Expressions of Interest for Financial Modeller at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

Financial Modeller

Request for Expressions of Interest

Introduction

The Federal Government of Nigeria (FGN) has applied for a credit from the international Development  Association (IDA). The credit will be used primarily for infrastructure up-scaling in the different sectors of the country through PPPs by providing technical assistance, capacity building and long-term financing and  intends to” apply part of the proceeds of this credit  to payments for the services of highly qualified consultants as financial modeler through Public Private Partnership (PPP).

 

There is currently a lack of financial assessment and modeling capacity in the public sector to undertake  and implement financial modelling and viability assessment of PPP procurement of infrastructure projects. This knowledge gap begins with a lack of clarity regarding the basis and methods for financial modeling and  financial structuring/variables that drive PPP procurement. In an effort to address these weakness ICRC, as the implementing agency of the proposed PPP Program, seeks the service qualified consultant to serve as a Financial Modeller to provide financial analysis/modeling support to the ICRC and other key Ministries, Departments and Agencies (MDAs) participating in this program.

 

Objective of the Assignment

The key objective of this assignment is to enable the ICRC to proactively contribute to preparation  of robust Outline Business Case (OBC) assessments   through the recruitment of appropriate financial  analysis/modeling skills and expertise. The financial modeler will be responsible for:

(i)      developing and/or identifying appropriate financial analysis/models to be used to carry out  investment appraisal and value for money (VFM);

(ii)     undertaking, with the application of these analysis/models,  financial and proposed PPP transactions including providing optimal financial structuring incorporated into draft OBCs so as to provide a sound basis for PPP concessions.

 

Scope of Work:

The financial modeller will work with the ICRC and MDAs in preparing key financial and economic viability analysis/modelling that will incorporate a range of key  policy and fiscal variables including tariffs, up front public sector investments or viability gap funding (where necessary), and possible annuity/availability payment arrangements.

Furthermore, the consultant will be required to work with relevant agencies and institutions in the financial  sector in carrying out best OBC and FBC stage financial analysis/modelling of PPP financing risks.

 

The scope of work will also require the consultant to ensure that financial analysts/models developed address/incorporate the following factors,

Preparation, development and manipulation of financial spreadsheet analysis/models that address all the key areas of estimation including income statements, traffic projections, revenue projection, tariff projections, investment costs, operational cost, debt financing costs, and depreciation in developing financial model;

Carrying out long and short term stochastic financial/sensitivity analysis;

Examination   of fixed/variable   hardware   costs   including   potential   concession operations/maintenance costs and calibrated forecasting of potential concession revenues over time to determine financial viability;

financing assessment ratios e.g. Debt Service Coverage Ration (DSCR). Loan Life Coverage Ratio (LLCR), Return on Investment (Rol), Asset (ROA) and Equity (ROE) and time  to achieve break even and profitable,

Operations as a systematic approach to deriving PPP concession contract duration Amongst the transactions covered in the scope of work, the following PPP transactions will be treated as priority;

a)       Shagamu to Benin to Asaba expressway rehabilitation and upgrade OBC- See Annex 2 for more details ,

b)      Abuja to Kaduna to Kano expressway rehabilitation and upgrade OBC – See Annex  2 for more detail

Additionally analysis/modeling  assignment  will be assigned to the consultant  by the Executive Director, P3RC.

 

Submission of Expression of Interest (EOIs)

Prospective consultants should submit an Expression of Interest detailing the following information as basis for pre-qualification:

 

Competency and Expertise Requirements:

The financial Modeller required should be a highly technically accomplished professional, well organized with excellent   communication  skills, superior financial   analysis/modeling,  research, analytical/quantitative  accounting/finance background with broad computing skills. The consultant  should  have additionally: Minimum of 15 years professional experience in financial analysis/modeling econometrics, and strategic accounting /, planning and management skills preferably obtained in an international investment bank, involved in financing PPPs.

