for Expression of Interest For

Pre-Qualification for Clearing, Forwarding and Haulage Service

Introduction

The National Primary Health Care Development Agency (NPHCDA) is a Federal

Government Agency in the Federal Ministry of Health responsible for development and strengthening of Primary health care services, including Immunization services.

 

As part of its responsibilities, NPHCDA procures and imports Vaccines, cold chain equipment and Injection devices for Routine Immunization as well as for mass campaign. These Vaccines: usually come into the country through Nnamdi Azikiwe international Airport Abuja, Lagos seaport and also though other international Airports (Lagos or Kano). These Vaccines and injection materials are also distributed to the Six Geo-political zones or to states as may be necessary.

 

The NPHCDA hereby wishes to engage the services of qualified Clearing, Forwarding and Haulage Companies for an initial period of one year, with possibilities for extension based on good performance through pre-qualification process which includes visit to the shortlisted companies for verification of their claims.

 

Areas of Services Required

i.        LOT 2011/1/1

  • Expression of Interest for Pre-Qualification for Provision of Haulage Services for Distribution of Vaccines. Cold Chain Equipment and Injection Devices to the six Geo-political zones and States.

Scope of Work

  • Provide full clearing and forwarding services for imported Vaccines and related devices at all times from any Port as required by NPHCDA.
  • Ensure safe and timely delivery of Vaccines and Injection devices under the standard international temperature condition(s) to avoid damages especially to the vaccines potency.
  • To ensure Vaccines packages for transportation are in good condition before delivery at the stores,
  • Provision of transit Insurance for all goods

 

A.      General Pre-qualification Requirements;

All interested Companies wishing to carry out this job must submit the following

 

1.    Evidence of Registration with Corporate Affairs Commission (CAC)

2.    Evidence of payment of Tax tor the last three (3) years, 2008 – 2010.

3.    Evidence of VAT registration and remittance

4.    The Company’s Audited Accounts for the past three (3) years, 2008 – 2010

5.    Company’s corporate profile including registered office, functional contact address etc.

6.    Evidence of verifiable location of operational office, or offices.

7.    Evidence of Verifiable similar jobs successfully executed

 

B.    Specific Requirement

Clearing and Forwarding Contractors:

  • Must be registered with relevant clearing and forwarding regulatory authority
  • The Contractor must be familiar with Customs/Port formalities and process custom approvals.
  • Must be financially sound to advance Terminal charges. Shipping Charges and Wharf age and Insurance etc (through Bank Reference of financial status of the company).
  • Most provide evidence of previous experience in clearing and handling of sensitive consignments such as Vaccines, drugs and cold chain equipment.

 

Haulage Contractors:

  • The Contractor must have experience in haulage of Vaccines and cold chain equipment across the Country
  • Good fleet of Haulage Vehicles such as 10, 15 and 30tons Vehicles for Vaccines and Cold chain equipment across the Country which must be verifiable.
  • Evidence of Haulage jobs done in the past.

Closing date of submission on 15th July, 2011 by 10am on Monday

 

All Expression of Interest Documents should he dropped in the Tender Box provided in the NPHCDA (Annex building complex) No 2 Uke street, off Ahmadu Bello way, Garki II, Abuja.

 

Note:

1.    The NPHCDA reserves the right to reject any document it considers to be of doubtful Authenticity.

2.   Late submission will not be entertained.

3.   This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the Agency.

 

Signed:

NPHCDA Management.

 

Execution of Projects at Federal Ministry of Education

Federal Ministry of Education

Federal Secretariat Phase III Abuja

Invitation to Tender 2011 MDG Projects

 

1         Introduction

The Federal Ministry of Education under the 2011 Budget Implementation is desirous to execute MDG projects in 16 States of the Federation as follows:

 

LOTS I.
1.                ABIA STATE

LOT 1.1      Block of 6 Classrooms

LOT 1.2      Staff Offices

LOT 1.3     Computer Room

LOT 14                Toilets

LOT 1.5      Motorized Borehole

LOT 1.6      Library

 

2.                          AD AMAWA STATE

LOT 2.1               Block of 3 Classrooms

LOT 2.2               Motorized Borehole

LOT2.3                VIP Toilet

 

