Application for Pre-Qualification as Investors in the Privatization of Some Ventures at Cross River State Council on Privatization

Cross River State Government

Cross River State Council on Privatization

Application for Pre-Qualification as Investors in the

Privatization of the Underlisted Ventures

Calaro Oil Palm Estate

Ibiae Oil Palm Estate

Boki Oil Palm Estate Borum

Nsadop Oil Palm Estate

Durafoam industry Ltd, Ikom

Ibonda Fish Hatchory

Ugboro Fish Hatchory

Introduction:

The Cross River State Government through the Cross River State Council on Privatization (CRSCP) hereby invites prospective investors interested in acquiring any of the above listed enterprises to submit Technical bids for pre-qualification.

Below is a Brief Description of Each of the Enterprises

A Calaro Oil Palm Estate: Calaro Oil Palm Estate is situated about 42 Kilometres from Calabar in Akamkpa Local Government Area. The estate which covers a total area of about 6386 hectares was cultivated between 1954 and 1977. During that period, a total of about 4975 hectares were cultivated. The estate has good network of roads and buildings for staff accommodation and administration and is owned by the Cross River State Government.

b.       biae Oil Palm Estate: Established in 1967, the estate is located in Biase Local Government Area, about 82 Kilometres from Calabar along the Calabar Ikom Highway. The Estate has a total of 5561 Hectares out of which 2419 Hectare out of which 2419 Hectares were cultivated between 1963 and 1979 while 3142 Hectare were cultivated between 1963 and 1979 while 3142 Hectares are reserved for further cultivation. The estate has a network of roads and building for staff accommodation and administration and is owned by the state Government.

C.      Boki Oil Palm Estate Borum: Established in 1963 in Borum in Boki Local Government Area the estate has a total of 4,618 Hectares comprising 1,735 Hectares cultivated between 1963 and 1976, and 2,883 Hectares reserved for further cultivation. The estate is served with a network of roads, building and other facilities and is owned by the State Government.

D.      Nsadop Oil Palm Estate: Established in 1964 the estate is Located at Nsadop in Boki Government Area along Okundi Boje Road of the total size of 5,411 Hectare in the estate, 1,280 Hectares were cultivated between 1964 and 1979 while 4,131 Hectares are reserved for further cultivation. The estate is owned by the state Government.

E.      Durafoam Industry Ltd: Durafoam Industry Limited is situated at the Ikom Industrial Estate along Calabar Ikom Highgway. It is a manufacturing concern established for the production of polyurethane flexible foam, mattresses and pillows. It is owned by the Cross River State Government.

F.      Ibonda Fish Hatchery: Located at Ibonda community in Odukpani LGA. This is a farm has capacity for the production of fingerling per annum.

G.      Ugboro Fish Hatchery: Located at Ugboro community in Bekwarra LGA. This is a fish farm and hatchery established by the state Government for the production of fish and fingerling. The farm has capacity for the production of million fingerling per annum.

3.       Pre-Qualification Documents

  1. Prospective investors are required to supply the following documents:
  2. Profile of the company or consortium including ownership structure
  3. Composition of the management team
  4. Evidence of tax payment
  5. Record of successful investment in relevant businesses within the sector
  6. Evidence of financial capability to invest and reactivate the venture.
  7. Evidence of technical and operational capabilities.
  8. Payment of non-refundable application fee of N300,000.00 for the oil palm estates and N20,000.00 for other ventures in bank draft made payable to the Executive Secretary, Cross River State Council on Privatization.

Note: Prospective investors for Calaro or Ibae Oil Palm estate will be given preference if they are interested in the acquisition of the oil palm mill project being constructed by Oil palm industry Ltd, Akamkpa (a joint Venture between the state government and private investors). Composite bids for this vwnture and the oil palm estate shall to given preferred consideration.

Submission of Pre-Qualification Applications

The pre-qualification application should be sealed and delivered either by hand or by registered mail to the address below on or before 7th February 2011. Only short listed companies shall be invited to submit financial bids within seven days after technical pre-qualification exercise is completed.

