Invitation for Bids at Power Holding Company of Nigeria Plc (PHCN)

Power Holding Company of Nigeria Plc (PHCN)

Invitation for Bids

Nigeria

National Energy Development Project: Electrification of Rural Communities in Ogun, Enugu and Cross Rivers States

 

Date:          7th June, 2011

Loan No.    CR 4085 UNI

IFB No.      ICB-D-2D6

1.       The Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of the National Energy Development Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Electrification of Rural Communities in Ogun, Enugu and Cross River States (ICB-D-2D6).

 

2.       The Power Holding Company of Nigeria Plc – Project Management Unit (PHCN-PMU-PMU) now invites sealed bids from eligible bidders for the Electrification of Rural Communities in Ogun, Enugu and Cross River States: (lCB-D-2D6) which is sliced into four (4) Lots as follows.

 

Lot 1:

Yewa North Local Government Area  in Ogun State: The contractor will be

required to supply, install, test and commission 50kv and 25kv pole mounted three phase 11/0.415kv distribution transformers complete with relevant switchgears. The contractor will also be expected to supply and erect poles, conductors and all associated accessories required for the electrification of 53 communities in Yewa North Local Government Area of Ogun State and provision of service connections to customers.

 

 

Lot 2:

Enugu Ezike  in Igbo North Local Government Area in Enugu State- The

contractor  will be required  to supply, install, test and commission 50kv and 25kv pole   mounted three phase 11/0.415kv distribution  transformers complete with relevant switchgears. The contractor will also be expected to supply and erect poles, conductors and all associated accessories required for the electrification of 5 rural communities in Enugu Ezike in Igbo Eze North Local Government Area of Enugu State and provision of Services  connection to customers.

 

Lot 3A:

Obanliku Local Government Area, Cross River State: The contractor will be required to supply, install, test and commission 50kv and 25kV pole mounted three phase 11/0.415kV distribution transformers complete with relevant switchgears. The contractor will also be expected to supply and erect poles, conductors and all associated accessories required for the electrification of 3 rural communities in Obalinku Local Government Area of Cross Rivers State and provision of service connections to customers.

 

 

Lot 3B:

Ogoja Local Government Area, Cross River State: the contractor will be required to supply, install, test and commission 50kVand 25kv pole mounted three phase 11/0.415kV distribution transformers complete with relevant switchgears. The contractor will also be expected to supply  and erect poles, conductors and all associated accessories required for the electrification of 11 rural communities in Ogoja Local Government Areas of Cross Rivers State and provision of service connections to customs.

 

3.      Interested eligible bidders may obtain further information from and  inspect the

bidding documents from Power Holding Company of  Nigeria Plc, Project Management Unit (PHCN-PMU) at address 1 given below from 9:00a.m to 5:00p.m week days Nigeria time starting from 7th June, 2011

 

4.       A complete set of bidding documents in English may be purchased by Interested bidders on the submission of a written application to th.* address below and upon payment of a non-refundable fee  of fifteen thousand Naira (N15,000.00) or one hundred US Dollars (US$ 100.00).  The method of payment will be Certified Bank Cheque in favor of PHCN.  The document will be given directly by hand or sent by special cum n airmail post if required at bidders expenses.

 

5.      The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Documents: Procurement of Plant.

 

6.      Bids must He delivered to the address (1) below at or before 12:00 pm on 21st July 2011.  All bids must be accompanied by a bid security of:

 

Lot 1 : US$60, 000. 00 (Sixty thousand US Dollars)

Lot 2:          US$46, 000. 00 (Forty six thousand US Dollars)

Lot 3a: US$20, 000. 00 (Twenty thousand US Dollars)

Lot 3b: US$30, 000. 00 (Thirty thousand US dollars) or equivalent amounts in a freely convertible currency. Late bids will be rejected.

 

7.       Firms that cannot meet the following key qualifications requirements are not encouraged to participate in the bidding process:

 

(a) Average annual turnover requirement

 

Minimum average annual turnover of

Lot 1:          US$ 5. 7m (Five million, seven hundred thousand US Dollars)

 

Lot 2:          US$4.6m (Four million six. hundred thousand US Dollars)

Lot 3a: U SS 1.8m (one million eight hundred thousand US Dollars)

Lot 3b: US$2.8m (Two million eight hundred thousand US dollars).

