Expression of Interest for Inventory / Condition Survey and Property Identification / GIS Mapping of Electricity Infrastructure at Cross River State Electrification Agency

Government of Cross River State, Nigeria

18th March, 2011

State Electrification Agency Ministry of Works Premises Ekorinim Road, Calabar

 

Notice of Invitation to Pre-Qualify for Inventory/Condition Survey and Property Identification/GIS Mapping of Electricity Infrastructure in Cross River State

 

Introduction

The Government of Cross River State desires to undertake an inventory and condition survey, property identification and GIS mapping of Electricity infrastructures in the State, and hereby invites consultants, service providers to pre-qualify for the job.

 

 

1. Scope of Works:

Services to be provided shall consist of the creation of a database of existing electricity infrastructure in the state showing:

i.            Geographic Information System (GIS) mapping for the state’s electricity supply infrastructure indicating the electricity distribution network coverage at 33kv, 11kv and / or 0.415kv voltage levels for each of the 18 Local Government Areas, This must also show the source of bulk power to each location / load centre.

ii.            Network size in terms of the length and voltage level of Inter-Town Connection (ITC) and Town Distribution Network (TDN); related number and capacities of injection and Distribution substations and their locations.

iii.            Age and operating  condition of the infrastructure components at the time of inventory.

iv.            Construction or development and funding entity (i.e. Federal, State, local Government Agencies, Development Partners etc) or pint funding.

v.            Magnitude or Proportion of stakeholder’s Aggregate investment in existing electricity infrastructure including investment in upgrade, infrastructure maintenance / replacement.

 

 

2. Content of Expression Of Interest

Interested Consultants or Service Providers must:

i.            Present their company’s detailed profile and a statement of qualification to provide this service.
ii.            Give one page description of the service requirement, the methodology and work plan for performing the proposed task.
iii.            Give a list and description of equipment and / or Technology to eb deployed to the task
iv.            Enclose references of Relevant (similar) Services carried out in the last 5 years.
v.            Indicate approximate time frame for completing the task.

 

 

 

 

They should also provide:

  1. Company’s Certificate of Incorporation
  2. Evidence of Tax Payment for the past 3 years.
  3. Audited Accounts of the Company for last 3 years.
  4. Evidence of VAT Registration / Remittances.
  5. Bank Attestation to Company’s Financial Capability.
  6. Professional Registration of Company and Key Personnel.

 

 

Interested Consultants and Service Providers are requested to submit three (3) sets of their Proposals (in English Language) in (3) separately sealed envelope and marked on the Top Left Hand Corner:

 

“Expression of Interest for Inventory / Condition Survey and Property Identification / GIS Mapping of Electricity Infrastructure in Cross River State”

These should be addressed to: The Director General, Cross River State Electrification Agency, Ministry of Works Premises, Ekorinim, Calabar; to reach her not later than 4th April, by 12 noon prompt

 

Cross River State Electrification Agency reserves the right to reject any proposal it considers non-responsive and will not enter into correspondence with any consultant or service provide whose proposal Is rejected.

 

 

For further enquiries, consultants, service providers are please advised to contact: The Director General, Cross River State Electrification Agency, Ministry of Works Premises, Ekorinim, Calabar, Cross River State.

 

Signed

Director General

Cross River State Electrification Agency

Expression of Interest (EOI) on Microcredit Loan Scheme at Ministry of Commerce and Industry

Expression of Interest (EOI) on Microcredit Loan Scheme

A Call for Proposals from Micro, Small and Medium Enterprises (MSMEs), Self Help Groups and Co-operative Organizations

Background

Ibom Enterprise Development Schem (IBEDS) is an intervention program designed by Akwa Ibom State Government for the sole purpose of invigorating our state economy. The scheme will revitalize and real sector and create synergy among  our  entrerprises.

 

A master Plan for our productive sector has been developed in sync with Micro Finance Banks (MFBs) and a  dynamic fund disbursement structure has been set up.

 

The main purpose  of the  scheme  is to institute a vibrant and  flexible  Micro, Small and medium Scale  industrial sector which will ensure  the dependability, viability and sustainability of our productive  sector. In  a  nutshell, the scheme seeks to lay at foundation for industrialization

The scheme  is in  collaboration with UNIDO, Bank of Industry (BOI) and SMEDAN.