Prospective Investor should contact the Executive Secretary to arrange access to the ventures for inspection and evaluation. The Cross River State Council on Privatization reserves the right to decline pre-qualification for any investor considered unfit to acquire the enterprise under consideration.

Inquires should be d

Pre-Qualification Advert for the Reinforcement of SCADA and Telecommunication Infrastructures at Power Holding Company of Nigeria Plc

PHCN

Power Holding Company of Nigeria Plc

Transmission Company of Nigeria (TCN)

Public Notice

Pre-Qualification Advert for the Reinforcement of SCADA and Telecommunication Infrastructures

Reference No:   TCN/PMSC/TND010/010

Introduction:

The Transmission Company of Nigeria (TCN), intends to reinforce existing communication links and SCADA infrastructures in order to enhance operational performance within the grid. Hence, reputable and competent contractors are required to apply for pre-qualification in respect of the following projects:

Lot1:  Supply and installation of a dedicated Private Automatic Branch Exchange (PABX) for TETRA

Lot2:   Extension of Fibre Optic Cable Ad-lash or Metallic Self Supporting (MSS), to link up with SCADA and TETRA Systems

Lot 3: Rehabilitation of vandalized Ad-lash Fibre Optic Cable to link up with NCC SCADA/TETRA system

Lot 4:   Provision of 8No. 30KVA Un-interrupted Power Supply (UPS)

Lot 5: Extension of Private Automatic Branch Exchange (PABX) / installation of telephone cables between SNCC and Senior Camp, Shiroro

Lot 6:   Extension of Party Line System (PLS) to additional Transmission Substations

Lot 7:  Supply, installation/distribution of telephone cables to substations

Pre- Qualification Prerequisite:

Interested companies are required to provide the following:

  1. Copy of Certificate of incorporation in Nigeria (Forms C02 and C07 must be attached) or overseas.
  2. Company profile, including
  • Populated organizational structure and key professional staff with relevant experience
  • Availability of requisite and appropriate skills among key staff and persons to be engaged in the project.
  • Record of quality assurance/quality management system to be implemented.
  • Local contents
  1. Evidence of having successfully carried out one (1) similar project within the past 3 years and/or details of on-going projects. Final Taking OverCertificates/Certificate of Performance from clients including names, evidence of payment for such projects, address, emails and phone numbers of contact persons on each of the projects must be attached.
  2. When a company is in Joint Venture (JV), Partnership or Consortium agreement the role of each partner must be clearly defined in the JV agreement Additionally, the Memorandum of Understanding (MOU) must specify the lead partner. Evidence of such a relationship must be signed by the Chief Executives/Partners. A copy of the firm legal relationship must be attached.
  3. Evidence of quality of equipment and services, including product brochure(s)
  4. Audited Account of the company along with the corresponding three (3) years Tax Clearance Certificate, which shall be verified and the original sighted on demand.

Important Information:

All intending applicants should please take note of the following

  1. Evidence of supplying similar equipment to environments with similar climatic condition as Nigeria will be an advantage.
  2. Only pre-qualified companies will be invited to tender.
  3. Evidence of compliance with the relevant provisions of the Pension Reform Act of 2004,
  4. Pre-qualification is free.

Submission of Documents:

Interested applicants should submit then documentations as requested above, delivered by hand or registered mail to reach the following address on or before 12:00 noon on Monday, 7th February, 2011, to:

The Assistant General Manager (Procurement)

Transmission Company of Nigeria (TCN)

2nd floor, Boom 228,

Power Holding Company of Nigeria (PHCN), Corporate Headquarters

Plot 441 .Zambezi Crescent,

Maitama, Abuja,

Telephone; +2348055027494 +2348033160968

One hard copy and a soft copy of the proposal are to be submitted for each item of the applicant’s choice. The name and mailing address of the applicant’s Company shall be clearly marked on the envelope(s). All information requested for pre-qualification shall be provided in English Language by all applicants.