  • Experience working with public sector employees
  • Experience working with multilateral and bilateral financial (DFI) and development agencies particularly on infrastructure and PPP activities
  • Familiarity with the National and World Bank fiscal assessment procedures
  • Ability to prepare economic and financial assessment policy briefs and analytical reports Strong motivation, team player and result oriented
  • Strategic thinking and planning and
  • Sound knowledge of PPPs

 

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: selection and Employment of Consultants by World Bank Borrowers, January 1997, January-1999, May 2002, May 2004, October 2006 and May 2010).

 

Expressions of interest must be submitted in three (3) copies (one original and two . envelope clearly marked “Expressions of Interest for Financial Modeller”. A CD-ROM version should also be include.

 

The expression of interest should be addressed and delivered on or before July 19th 2011 by 5.00pm at the office as addressed below:

 

Engr. Mansur Ahmed

Director General

Infrastructure Concession Regulatory Commission

No. 13, Suleiman Barau Crescent

Aso Villa, Asokoro Abuja

Tel: 234-803-3143403

Email: Mansur.ahmed@yahoo.com

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00pm Monday through Friday (except public holidays)

 

Only shortlisted Consultants will be  contacted

Expression of interest through email or fax will not be entertained.

 

 

 

Request for Expressions of Interest at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

The Public Private Partnership (PPP) Project

M & E Senior Specialist

Request for Expressions of Interest

 

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) and intends to apply, part of the proceeds of this credit to payments for the services of reputable qualified Monitoring and Evaluation Specialist for the implementation of Public Private Partnership (PPP) Project.

 

The Infrastructure Concession Regulatory Commission (ICRC) was inaugurated in late 2008 by the Federal Government under the existing 2005 ICRC Act to lead the PPP Program. The PPP Project has the overall objective of creating economic growth by facilitating the private participation in infrastructure development in Nigeria. Through the ICRC, the proposed PPP project provides multi-sector capacity building and technical assistance and financial! resources to increase PPP participation in infrastructure anSSd service delivery.

 

The ICRC is required as part of its function to establish the PPP Project Implementation Unit (PPP PIU) to assist it in executing the PPP Project. The PPP PIU will have two supporting groups: core staff and shorter-term technical experts for which this request for expressions of interest is issued for the  appointment of a monitoring and Evaluation Specialist. The M&E Specialist will guide the strategy and implementation of the project’s M&E system and provide timely and relevant information to project stakeholders.

 

Scope of Work:

The IT/ Monitoring and Evaluation Specialist’s detailed tasks include, but not limited to:

M&E Framework Systems and Reporting; Establish the M&E framework, systems, and

operations of the PPP PIU in accordance with the Project’s objectives and strategy which include a detailed description of: (i) data collection, analysis, and reporting plan for each indicator. (ii) M&E implementation arrangements (institutional mandate, responsibility, and   partnership);   (iii) work plan and budget for M &E activities (human resources, timetable, and cost); (iv) Management Information System (Data collection, storage, and analysis tools); Prepare quarterly, half yearly and annual project monitoring reports, containing summary data on overall performance against targets. Coordinate the organization of annual M&E reviews, participatory impact assessments, and lessons-learned workshops to ensure the M&E function enhances the ability to increase project impact; Baseline Data Requirements  and Collection Systems: Review the quality of existing social economic data in the project area, the methods of collecting it and the degree to which it will provide good baseline statistics for impact evaluation; M&E Coordination: Liaise with primary MDA and Private Sector stakeholders and other staff to ensure a two-way flow of information on implementation; facilitate communications between those carrying out field implementation and decision-makers on the number and quality of at undertaken for each project component;

M&E Participatory Mechanisms: Ensure-that an effective and participatory M&E system and methodology are established consistent with a robust M&E function this includes the establishment of “third party” demand-based feedback arrangements (at policy, program and project levels) with civil society and other society and other community interests in  line with commitments made  September\October Project Stakeholder Meetings.

 

M&E implementation; Supervise implementation of approved M&E Work plans and during implementation, if required, update and amend the M&E process following with stakeholders, partners and beneficiaries.