 

Calculated as total certified payments received for contracts in progress or completed

within the last Three (3) years

 

(b)    Financial Resources:

The Bidder must demonstrate access to, or availability of financial  resources such as liquid assets, unencumbered real assets, lines of credit, and other  financial means, other than any contractual advance payments to meet:

 

The following cash-flow requirement:

Lot 1 : US$950,000 (Nine hundred and fifty thousand US Dollars)

Lot 2: US$780,000 (Eleven hundred and eight thousand US Dollars)

Lot 3a: US$298/KK) (Two hundred and ninety eight thousand  US Dollars)

Lot 3b: US$470,000 (Four hundred and seventy thousand  US Dollar)

 

Bids will be opened in the presence of the bidders representatives, who choose to attend at the address (1) below  at 12.00pm on 21st July, 2011.

 

Address (1)

Engr. M A. Ganiyu

Manager, Project Management Unit

7, Kampala Street, Wuse II,

Abuja 900288,

Nigeria

Tel No. +234-9-8746412,  +234-9-8746421

 

E-mail: phcnpmu@nepapmu.org

Website: www.nepapmu.org

 

Address (2)

Engr H. S. Labo

Managing Director/CEO

Power Holding Company Nigeria PLC

Plot 441, Zambezi Crescent, Maitama

Abuja. NIGERIA

 

Attention: Manager Project

Rehabilitation, Renovation and Construction of Projects at Power Equipment and Electrical Machinery Development Institute (PEEMADI)

Power Equipment and Electrical Machinery Development Institute (PEEMADI)

National Agency for Science and Engineering Infrastructure (NASENI) (Federal Ministry of Science and Technology)

 

Invitation to Bid (ITB) For the Renovation of a Two Storey Office Building, Perimeter Fencing of the Permanent Site, Construction of the Gate and the Gate House, Rehabilitation of Boreholes and Pipe Network of The Permanent Site,

 

 

The Power Equipment and Electrical Machinery Development Institute, Okene wishes to embark on full renovation of a two storey building which is presently being occupied.

 

Consequently the Institute wishes to invite reputable and competent contractors to tender.

In pursuance of the above, competent contractors are invited to bid for the lots listed below:

 

 

Main Building

Lot I:           Rehabilitation   of   the Second Floor & the Internal Painting of the Second Floor,

Lot II:         Rehabilitation of the First Floor,

Lot III:        Rehabilitation of the Ground Floor

Lot IV:        Renovation of the Workshop

Lot V:         External Civil Works:

Lot VI:        Perimeter Fencing of the Permanent site

Lot VII:       Rehabilitation of Boreholes and Pipe Network at the Permanent Site.

Lot VIII:     Construction of Main Gate and Gate House at the Permanent Site.

Lot IX:        Construction of New Administrative Block at the Permanent site,

 

Pre-Qualification Requirement

Interested contractors who wish to participate in the exercise are required to submit the following documents:

a)         Certificate of incorporation as a company in Nigeria issued by CAC.

b)      Audited Accounts for the last three years,

c)       Current Tax clearance certificate.

d)      VAT registration certificate and evidence of remittance of VAT.

e)       Evidence of financial capability and Bank support.

f)       Evidence of having successfully carried out similar jobs within the last three years

 

Collection of Tender Documents

Interested contractors are to pay a non refundable fee of N25,000.00) only for each LOT Tender Documents will be collected by hand from the PLANNING AND POLICY ANALYSIS DEPARTMENT on presentation of bank teller paid to the account stated below.

 

Zenith Bank Okene Branch.

ACCOUNT NAME: P.E.E.M.A.D.I. OKENE,

ACOUNT NUMBER:          1012660820

SORT CODE:                     057280035

Completed tender documents must be submitted in sealed envelopes indicating clearly the category and lot number which must be submitted on or before 20th July, 2011 and addressed to:

The Director/Chief Executive Officer,

Power Equipment and Electrical Machinery Development

Institute, KM 6,

Okene-Auchi Express Way,

PMB 1029 Okene,

Kogi State.

 

All Enquiries Should Be Directed To:

Sule Abdullahi (08069608498)

 

Signed:

Anako Sadiq Idris

Head of Admin & Human Resources.

For: Director/Chief Executive Officer

 

Procurement of Goods and Construction of Projects at National Commission for Nomadic Education

 

National Commission for Nomadic Education

No. 14 Yakubu Avenue,

P.M.B. 2343, Kaduna

 

Invitation for Pre-Qualification and Tender

1.0         Introduction

The National Commission for Nomadic Education Kaduna, wishes to pre-qualify competent, experienced and reputable contractors/consultants for its 2011 projects under 2010 Education Trust Fund (ETF) intervention fund as follows:

 

2.0         Procurement of Goods

Design, Development and Production of instructional materials (lap desks, easel white boards and wooden chalkboards):

Lot 2: (a) Procurement of 740 nos lap desks learning tools,

(b) (i) 206 nos. Easel white boards (4FT x 8FT).

(ii) 142 nos. Wooden chalkboard (4FT x 8FT). 3/4  plywood.