Failure to provide information/supporting document that is essential for the evaluation of the applicant’s qualifications, or to provide timely clarification or substantiation of information supplied, may result in disqualification of the applicant.

For further information and or clarification, please contact the following emails:

  1. atonack@yahoo.co.uk
  2. balainuwa@gmail.com

Signed:

Management

Transmission Company of Nigeria (TCN)

Laying of Asphalt for Road, Overlaying Of Existing Road, Covered Drainage Works, Uncovered Drainage Works and Landscaping of Areas around the NCAA Trainig Centre Lagos at Federal Ministry of Aviation

Federal Ministry of Aviation

West & Central Africa Air Transport Safety & Security

Program (WCAA TSSP)

CREDIT No.4364 UNI

Invitation for Bids

Laying of Asphalt for Road, Overlaying Of Existing Road, Covered Drainage Works, Uncovered Drainage Works and Landscaping of Areas around the NCAA Training Centre Lagos.

IFB No. (WCAATSSP/NCB/CW/02/2010)

  1. This Invitation for Bids follows the. General Procurement Notice for this Project that appeared in Development Business issue no. ID 100785 of 4th June, 2007, Guardian & Thisday newspapers of June, 2007.
  2. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of West & Central Africa Air Transport Safety & Security Program (WCAATSSP), and it intends to apply part of the proceeds of this credit to payments under the Contract for the Laying of Asphalt for Road, Overlaying of existing road, covered drainage works, uncovered drainage works and Landscaping of areas around the NCAA Training Centre Lagos.
  3. The Project Coordinating Unit (PCU) of the Federal Ministry of Aviation now invites sealed bids from eligible and qualified bidders for Laying of Asphalt for Road, Overlaying of existing road, covered drainage works, uncovered drainage works and Landscaping of areas around the NCAA Training Centre Lagos, The delivery/construction period is six (6) mouths.
  4. Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.
  5. Interested eligible bidders may obtain further information and inspect the Bidding documents at the address given below from 10:00am to 4:00pm Mondays to Fridays, except on public holidays.
  6. Qualifications requirements include:

Lot Description of Work Minimum Average Turnover Minimum Amount of Liquid Assests and/or Credit facilities Minimum Years of Experience
1 Laying of Asphalt for Road, Overlaying of existing road, covered drainage works, uncovered drainage works and Landscaping of areas around the NCAA Training  Centre Lagos N75million or equivalent in freely convertible currency N10million or equivalent in freely convertible currency with three years Audited Accounts 5 years with at least two (2) similar projects completed

A of margin preference for eligible national contractors shall not be applied.

7. A complete set of Bidding Documents in English may be obtained from the address below on payment of a-non refundable fee N10,000.00 (Ten Thousand Naira) only or 80 USD (Eighty US Dollars). The method of  payment will be cash or bank draft in favor of West & Central Africa Air Transport Safety & Security Program (WCAA TSSP). The Bidding Documents will be collected by the representative of the Bidder.

8. Bids must be delivered to the address below at or before 4:00pm on 21st February 2011

9. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 4:00pm on 21st February, 2011

10. All bids must be accompanied by a Bid Security of not less than N600,000 or an equivalent amount in a freely convertible currency.

11. The address referred to above is:

The Project Coordinator,

Project Coordination Unit

West and Central Africa Air Transport Safety & Security Program

Federal Ministry of Aviation

No. l, Waziri Ibrahim Crescent,

Off Abdusalami Abubakar Way,

Apo 1, Durumi District,

Abuja, Nigeria.