 

2.       Objectives

To help build vibrant micro, small and medium scale enterprise industries in Akwa Ibom State

To create enabling environment for linkages with a  view to adding  values to products

To assist in products marketing  and export

To stimulate economic  growth, create employment opportunities and alleviate poverty amongst our people.

 

3.       Activities Eligible for Loan

This call is aimed at scaling up existing business on ground both in services and productive areas though more emphasis will be  laid  on productive ventures.

 

Eligible activities may include, but are not limited to the following sectors.

  • Food and Beverages
  • Base Metal (including Iron and Steel)
  • Wood and Allied steel products
  • Chemical and Pharmaceuticals
  • Textile, leather and Wearing Apparels
  • Electrical and Electronics
  • Domestic and industrial Plastics Foam and Rubber
  • Non Metallic Materials
  • Motor Vehicle and miscellaneous Assembly

 

4.       Eligibility Criteria for Loan Under Ibom Enterprise Development Scheme

This  call for  proposals  is directed  at MSMEs/Self  help group/cooperative  that  are  able to meet all the  following  criteria:

 

(a)     Micro Enterprise

(i)      Operate within Akwa Ibom State

(ii)     Must have been registered with Corporate Affairs Commission or State Agencies

(iii)    Must have been in existence for 1 month

(iv)    individual must be member with a registered cooperative or self held group

(v)     Must submit their proposals before the deadline in two (2) copies using the standard     format from scheme

 

(b)     Small and Medium Enterprises (SMEs)

(i)      operate within Akwa Ibom State

(ii)     Must have been registered with Corporate Affairs Commission or State Agencies

(iii)    Must have been in existence for 6 months

(iv)    must submit their  proposals before  the deadline  in two (2) copies using the standard format from scheme.

 

5.       Proposal

Scheme will give loans to proposals from small and medium Enterprise to a ceiling of  N10,000,000.00 and to a ceiling of  N100,000.00 for  Micro Enterprise.

 

The proposal formats are available at

(1)     IBEDS Secretariat

Ministry of Commerce and Industry

Block

Idongesit Nkaga Secretarat

Uyo.

 

2.       All Local Government council Secretariate

 

3.       Micro Finance Banks; prospects, Active Point, Gufax, Sapphire, Ini, Uniyyo, Plam Coast, Brooks, Prudential, Nsehe, Edct and Akwa Saving.

 

6.       Collaterals/Moratorium

The Ibom Enterprise Development Scheme  will demand the following  a guarantee from SMEs and MEs for the  loan disbursed:

 

a)       Micro-Enterprise: Scheme will demand  group guarantee without moratorium period

b)      Small and Medium Enterprise: IBEDs will demand some  equity, collasteral from beneficiaries. Moratorium period varies according to incubation period as will be specified  in Memorandum of understanding (MOU).

 

7.       Proposal Evaluation Process

There will be  4 major  stages of evaluation: Desk Review, Technical Review, Selection and  Verification

a)     Desk Review: This  is the  elimination stage. Any proposals  that  fails  to meet all of  the  eligibility criteria listed in MEs and SMEs will be eliminated

 

b)     Technical Review: Once the Eligibility criteria have been met  MSMEs proposals will be rank using  the  following  four (4) criteria:

(i)     Merit of Proposal

(ii)    Area of activity

(iii)   Geographical consideration

 

d)     Verification: There will be a site evaluation of the  shortlisted beneficiaries to ascertain validity of claims  in proposals.

 

8.     For further  information: Please contact

(a)    Chairman, IBEDS

IBEDS Secretariat

Ministry of Commerce and Industry

Block 5

Idongesit Nkanga Secretariat, Uyo.

 

b)      MFBS Listed above.

 

9.       Submission of Proposals

Applicants should submit only one  proposal per organization. All proposals (Hard and Electronic forms) should  be submitted on or before 21st to 28th March, 2011. Proposals received beyond this date will not be considered.

 

Proposals should be forwarded to the Chairman Ibom Enterprise Development Scheme (2 hard copies for Micro – Enterprise and 3 hard copies for SMEs plus Electronic copies) to:

 

IBEDS Secretariat

Ministry of Commerce and Industry

Block 5

Idongesit Nkanga Secretariat, Uyo.