 

 

3.0   Transport and Transportation

Lot 3:  (a) Procurement of 10 nos. dug-out canoes (plastic fibre) A20C.

(b)  Procurement of 4 nos. of 4 wheel drive vehicle for school monitoring

(c)  Procurement of 250 nos. motorcycles for Head-teachers and teachers in    nomadic schools

 

 

4.0         Civil Works

Construction of a block of 2 classrooms, office and stores in 6 selected nomadic primary schools:

Lot 4: (a)     Ibelu Nomadic Primary School, Magama Local Government Area, Niger State.

(b)     Garwa Nomadic Primary School, Ganye Local Government, Adamawa State.

(c)      Ardo Gani Nomadic Primary School, Gboko Local Government Area, Benue State.

(d)     Angwar Sarkin Baka Nomadic Primary School, Sabo-gari Local Government Area, Kaduna State.

(e)      Sacgbama Nomadic Primary School, Bonny Local Area, Rivers State.

(f)      Ndiokokoro Nomadic Primary School, Ikwuano Local Government Area, Abia State.

5.0        Procurement of mobile collapsible classroom structures:

Lot5:    Procurement of 30 nos. of 2-span Mobile Collapsible classroom structures

 

 

6.0        Consultancy Services

Teacher Training on Pedagogical Skills, Record Keeping, School Management for Supervisors of Head teachers and teachers (pastoralists, migrant fisherfolks and migrant farmers):

Lot 1: (a)     Training of 120 teachers from Nomadic Pastoralists Schools to be held in Zaria, Kaduna State.

(b)    Training of 80 teachers from migrant fisherfolks and migrant farmers schools to be held in Asaba, Delta State.

 

7.0         Pre-Qualification and Tender Requirements

Application for pre-qualification and tender should be accompanied with:

(a)     Evidence of valid certificate of registration with Corporate Affairs Commission;

(b)     Valid/verifiable Tax Clearance Certificate for the last three years; (i.e 2008, 2009 and 2010);

(c)      Evidence of registration for VAT;

(d)     Company Profile; Verifiable documentary evidence of adequate human and material resources to execute contract applied for;

(e)      Evidence of verifiable past experience in handling similar projects;

(f)      Reference/guarantee from a reputable bank – verifiable evidence of financial capacity to execute project applied for;

(g)     Technical and Financial Bids;

(h)     Evidence of Payment of N20. 000. 00 non-refundable fee (for tenders only).

 

 

8.0        Submission of Pre-Qualification and Tender Documents

 

All pre-qualification and tender documents (i.e technical and financial bids) are to be neatly bound and placed in two separate sealed envelopes, clearly marked at the top with the Lot and title of the projects); specifying the content of each envelop (whether technical or financial bid). Please ensure that the Company’s functional telephone numbers are written on the top left side of the envelopes. Companies interested in more than one project are, therefore required to apply separately for each project. The envelopes should be addressed to:

The Executive Secretary

National Commission for Nomadic Education

No. 14 Yakubu Avenue

P M B 2343

Kaduna

And should be dropped into a box located at the Procurement Unit of the Commission. Both Tender and Pre-qualification documents shall also be collected from the same office. Please ensure that you collect acknowledgement for envelops deposited at the Procurement Unit.

 

 

All pre-qualification and tender documents should be received not later than 21st June, 2011 by 4:00pm prompt.

 

PLEASE NOTE:

(a)     Late submission will be rejected;

(b)     The technical bids (pre-qualification documents) shall be opened on June 24th 2011, by 10:00am. All interested public and contractors are hereby invited to attend.

(c)      The Advertisement for “Pre-Qualification and Tender” shall not be construed to be a commitment on the part of the Commission nor shall it entitle the tenderer to make any claim whatsoever and seek any indemnity from the Commission by virtue of such tenderer having responded to this advertisement;

(d)     Pre-Qualification bid must be very clear about the area of proven competent interest;

(e)     After the Pre-Qualification exercise only the successful contractors shall be invited accordingly for opening of tenders (financial bids) which shall take place on 29th June, 2011 by 10:00am.