Tel. 234 9 7817734

E-mail: petaviation2000@yahoo.com

Rehabilitation of VOH Zonal Office and Provision of Digital Studio 3 at Voice of Nigeria

Voice of Nigeria

Invitation for Prequalification and Tenders For

Voice of Nigeria 2010 Capital Projects Introduction

Voice of Nigeria, the International Radio Broadcasting Organization of the Federal Republic of Nigeria hereby invites reputable Companies/Contractors with relevant experience to apply for prequalification and tender for the underlisted projects at various offices of Voice of Nigeria,

A. Prequalification

SUBMISSIONS WHICH MUST BE CLEARLY SPELT OUT SHOULD INCLUDE BUT NOT LIMITED TO THE UNDERLISTED PROVISION

  1. A sworn affidavit from the Federal High Court Stating that no staff of VON nor the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the Contractors/Companies.
  2. Indicate availability of requisite and appropriate skills among staff of the Contractor and availability of requisite equipments to do the job.
  3. Evidence of the incorporation of the Company in Nigeria.
  4. Certificate of Registration, Certified True Copies of Memorandum and Articles of Association including form CO. 7 and Co.2 of the Companies
  5. Evidence of Offices in Nigeria,
  6. Evidence of Registration with Voice of Nigeria,
  7. Company Profile with Curriculum Vitae of key Personnel,
  8. Evidence of previous experience on similar jobs (scope, location and value) executed in the last three year giving names of Clients, their contact address/telephone numbers and contract sum with Certificate of Completion
  9. Evidence of Financial capability and Bank support to handle the project
  10. Reference letter from the Company’s Bank.
  11. Three years audited account and three years Tax & VAT Clearance Certificates (2007.2008 and 2009),
  12. Copy of the Audited Account of the Company for the past three years.
  13. List of equipment owned by the Company.
  14. Evidence of Remittance of contributory pension funds of employees to PENCOM.
  15. VAT Registration and evidence of remittances in the past Three years.
  16. Please note that the separate prequalification submissions made for each LOT in ‘C below should be addressed appropriately labelled “PREQUALIFICATION TO TENDER FORM” indicating the title of the LOT on the top left hand corner of the envelope, addressed to the Secretary/Legal Adviser, Voice of Nigeria, 7th Floor, Radio House, Area 10, Garki, Abuja and must be received not later than 7th March, 2011.
  17. Submissions shall be publicly opened; a day after the closing date or such other convenient date provided always that representatives of the Companies that made submissions are invited to witness the opening of the submissions.
  18. Payment of a non-refundable tender fee of N20, 000.00 only for collection of Tender documents.

Note also that only Financial Tenders of prequalified Contractors will be opened.

B. Requirements for Submission of Financial Tenders:

  1. Companies are to submit separate tender for each job they wish to undertake in separate envelopes. Voice of Nigeria is not bound to accept any tender and shall not entertain any correspondence or request for refund of fees in this regard
  2. Submissions which must be clearly spelt out should include but not limited to the underlisted provision.

Contract Price (Valid for 12 months)

Terms and Conditions of Payment

Delivery Period

Warranty

Insurance

  1. Each Tender submission must be accompanied by a Voice of Nigeria’s receipt for a non-refundable fee of N20.000.00 only for each tender document.
  2. Each Tender should be addressed appropriately labeled “FINANCIALTENDER” for indicating the title of the Project on the top left hand corner of the envelope, addressed to the Secretary/legal Adviser, Voice of Nigeria, 7th Floor, Radio House, Area .10, Garki, Abuja and must be received not later than 7th March, 2011 .

C. SCOPES OF WORKS FOR FINANCIAL TENDERS:

Project 1:      Rehabilitation of VOH Zonal Office Enugu,

Project2:       Rehabilitation of VOH Zonal Office Calabar.

Project 3:      General Rehabilitation Work at VON Zonal office Gombe,

Project4:         Provision of Digital Studio 3 at VON Corporate Hqts. Abuja

  1. D. Submission of Tender Documents.

Please note that the Project title should be addressed appropriately on the top left

hand corner of the envelope, addressed to the Secretary/Legal Adviser, Voice of Nigeria, 7th Floor, Radio House, Area 10, Garki Abuja and must be received not later than 7th March, 2011

Please note: All expenses incurred in the preparation and submission of any response to this invitation shall be borne solely by the interested participating company.