3.               BAUCHI STATE

LOT 3.1               Block of 2 Classroom

 

4.                BENUE STATE

LOT 4.1         Block of 3 Classroom

LOT4.2                Hand Pump Borehole

LOT4.3                VIP Toilet

 

5.                BORNO STATE

LOT 5.1      Block of 3 Classrooms

LOT 5 2               Information and Technology Centre

 

6

LOT 6.1      EDO STATE

Block of 6 Classrooms

 

7.                ENUGU STATE

LOT 7.1      Block of 2 Classrooms

LOT 7.2      Block of 3 Classrooms

LOT 7.3      VIP Toilets

 

8.                KOGISTATE

LOT 8.1      Block of 4 Classrooms

LOT 8.2      Block of 3 Classrooms

LOT 8.3      VIP Toilet

LOT 8.4      Hand Pump Borehole

 

9.                LAGOS STATE

LOT 9.1      Generator/Generator House

LOT 9.2      Computer Centre

LOT 9.3      Community Library

 

10.              OGUN STATE

LOT. 10.1   Block of 3 Classrooms

 

11.              ONDOSTATE

LOT 11.1    Blocks of Classrooms

LOT 11.2    VIP Toilet

 

12.              PLATEAU STATE

LOT 12.1    Block of 2 Classrooms

LOT 12.2    VIP Toilets

LOT 12.3    Examination Hail

LOT 12.4   Hostel.

 

13.              SOKOTO STATE

LOT 13.1    Block of 3 Classrooms

 

14.               TARABASTATE

LOT 14.1    Blocks of Classrooms

LOT 14.2    VIP Toilet

 

15.              YOBE STATE

LOT 15.1    Block of 3 Classrooms

LOT 15.2    Borehole

 

16.              ZAMFARA STATE

LOT 16.1    Block of 3 Classrooms

 

Tenderer Qualifications/Requirements

Interested contractors who possess the following requirements are invite  tender for any of the projects:

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

ii.       Evidence from the Companies’ Bankers as to their financial capacity to undertake the project:

III.     Evidence of Tax Clearance Certificate for the last three years;

iv.      Evidence of VAT payment;

v.       Evidence of qualified technical and professional staff;

vi.      List of verifiable construction equipment.

viii.    A comprehensive company profile to include verifiable key professional staff and evidence of financial Capabilities  inducing Audited Accounts the last three years showing a t ^m of N200,000.00 annual turnover in construction contract;

ix.      Evidence of similar jobs executed in the past 3 years

 

Tender Documents

Tender documents are obtainable  from the Office of the Director Procurement Room  15 (podium “L”), 3rd Floor Federal Ministry of Education, Federal Secretanat Phase In Shehu Shagari Way, 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 payable in cash to the designated Bank of the Ministry . Details are obtainable from the Central Pay Office, Federal Ministry.

 

Tender documents are obtainable from the Office of the Director, Procurement Room 15 (podium “L”), 3rd Floor Federal Ministry of Education, Federal Secretariat Phase in, Shehu Shagari Wayt 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 payable in cash to the designated Bank of the Ministry, Details are obtainable from the Central Pay Office, Federal Ministry of Education, Abuja.

 

Submission of Tenders

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

a)       The Tender Qualifications/Requirements mandatorily filled in ink will be sealed  in another envelop and  boldly marked “Tender Requirements for………………………„…..„…” at the topmost right hand corner of the envelopes with the name and phone number of the company boldly written at the bottom of the envelope;

 

b)        The Priced Bill of Quantities will be in an envelope boldly marked: “Priced 13E

ME for …………………..” at topmost left hand comer 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 in ( a) and (b) are sealed in a single large envelope and

marked: “Tender for MDG Projec” at the top left hand comer of the envelope and submitted to:

 

The Secretary,

Ministerial Tenders Board,

Federal Ministry of Education,

Podium “L” Room 3.15,

Federal Secretariat, Phase III, Abuja.

Closing for Collection and Submission

Collection of Tender Documents closes on Monday 25dth July, 2011 at 3 :00pm while submission of Tender closes on Monday 8th August, 2011 at 12:00noon.