 

Submission of Expression of Interest (EOIs)

Prospective applicants should submit an Expression of Interest detailing the following qualification as basis for pre-qualification and subsequent selection as M & E Specialist:

(a)     Post-graduate degree in a field related to development and/or management and experience in field research;

(b)     M&E working experience in relevant public and\or private sector settings and in providing advice to policy and program decision-makers;

(c)      Proven track record working with different teams across institutions, particularly the FGN, Statistical skills are essential;

(d)      A minimum of 8 years of proven experience with;

  • The logical framework approach and other strategic planning approaches;
  • M&E methods  and  approaches  (including  quantitative,  qualitative  and participatory)
  • Planning, design, implementation of M&E systems; Training in M&E development and implementation; Facilitating learning-oriented analysis sessions of M&E data with multiple Stakeholders;
  • Software and M&E IT systems and applications;
  • Information analysis and report writing;
  • Computer skills and experience in data processing
  • Leadership qualities, personnel and team management (including conflict resolution).

 

The M&B Specialist will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers January 1997 (Revised September 1997, January  1999, May 2002, May 2004 and October 2006).

 

Expressions of Interest must be submitted in four 45) copies (one original and three copies) in a Sealed envelope clearly marked “Expressions of Interest for M&E Specialist” . ACD-ROM version should also include.

 

The expressions of interests should be addressed and delivered on or before July 19th 2011 by 5.00pm at the office  as  addressed below:

 

Engr. Mansur Ahmed

Director General

Infrastructure Concession Regulatory Commission

No. 13, Suleiman Barau Crescent

Aso Villa, Asokoro Abuja

Tel: 234-803-3143403

Email: Mansur.ahmed@yahoo.com

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00pm Monday through Friday (except public holidays)

 

Only shortlisted Consultants will be contacted

Expression of interest through email or fax will not be entertained.

 

Invitation for Pre-Qualification and Tender at University of Abuja Teaching Hospital

University of Abuja Teaching Hospital

P.M.B. 228, Gwagwalada, Abuja, FCT

Invitation for Pre-Qualification and Tender

 

The University of Abuja Teaching Hospital, Gwagwalada hereby invites submissions from competent and reputable companies/contractors to Indicate interest for pre-qualification and tender for its 2011 capital projects as listed below:

 

A)      Completion of the Construction of Intensive Care, Accident and Burns Complex

b)      Construction of Post-Basic Intensive Care Nursing School

c)       Expansion of mortuary unit building

d)      Procurement of Life-support ambulance

 

Requirements

Interested bidders are required to submit the following documents:

 

  • Evidence of registration with the Corporate Affairs Commission (CAC) of Nigeria
  • Evidence of registration with the University of Abuja Teaching Hospital
  • Evidence of financial capability and bank guarantee
  • Evidence of verifiable post experience in handing similar projects in Nigeria and elsewhere
  • Evidence of technical qualification and experience of the key personnel
  • Company income tax clearance certificate for three years
  • Company Audited Accounts for three years
  • Evidence of Value Added Tax. VAT registration and remittances
  • Evidence of payment of non-refundable pre-qualification and tender fees of N100,000 for category (a), N50,000 each for (b) and (c) and N30, 000 for (d) respectively in bank or certified cheque

Submission of Pre-Qualification and Tender Documents

The pre-qualification and tender documents must be submitted in two (2) separate A4 size envelopes and neatly bound. The category must be clearly written at the top left hand corner of the envelope and to be addressed to:

 

The Chief Medical Director,

University of Abuja Teaching Hospital,

P. M. B, 228

Gwagwalada, Abuja.

Closing and opening of pre-qualification of documents

Submission of pre-qualification documents shall close on 18th August, while submissions will be opened on the same day at 12 noon in the Conference hall of the hospital in the presence of all the bidders or their representatives.