 

… The form is free,

 

Signed

Chairman

 

Fulfilling Godswill’s vision for sustainable wealth creation in Aks.

 

 

 

 

 

 

 

 

 

 

Pre-Qualification of Mechanic Workshop for Maintenance and Services of AEPB Vehicles/Trucks at Abuja Environmental Protection Board

Abuja Environmental Protection Board

Plot 776 Cadastral AO Off 2, Maimalari Street

Central Bussiness District Abuja PMB 152 Garki

Pre-Qualification of Mechanic Workshop for Maintenance and Services of AEPB Vehicles/Trucks

 

Abuja Environmental Protection Board is inviting competent and interested Mechanic Workshops to submit prequalification documents for the maintenance and servicing of its vehicles/trucks. Prequalified companies shall be engaged for a period of one year on retainership basis and shall be requested to compete amongst others to ensure value for money.

 

LOTS

 

S/N Vehicles/Trucks Categories Lot Number
1 DAF, Iveco, Tab and Tractor (Trucks) Lot 1
2 Mercedes Benz (Trucks) Lot 2
3 Toyota, Mitsubushi, Mazba and Isuzu (Light Vehicles) Lot 3
4 Peugeot (Light Vehicles) Lot 4
5 CAT (Equipment) Lot 5
6 Generator Lot 6

 

Prequalification Requirements for the Works:

Interested complies are to forward copies of the following documents:

i.        Evidence of registration with Corporate Affair Commission (CAC) and Articles of memorandum of Association.

ii.       Evidence of Tax Clearance for the last three years, expiring December, 2010 Note that by the end of April 2011 the prequalified companies shall be requested to present tax clearance that shall expire with effect from December 2011

iii.      Evidence of Registration with National Pension Commission and remittance of pension fund contributions in line with section 16, sub­section 16(d) of the Public Procurement Act, 2007,

iv.      Standard Mechanic workshop.

v.       List of equipment to be used for the works and that are available for immediate inspection at the workshop should be included.

vi.      Interested companies should have up to date returns with the CAC and be informed that due diligence could be conducted.

vii.     Company’s Audited Account for the last three years from a Chartered

Accounting firm.

viii.    verifiable documentary evidences of jobs successfully executed within the last 3 years. Reference Letter from a reputable Bank.

ix.      Company’s bank statement for the last 12 months from the date of this publication.

x.       A sworn affidavit in line with the provisions of Part IV, Section 16(6e-f )

of public Procurement Act 2007.

xi.      Detailed Company profile showing list of key personnel/officers, stating their roles, designation, qualification, and experience.

 

Submission:

Interested companies should submit six (6) copies of Prequalification Documents signed and sealed in an Envelope (One (1) original and Five (5) other copies. The envelope should be clearly labeled “Prequalification for____ (Project Title) ___”, and Address to The Director, Abuja Environmental Protection Board, CBD FCT, Abuja. The documents should be dropped in the Tender Box at the office of the Director, Abuja Environmental Protection Board, CBD FCT, and Abuja by 12noon on 1st April 2011. The representatives of the companies that submitted for the jobs are invited to witness the opening of the documents on the same day by l.00pm at Abuja Environmental Protection Board’s Conference Room, CBD FCT, Abuja.

 

All Bidders Should Also Note:

This prequalification invitation shall not be construed to be a commitment on the part of FCTA or Abuja Environmental Protection Board nor shall it company to make any claim what-so-ever and or seek any indemnity from the FCTA or Abuja Environmental Protection Board by virtue of such company having responded to the advert.

 

For information contact: 08051085133, 08065560315 and 08053912372

Signed:

Management

Invitation for Pre-Qualification and Tender for Execution of Projects at Federal Polytechnic, Mubi

The Federal Polytechnic, Mubi

(P.M.B 35 Mubi, Adamawa State)

 

Invitation for Pre-Qualification and Tender for Execution of Projects: ETF 2010 Special/Normal intervention

The Federal Polytechnic, Mubi Adamawa State, intends to utilize its allocations for special and normal intervention year 2010 Education Trust Fund for the following projects.