Signed Management

Expression of Interest for a Feasibility Study for A Model Waste Management Plant in Rivers State at Shell Petroleum Development Company of Nigerian Limited

 The Shell Petroleum Development Company of Nigerian Limited

(Operator of the NNPC/Shell/TEPN/Agip Joint Venure)

Expression of Interest for a Feasibility Study for A Model Waste Management Plant in Rivers State Nigeria

Introduction and Background

The Shell Petroleum Development Company of Nigeria Limited (operator of the NNPC/Shell/TEPN/Agip Joint Venture), the British Council (BC) and Living Earth Nigeria Foundation (LENF) are collaborating to improve waste management and sanitation in Port Harcourt City and its environs. Urbanization, rising population, inadequate social amenities and the lack of sector-based investment are some of the factors that have contributed to poor waste management in the city. Waste management is a global issue given its negative impact on the environment. According to the United Nations Environment Programme (UNEP), overall quantities of waste are generally increasing hence the need for articulated waste management.

This collaboration between SPDC/BC/LENF will support government efforts at waste management and environmental sanitation. Interested firms and consultants are invited to participate in a detailed feasibility study for the establishment of an appropriate recycling plant in Port Harcourt, Rivers State. This study will enable the partners to:

Select appropriate technology and scale of a recycling plant for waste generated in Port Harcourt and its environs. Evaluate the technical and economic feasibility of the project.

SCOPE OF WORK

  • Detailed survey of the current waste management process covering generation, segregation, collection and disposal. This would involve determining the quantities and types of waste generated in Port Harcourt and its environs.
  • Determine an appropriate size, scope, location and product type(s) for the proposed plant in line with available waste generation data and other criteria.
  • Financial analysis of the project: Project cost estimation (capital, operations and maintenance) Techno-economic feasibility analysis of the project.     
  • Row material (domestic waste) Pricing analysis.
  • Detailed engineering designs and specification of proposed plant including comprehensive evaluation of commercially available options of plant model(s).
  • Detailed survey of on-going and previous recycling efforts in  Port Harcourt and environs- status report and reasons for failed attempts if any.
  • Examine the implications of existing waste management facilities and how optimisation can be achieved

 

Proposal Submission/Final Selection

It is suggested that each submitted proposal should include the following sections:

  • Executive summary
  • Approach and methodology
  • Project deliverable
  • Project management
  • Plant options/model
  • Detailed and itemized pricing
  • Appendix : References
  • Appendix : Project team staffing and expert partnership
  • Company overview
  • Review existing laws and policies governing waste management and evolve       environmental sanitation within Rivers State in relation to the proposed plant.
  • Determine a sustainable PPP (private – public partnership) management model for the facility, including funding options.
  • Evaluate potential project risks and mitigation measures including effects of the proposed.
  • Plant on existing waste contractors, scavengers and recyclers.
  • Identify detailed operational requirements; human, resources, legal requirements, raw material/spare parts sourcing etc.
  • Outline detailed benefits of proposed facility to state, local government, stakeholders and identified product users/services.
  • Determine all possible range of spin-off from the establishment of the proposed plant (transport/haulage and packaging)
  • Present detailed outline of the market for proposed product(s) e.g. fertilizer.
  • Indicate measures to reduce carbon emission in the proposed plant.

 

Proposal Evaluation

Consultants and firms shall be selected based on overall organization and methodology (which includes approach, deliverables, timetable of activities), key   experts/partners, detailed cost, knowledge of waste management sector, and relevant previous experience.

The decision of the selection panel is FINAL.

 

Deadline for Submission

Interested consultants/firms should send their proposals on or before 10th February 2011 either by email or hardcopies to:

The Manager,

Living Earth Nigeria Foundation

10 A Railway Close, D-Line Port Harcourt

Email: info@livingearth-nigeria.org