 

Thanks

Dr. Peter Alabi

Chief Medical Director

Invitation to Tender for Various Projects at Federal Capital Territory Administration (FCTA)

 

 

Federal Capital Territory Administration – Area Councils Services Secretariat Tenders Notice

Invitation to Tender for Various Projects in the Area Councils Services Secretariat (ACSS), Federal Capital Territory, Abuja

 

Federal Capital Territory Administration (FCTA) has made provisions in the FCT 2011 Budget under the Area Council Services Secretariat (ACSS) for various Projects and is therefore inviting competent and interested companies to submit Technical and Financial bids for the Procurement of the following Projects:

2.       THE SCOPE

Lot A.1       Supply of Building Materials to 5 no rural communities in Abaji Area Council.

Lot A.2       Supply of Building Materials to 5 no rural communities in Kwali Area Council.

Lot A.3       Supply of Building Materials to 6 no rural communities in Abuja Municipal Area Council.

Lot A.4       Supply of Building Materials to 5 no rural communities in Bwari

Area Council.

Lot A.5       Supply of Building Materials to 5 no rural communities in

Gwagwalada Area Council.

Lot A.6       Supply of Building Materials to 6 no rural communities in Kuje Area Council.

Lot B.1       Supply of Equipment for NYSC Community Development Projects in Abaji Area Council.

Lot B.2       Supply of Equipment for NYSC Community Development Projects in Kwali Area Council

Lot B.3       Supply of Equipment for NYSC Community Development Projects in Abuja Municipal Area Council.

Lot B.4       Supply of Equipment for NYSC Community Development Projects in

Bwari Area Council.

Lot B.5       Supply of Equipment for NYSC Community Development Projects in

Gwagwalada Area Council.

Lot B.6       Supply of Equipment for NYSC Community Development Projects in

Kuje Area Council.

Lot C.1       Supply of Equipment for Community Self Reliance Centres in the Area Councils

Lot C.2       Supply of Equipment for Community Self Reliance Centre in the Area Councils

 

The Evaluation Criteria

Interested companies must forward copies of the following documents and the originals to be made available for sighting during the Tender opening.

i.     Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.    Evidence of Audited Account

iii.   Current Tax Clearance Certificate for the last three years

iv.   Bank Statement of the Company for the last Twelve months.

v.    Experience and Technical qualification of key Personnel.

vi.   List of verifiable documentary evidences of similar jobs successfully executed within the last three years.

vii.  Interested Companies should have up to date returns with the CAC.

viii. An affidavit to show that none of the Directors of the Company have ever been convicted in a court of law.

ix.   Evidence of Compliance with PECOM Act in accordance with Section 16 (l) d of PPA 2007

4.       Collection of Tender Documents

Interested companies should collect Tender Documents from the Area Councils Services Secretariat, Office of the Director, Administration and Finance. Former National Biotechnology Development Agency Building, FCT Hospital Management Board’s Premises, No 16 Dunukofia Street, Opposite Church of God Mission, Area II, Garki Abuja, upon the presentation of evidence of payment of N10,000.00 (Ten thousand naira only) non-refundable Tender Fee into Treasury Revenue Account at Fidelity Bank (Central Area) Account No: 051503010000426.

 

6.       Submission and Opening Of Tenders

The Prequalification and Tender documents should each he sealed and labelled (Technical and Financial bids as appropriate) separately, and the two envelopes put in another envelope that should also be sealed and labelled as:” (INDICATE THE NAME OF PROJECT)”. The Tender documents (financial bid) should be submitted in three [3] copies [one original and two other copies] and all pages are to be duly endorsed by the bidder. The document is to be submitted to: Director, Finance and Administration, ACSS, Former National Biotechnology Development Agency Building, FCT Hospital Management Board’s Premise, No 16 Dunukofia Street, Opposite Church of God Mission. Area II, Garki, Abuja, on or before 17th August 2011. Representatives of bidding companies are invited to witness the opening of the tenders on the same day at the Conference hall of ACSS 2nd Floor, Block B, FCTA, No. I Kapital Street, Area II, Garki, Abuja, by 1.00 pm.