 

Signed

Secretary

Tenders Board

 

 

Execution of Projects at Abuja Municipal Area Council

Abuja Municipal Area Council

Abuja, Nigeria

Invitation to Tender

The Abuja Municipal Area Council hereby invites tenders from reputable companies to bid for-the execution of the under listed projects:

i)       Fencing of Kariu Cemetery

ii)      Fencing of Ka’shi Cemetery

iii)     Fencing of slaughter houses at

a,        Karimo

b.        GwagWa

iv)     Fencing of Karimo-ldu Village Health Centre

v)      Supply of Toyota Hilux Vehicles

vi)     Supply of 30-seater coaster bus

vii)    Supply of Peugeot 496 prestige Salon Car (2.0lit)

viii)   Supply of drugs and hospital equipment

ix)     Supply of 1100lts Galvanized Waste Bins

x)      Supply of 2nos Toyota Corolla (1.8lt)

xi)     Extension of electricity at Apo, Secretariat Complex

xii)    Extension of Rural Electrification, supply and installation of Transformers at AMAC Villages,

xiii)   Landscaping of AMAC Plaza Wuse (Asphalt)

xiv)   Landscaping of AMAC Secretariat complex at Apo

xv)    Landscaping of Gidan Mangoro Health Centre

xvi)    Construction of triple cell box culvert at Gbagalape Village

xvii) Construction of comprehensive motorized boreholes

xviii)  Construction of mini type II motorized boreholes

xix)    Construction of drainages network at Idu Village

xx)    Construction of asphat and feeder roads at AMAC villages

xxi)   Construction of health centres and chalets

xxii)   Construction of blocks of 3-classrooms

xxiii)  Construction & upgrading of markets, parks and garden on public-private partnership (PPP)

xxix) Purchase of earth moving equipment (bulldozer-D7)

xxx)  Construction of Jikwoyi timber market-road (201 meters)

xxxi) Wastes Evacuation within AMAC villages

xxxii) Provision of primary School desks, teachers table and chairs for AMAC LEA Primary schools

xxxiii) Procurement of office stationeries/Furniture and equipment

xxxiv) Rating valuation of parts of AMAC

xxxv) Development of kurudu Timber Market on public private partnership (PPP)

xxxvi) Upgrading/reconstruction of Utako Motor Park, Jabi and  Karu Motor Parks

xxxvii)        Installation of 500KVA perkins generating set at Utako Market.

 

Requirement

i.        The company must be duly registered with Corporate Affairs Commission    (CAC)

ii)      The company must be a registered contractor with Abuja Municipal Area Council with the sum of Thirty Five Thousand, Six Hundred Naira (N35,600.00)

iii)     The company must have an up to-date Tax Clearance/VAT Certificate.

iv)     Tender fee is Fifteen Thousand Naira (15,000,00) only All payments are payable at Aso Savings and Loans Area H, Garki Abuja to Abuja Municipal Area Council’s Account.

v)      Verifiable evidence of similar Jobs successfully executed in the past

vi)     Bank guarantee

vii)    Company profile/list of equipments

 

Submission of Documents

All documents should be submitted in sealed envelopes addressed to the Secretary, Tender Board.

 

For further information, contact the Head of Department (Works) AMAC Tenders last from Tuesday 7th June -5th July, 2011.

 

Signed:

Management

Construction of Projects at State Universal Basic Education Board (SUBEB)

 

Bauchi State Government

State Universal Basic Education Board (SUBEB)

Ajiya Adamu Road, Near Awalah Hotel Round About

P.M.B, 0109 Bauchi

 

Invitation for Pre-Qualification

The Store Universal Basic Education Board (SUBEB) Bauchi, intends to carry out the under listed projects under the UBE 2010 1st , 2nd , 3rd , and 4th Quarter Intervention as well as 2009 Good Performance Award Projects

 

2.       Reputable and interested contractors with relevant working experience are hereby invited to bid in the following categories:-

 

A)      UBE 2010 INTERVENTION

a.    Construction of blocks of 2 classrooms with Office and Store

b.    Construction of Standardized 3 seater twin desks

c.     Construction of Teachers table and chair

d.    Construction of ECCDE Furniture

 

B)      UBE 2009 GOOD PERFORMANCE AWARD PROJECTS

a)       Construction of VIP Toilets

b)      Construction of Hand Pump Fitted Boreholes

 

3.    To qualify for the bidding, the following documents are required:

i.     Certificate of incorporation of Company with Corporate Affairs Commission,

ii.    Evidence of Registration as a Contractor with the Bauchi State Government.

iii.   Tax Clearance Certificate for the last three (3) years,

iv.      Evidence of Financial strength of the Company.

v.    Availability of Plants and Equipments to execute the works.

 

4.   Pre – qualification document should be sealed and marked CONFIDENTIAL indicating area of interest and addressed to the Executive Chairman, Bauchi State Universal Basic Education Board, Ajiya Adamu Road, Near Awalah Hotel Roundabout, P.M.B. 0109, Bauchi, Bauchi State.

 

5.   This is only an invitation for pre – qualification but not for Tender and is valid on or before 21st June 2011.

6.   Only successful contractor will be contacted for tender after screening, please.

 

Signed

KABIR ALI KOBI

Public Relations Officer

For: Executive Chairman