Opening of Bids

All pre-qualification bids (envelope) (a) received will be opened on Monday 8th August, 2011 at 12:00noon at the Auditorium, Federal Ministry of Education, 2nd Floor, Federal Secretariat. Phase III, Abuja, while Tenders (Financial Bids envelopes (b) of pre-qualified contractors who would have been notified would be opened on Monday 22nd August, 2011 at I2:00noon at the same venue. Contractors and members of the public are hereby invited to the opening.

 

Signed

Permanent Secretary

Federal Ministry of Education

Abuja.

Construction of Projects at Bwari Area Council, FCT

Bwari Area Council, FCT

P.M.B. 5032, Wuse, Abuja

Our Ref: BAC/ADM/1460/1/011/l.009

Invitation to Tender

 

Bwari Area Council hereby invites tenders from reputable companies/contractors for the execution of the following jobs:

 

1.       Construction of  concrete Trapezoidal Drainage Line and Asphalt Overlay of Gwari –Sabon Gari Road within Bwari Town (measuring 2.10km in Distance).

2.       Construction of a 3-Bedroom Flat at Sarkin Gwari Town

Requirements:

  1. Evidence  of Registration with CAC
  2. Evidence of Registration with BAC
  3. Up-to-date Tax Clearance
  4. Evidence of similar  jobs Executed
  5. Evidence of payment of Tender fee of N15,000.00 only

Companies/contractors are enjoined to collect the following tender details:

  1. Drawing (where necessary)
  2. Un-price Bills of Quantities
  3. Structural Engineer’s Details and Specifications

 

They are also enjoined to visit and inspect the site before the submission of their tenders.

Note that all payments must be made by bank draft payable to Gwari Area Council, FCT.

 

Completed Tender Documents should be returned not later 22nd July, 2011 to, the Office of the Head of Department of works, Bwari Area Council, Council Secretariat, Bwari, Abuja – FCT; in sealed brown envelop marked at the top right hand corner, the title of the job.

NB:

1. Once again, the council wishes to remind allottees of marked spaces in the following markets Gbazango West; Gwari 4-4 Days; Dutse Makaranta; Dawaki; and Kuchiko to pay all necessary fees and to commence development not later than 22nd July, 2011     or stand revocation of the offer.

 

 

2.       Similarly, allottes of Chikakore, Mpape, Runji and Dakwa market spaces are equally reminded to pay all relevant fees, and to commence development of their spaces not later than 22nd July, 2011 or stand revocation of the offer.

 

Signed;

Magement

Bwari Area Council, FCT

 

Request for Proposals at Niger State Government /UNDP 7th Country Programme

Niger State Government /UNDP 7th Country Programme

 

1.       The Niger State Government is desirous of implementing the NGSG/UNDP 7th Country Programme (2011) under the Capacity for Governance, Capacity for Economic Governance and Environment and Risk Reduction programmes.

 

2.       In view of the above, the State is inviting competent and reputable companies/ members of the Academia, NGOs, CBOs, and Consultants to submit proposals for each of the activities listed below:

 

LOT 1.        Finalize the Niger State mid-term development plan 2011 -2013

 

LOT 2.        Compile and Produce core indicators for monitoring Plans and MDG Progress at local and State level

 

LOT B1.     Facilitate High level dialogue for LGA Chairmen, Advisers and General Managers, BPP and CSOs on Public Procurement Law and Fiscal Policy Law and Management Toolkit

 

LOT B2.     Assess existing mechanism for monitoring public procurement and design standard monitoring Framework

 

LOT C1:     Design, procure and install Solar Electricity facility in DARE con of Niger State

 

 

3.       Seeking Proposals in two separate envelops (Technical and Financial) marked 2011 NGSG/UNDP 7th Country Programme should be submitted not later than 29th July, 2011, complying strictly with UNDP’s Process and Programme implementation Guidelines which can be obtained from the UNDP Nigeria website www.ng.undp.org/procurement.

 

 

4.       The Terms of Reference (TOR) for each activity can be obtained from M&E Unit/Programme Committee Secretariat (see address below).

 

5.       All submissions  should  be  made  to  the  State  Outcome  Committee Secretariat, No. 6, Paiko Road, Adj. FRSC office. Minna.

 

 

The Chairperson

State Outcome Committee

Ministry of Budget and Economic Planning

State Secretariat, Minna