 

NOTE:

  • Original copies of document in item 3 i, ii and iii above must be presented for sighting during the opening exercise.
  • Interested members of the public especially representatives of Civil Society Organizations (CSOs) are by this notice invited to witness the opening of Tenders but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement (BPP).
  • Due diligence will be conducted
  • Firms’ representatives are to come along with letters of introduction indicating name, rank and sample signature to the venue of the opening exercise.
  • This. Advertisement shall not construed as a commitment on the Part of FCTA, nor shall it entitle any firm to seek indemnity from FCTA by virtue of such firm responding to this advertisement.

Invitation for Pre-qualification of Contractors/Suppliers/Manufacturers for 2011 FNG Capital Budget at Power Holding Company of Nigeria Plc

Power Holding Company of Nigeria Plc

Benin Electricity Distribution Company

Invitation for Pre-qualification of Contractors/Suppliers/Manufacturers for 2011 FNG Capital Budget.

1.0.    Introduction

The management of Power Holding Company of Nigeria Benin Electricity Distribution Company intends to execute some essential Federal Government of Nigeria funded capital power projects for 2011 financial year.

 

Interested, competent and reliable manufacturers/contractors/suppliers are invited to express their intention for supplies or project execution through submission of pre-qualification documents.

 

2.0     Scope of Work

Lot No. Scope of Work
1. Supply and installation of VHF Base Radio 2Nos supply of Walkie Talkie 5 Nos; Landscaping, gate repair works, Furniture/Fittings at Okpanam 7.5MVA, 33/11kv injection substation.
2. Supply and installation of VHF Base Radio 2 Nos; supply of Walkie talkie 5 Nos; Landscaping, gate repair works. Furniture’s/Fittings at Onicha-uku 7.5MVA, 33/11kv injection Substation.
3A Manufacture and supply of 50km of 150mm Aluminium Conductor (AAC)- Nigeria Manufacturer
3B Manufacture and supply of 200 Nos 40ft Reiforced Concrete Poles; 200 Nos 34ft Reinforced Concrete Poles – Nigerian
3C Completion of double circuit 33kv line from Utagba Road to Siluko Injection Substation (About 7Km). Rehabilitation of single circuit 33kv line Siluko 33/11kv S/S to Ugbowo Injection S/S. Replacement of 115Nos  bad poles on old Siluko 33kv feeder (Poles and Aluminium conductor will be provided).
4A Radiation of 2km of 11kv line from Asaba Injection S/S to Ibusa town
4B Supply of 9Nos 500kva, 11/0.415kv transformers – Manufacturer’s Representative
4C Construction of 2 Nos 500kva. 11/0.415kv relief Substation at Ibusa town
4D Supply of 100 Nos 34ft Reinforced Concrete Poles to Ibusa BED Stores – Nigerian Manufacturer
5A Manufacture and supply of 50km of 150mm Aluminium Conductor  (AAC) – Nigerian Manufacturer
5B Manufacture and supply of 100 Nos 34ft (10.06m) Reinforced Concrete Poles – Nigerian Manufacturer
5C Supply of 33kv Fibre Glass Cross-Arms 100 Nos; 11kv Fibre Glass Cross-Arms 100Nos
5D Reconductoring and line  rehabilitation works  in Edo and Delta States

 