A.  Special Intervention Projects

S/No Project Titles/Description Tender Fee
1. Lot A:  Construction of Chemical Engineering Complex with Auditorium of 300 seating  capacity  

50,000.00

2. Lot B: Construction of Ultra-modern Twin Lecture Theatre of 500 seating  capacity per wing with offices on the  ground floor.  

50,000.00

3. Lot C: Procurement of Laboratory Equipment for Chemical Engineering  Complex  

50,000.00

4. Lot D:  Procurement of Laboratory Equipment  for Chemical engineering  Complex  

50,000.00

5. Lot E: Procurement of  Laboratory Equipment for Chemical Engineering  Complex  

50,000.00

6. Lot F: Procurement of ICT Equipment for  Chemical Engineering  Complex  

30,000.00

7. Lot G: Furnishing of Ultra-Modern Twin Lecture theatre 30,000.00
8. Lot H: Furnishing  of Chemical Engineering Complex 30,000.00
9. Lot I: Procurement of  printing and Binding Equipment for  Prof. Jibril Aminu Library  

30,000.00

Rehabilitation of Yola Campus
10 Lot J:  Complete Rehabilitation of Library Complex Yola Campus 30,000.00
11. Lot K: Complete Rehabilitation of  5 No. Lecture Halls 30,000.00
12. Lot L: Complete Rehabilitation of the  Administrative Block Yola  Campus  

30,000.00

13. Lot M: Procurement of ICT Equipment for Yola  Campus 20,000.00
Normal Intervention Projects
14. Lot N: construction of one  (1) No. Twin Lecture Hall of 250 seating  capacity per wing  with extension block of six officers  

30,000.00

15. Lot O: Construction of Office Block and Fish Farm for Fishery Department  

30,000.00

16. Lot P: Construction of Chief Lectures’ Office Block 30,000.00
Other Projects: 2011Capital Project
17. Lot Q: Construction of one (1) No. Lecture Hall of 1000 seating capacity  

30,000.00

18. Lot R: Construction of a Twin Lecture Hall with 250 seating capacity per wing  

30,000.00

19. Lot S: Land scoping of central Administration Block 30,000.00

 

 

B.      Pre-Qualification Requirements:

Prospective contractors are expected to be reputable and technically competent with verifiable track record of performance on similar projects.

All pre-qualification documents shall be subjected to strict technical evaluation. Interested contractors are invited to submit the following pre-qualification documents.

 

i)       Certificate of Registration with Corporate Affairs Commission.

ii)      Registration with relevant Federal Ministry and Federal Polytechnic Mubi as a Contractor.

iii)     Evidence of current tax clearance certificate for three years 2008, 2009 and 2010.

iv)     Audited accounts for three years 2008,2009 and 2010 and VAT registration and evidence of past remittances

v)      Evidence of financial capability and bank support (Bank reference and recent Statement of Accounts).

vi)    Experience/Technical qualification and experience of key personnel (company profile, curriculum vitae and credentials).

vii)   Similar projects executed and evidence of knowledge of the industry (award letters of projects executed, completion certificates and photographs must be attached as evidences).

viii)   List of equipment and technical capacity (attached receipts, invoices and photographs),

ix)    Evidence of social services rendered if any.

 

C.      Collection of Tender Documents

Interested bidders may collect financial (tender) bidding  documents from the office of the Director of Physical Planning  on the  Presentation of receipt(s) of payment of a non-refundable fee(s) of any project of interest to the Bursary Department of the Polytechnic.

 

D.      Return Bids: Submission of Completed Pre-Qualification/Tender Documents

(i)     Pre-qualification (technical bids)

The pre-qualification (technical bid) document must be submitted in sealed envelope and clearly marked  “pre-qualification to tender” for each project of interest as itemized in the preamble with the name of the firm at the back of the envelope

 

(ii)    Tender (financial bid) documents The financial bid documents are to be submitted along side with the technical bid document in separate sealed envelope marked Financial Bid” and should be addressed and delivered to the Registrar Federal Polytechnic, P.M.B 35 Mubi, Adamawa State on or before 4th April, 2011by 12.00 noon.

 

E.     Opening Bids

The documents would be opened 30 minutes later (i.e. 12:30pm) on the closing date in the council Hall of the Federal Polytechnic, Mubi.  Technical bids would be evaluated on the spot and only the financial bids of the companies who are successful in the technical bids shall be opened. Bidders on their representatives are advised to be  present at the opening of the bids.