5E Reconduction and line rehabilitation works in Ondo and Ekiti States
6A Trace widening of Aladja 33kv and other 33kv lines in Delta and  Edo State
6B Trace widening of Igbara-Oke 33kv and other  33kv lines in Ondo and Ekiti States
7. Supply of stand alone 11kv  panel and Relays
8. Construction of Illesa road-fadiye 11kv Double Circuit feeder, Akure, 28 spans; Construction of college road 11kv feeder, Ondo, 3km; Construction of Useh 11kv feeder Ex-Evbuotubu S/S Benin (2km)
9A Supply of SF, Ring main Unit 3 Nos
9 B Supply of 800Amps 4-Way Feeder Pillars 30 Nos; Feeder Pillar Unit 200Nos
10 A Repair of Distribution Transformers (15 Nos) – Tested Transformer Repairers
10 B Repair of Power Transformers 7.5MVA, 33/11kv (1 No.) – Tested Transformer Repairers
11 A Supply of 1 No. 7.5MVA, 33/11kv Transformer – Manufacturer’s Representative
11 B Supply of Distribution Transformers: 500kva 11/0,415kv  6Nos; 300kva 11/0,415kva 12 Nos; supply 11kv half panel board – Manufacturer’s Representative
11C Supply of materials for system change over, 500mm2 c 1-core LT cable (200 Mtrs); 300mm2 x 1core LT cable (200mts); 150mm2 x 4-core LT cable (450Mtrs); 35mm2 x 1-core XLPE 11kv cable (900Mtrs); 11kv D-fuse complete(20 sets); 11kv lightening arrestors (20 sets); 11kv Outdoor Raychem kits 35-70mm2 (20 sets); 11kv indoor Raychem kits 35-70mm2 (20 sets): 11kv indoor rachem kits 35-70mm2 (20 sets); 50 Nos 34ft Reinforced Concrete Poles, 78Nos 11kv Fibre Glass Cross-Arms, 11kv Disc insulator 200 Nos)
11 D Installation of 1 No. 7.5MVA 33/11kv Transformer as per work scope (2) Replacement of 18 Nos 6.6/0.41kv Transformers with 18Nos 11/0.415kv Transformers (Transformers and LT cable to be provided). (3) Replacement of 50Nos bad HT poles, 78Nos bad Cross-Arms and the reconductoring of 4.3km of Leventis/Agaga 11kv feeders at Enerthen, Warri.
12 A Supply of 1No 7.5MVA 33/11kv Transformer – Manufacturer’s Representative
12 B Supply of substation equipment: 1 Set of 11kv Indoor panel (7-panel board); 33kv Outdoor Breaker; 33kv outdoor Current Transformers (3Nos); 33kv Transformer Control Panel- Manufacturer’s Representative.
12 C Land Acquisition and Injection Substation Civil works
13 Construction of 10km of 33kv line  to proposed Injection Substation site
14 Construction of 9km of 33kv line from college road to Oluji Junction
15 Procurement and installation of w Nos 500kva Transformers at Owa-Oyibo, Ika North East LGA Owa, Delta State. Complete with link lines.
16 A Construction Control Room building and all Civil works for the proposed 7.5MVA. 33/11kv Injection Substation off Auchi road, Ikpba Okha.
16B Supply of 1No. 7.5MVA 33/11kv Transformer – Manufacturer’s Representative
17 A Supply of 5 Nos 300kva 11/0.415kv Transformer – Manufacturer’s Representative
17 B Manufacture and supply of 50km of 150mm Aluminium Conductor (AAC) – Nigerian manufacturer
17 C Installation of 3 Nos Distribution Transformers at Yewa South, Ikpba
18 Construction of 7.5 MVA 33/11kv Substation at Egor including  1.5km each of 33kv and 11kv link lines. (Transformer and 11kv switchgears will be provided)
19A Installation of 1No. 300kva 11/0.415kv relief substation at Utoka including the  rehabilitation of 2.5km of 11kv line between the proposed Egor injection substation and Utoka and also 1km of  LT Network. (Poles and conductor will be provided).
19 B Supply of 8Nos 300kva  11/0.415kv Transformer – Manufacturer’s Representative
19 C Supply of 1No 7.5MVA 33/11kv Transformer – Manufacturer’s Representative
19 D Supply 1 set of 11kv Panel (7-Panel board). 1No 33kv Outdoor Breaker- Manufacturer’s Representative
20 A Extension of 11kv supply from proposed Egor injection substation to Iguesogban with a Tee-off from omi to Ogheghe. (combined route length 17.5km). Installation of 7 Nos 300kva 11/0.415kv transformers at Iguosshodin-Omi-Arah-Iguesogban-Nikpemba-Obagie-Ogheghe. (Combined LT route length 7km); (Transformers, Poles, Conductor and  LT Cable will be provided).
20 B Manufacture and supply of 34ft Poles 500Nos; 28ft Poles 300 Nos – Nigerian Manufacturer
20 C Manufacture and supply of Aluminium Conductor 150mm2 (100km); Aluminium Conductor 100mm2 (50km); Supply of LT cable 150mm2 x 4-core (300m);  300mm2 x 1core LT cable (200m) – Nigerian Manufacturer
21 A Installation of 3 Nos 500kva transformer at the following locations: Idashen, Omialafa, Ago-Corner village, Owajalaye in Ondo State (Transformers, Poles, Conductor and  LT cable will be provided)
21 B Supply of 5 Nos 500kva 11/0.415kv Transformer – Manufacturer’s Representative
21 C Manufacture and supply of 34ft Poles 200 Nos; 28ft poles 100 Nos – Nigerian Manufacturer
21 D Supply of Aluminium Conductor 150mm2 (50km); Aluminium Conductor 100mm2 (50km); Supply of LT Cable 150mm2 x 4-core (400m); 500mm2 x 1-core LT cable (300m) – Manufacturer’s Representative
22 A Construction of 4Nos Relief substation in the Edo, Delta, Ondo and Ekiti States
22 B Supply of 150mm2 x 4-core LT cable (100m);  500mm2 x 1-core LT Cable (500m); 35mm2 11kv XLPE Cable (1000m) – Nigerian Manufacturer/Manufacturer’s Representative
23 Supply  of 150mm2 x 4-core LT cable (1,000Mtrs); 500mm2 x1-Core LT Cable (200 Mtrs);  35mm2 x 1-Core 11kv XLPE Cable (1,000 Mtrs); 300mm2 x 1 Core LT Cable (300 Mtrs) – Nigerian Manufacturer/Manufacturer’s Representative
Supply of Raychem Termination kits (150 Nos); Supply straight through joints kits (20 Nos)
24. Supply 900 Nos 33kv Fibre Glass Cross-Arm

3.0     Prequalification Requirements

Letter of intent should be accompanied by photocopies of:

i)       Evidence of company registration / certificate of incorporation

ii)      Photocopies of Current Company Tax clearance certificate for the last (3) three  years

iii)     Photocopies of VAT registration certificate and evidence of VAT remittances

iv)     Evidence of compliance with Pension Reform Act 2004

v)      Evidence of verifiable similar jobs successfully executed.

vi)     Evidence of financial capability of executing projects with certified bank statement to butress claim

vii)    Company’s audited account for the last (3) three years.

viii)   Companies in construction industry should have a COREN registered engineer in their Team and must show proof of having executed such jobs successfully

ix)     Evidence of being a manufacturer with SON or ISO Certificate,

x)      Comprehensive company profile with convincing proof of competence to undertake the job

xi).    Evidence of technical, financial, operational and managerial capabilities

xii)    Any other related document that will place the company on  a comparative advantage.

4.0     Submission

Prequalification document should be spirally bound in Two copies and enclosed in an envelop sealed and marked at the top left corner “prequalification for 2011 FGN capital works/BEDC items” and addressed to:

 

The Chief Executive Officer

Power Holding Company of Nigeria Plc

Benin Electricity Distribution Company

No. 5, Akpakpava Street

Benin city, Edo State.

 

Documents are to be submitted on or before Wednesday 17th August, 2011 by 12 Noon to the Office of the Chief Executive Officer.

 

This advertisement shall not be construed as a commitment on the part of the PHCN nor shall it entitle responding contractors/suppliers/manufacturers to seek any indemnity from PHCN by virtue of such contractors/Suppliers/manufacturer having responded to this advertisement/invitation for prequalification.

 

(Signed)

Management