 

Note:

The Polytechnic is not bound to accept the lowest financial bid but the  least evaluated financial bid. The  Polytechnic will not also take any liability of any sort for pre-qualification or tender documents submitted.

Signed

SULEIMAN S. BUBA

(Registrar)

 

 

Supply of Various Goods and Services at Federal Airports Authority of Nigeria

Federal Airports Authority of Nigeria

Expression of Interest (EOI)

In Respect of Procurement Under 2011 IGR Budget

 

A. Introduction:

In compliance with the Public Procurement Act, 2007, The Federal Airports Authority of Nigeria (FAAN) intends to undertake the under listed projects under its 2011 financial year (IGR) budget. Consequently the Agency wishes to invite interested companies to express interest in the following projects.

B. List of Projects

LOT 1         –        Supply of fuel/lubricants at the HQ and various airports

LOT 2         –        Supply of fire/safety accessories for use at different airports

LOT 3         –        Supply of AVSEC accessories for use at various airports

LOT 4         –        Supply of airfield lighting spares, electrical spare parts

LOT 5         –        Bush clearing and landscaping at various Airports

LOT 6         –        Purchase and supply of stationeries, printing of tickets, receipts,

security Document etc.

LOT 7         –        Repair; renewal and maintenance of furniture and equipment

LOT 8         –        Supply of uniforms and operational outfits

LOT 9         –        Supply of consumables for bird and wild life control

LOT 10       –        Supply of operational vehicles

LOT 11       –        Supply and installation of communication and security

equipment & accessories

LOT 12       –        Supply of Generators/Generator Part/Servicing of Generator

Sets at Airports

LOT 13       –         Environmental impact assessment at various Airports

LOT 14       –        Supply of furniture and equipment

LOT 15       –        Provision of Ecological survey of Airports

LOT 16       –        Supply and installation of computers

LOT 17       –        Procurement of water Engineering consumables

LOT 18       –        Supply of runway cables, power cables, and vanous electrical

tools

LOT 19       –        Supply of reflective paints, heavy duty tyre,  fire vehicles spares

and heavy-duty equipment

LOT20        –        Supply and installation of Biometric Time and Attendance

Management System

 

 

 

C. Eligibility/Requirement.

    1. Evidence of Company Registration with Corporate Affairs Commission (CAC)
    2. Certified true-copy of memorandum and article of Association with C02 and C07
    3. Evidence of tax payments for the last three (3) years (2008 2010)
    4. Copies of the audited account and financial statement of the company for the last three  years(2008-2010)
    5. Verifiable evidence of similar work successfully completed within the last three (3) years
    6. Evidence of fulfillment of obligation to pay pension
    7. Value Added Tax Registration Certificate/evidence of remittance
    8. An affidavit verifying the authenticity and genuineness of the document submitted.

 

 

 

D.   Submission of Tender Documents

  1. The documents should be arranged in the order listed and each chapter separated by dividers
  2. The document must be sealed in an envelope and the job reference number must be clearly written at the top left hand corner of the envelope(e.g Lot 1)
  3. No company should apply for more than one (1) lot,
  4. All document must be submitted to the office of

The General Manager (Procurement),

FAAN Headquarters, Ikeja Lagos.

(Tel. 08033063503, 08054435214)

 

E   Closing and Opening of Tender

Submission of all tender (s) shall close exactly 4th April, 2011 I at 11: 30 am. Prompt, while bids will be opened on the same day at 12 noon in the Commercial and Business Development Conference Room, FAAN Headquarters, Ikeja, Lagos.

 

 

F.    Important Information:

  1. FAAN reserves the right to verify the authenticity of any claims made on the documents  submitted by companies
  2. Failure to comply with the instruction and provide any required documents (s) may result in disqualification,
  3. FAAN reserves the right to reject any or all the bid documents
  4. Original documents listed in item C above must be produced for sighting
  5. Tender documents submitted late shall be rejected
  6. Submission should be very clear on the areas of specification and LOT(s) of interest
  7. FAAN reserve the right to verify the company address/location indicated in the bid document.

 

Signed

FAAN MANAGEMENT