Consultancy Services and Procurement of goods at Federal Ministry of Water Resources

Federal Ministry of Water Resources

Gurara Water Management Authority

No. 4 INUWA WADA Crescent, Utako District, Abuja

In compliance with the procurement implementation in part V section 19(a) of the Public Procurement Act 2007, Gurara Water Management Authority of the Federal Ministry of Water Resources hereby invites technical and financial proposal for the execution of the following projects from reputable and experienced contractors and consultants.

2.0     CONSULTANCY SERVICES

Lot 1           Consultancy services on operation and maintenance of conveyance pipelines, joints, control valves and water flow meters

Lot 2           Consultancy services on pipelines water loss control and management

Lot 3           Consultancy services on IT Equipment for Disaster Discovery and Recovery in an organization

Lot 4           Update on Dam break study for Gurara Multi Purpose Dam Phase I

Lot 5           Spillway Operation in Dam Management

Lot 6           Post Construction Impact Assessment for Gurara Water Transfer Project Phase I

3.0     PROCUREMENT OF GOODS AND SERVICES

Lot 7           Procurement of generating set 75KVA, 4 nos, Project Vehicles and 1 no of staff bus

Lot 8           Procurement of Air Valves and isolating Gate Vales

Lot 9           Procurement of Furniture and Office Equipment

Lot 10         Procurement of Laptops and software’s

4.0     TENDER REQUIREMENTS

Certificate of Registration with CAC

Evidence of payment of Company Income Tax for the three years

VAT Registration Certificate Evidence of past VAT remittances

Evidence of Tax Identification Number (TIN)

Evidence of Financial Capability

List of verifiable Relevant Jobs/Supplies handled in the last 3 years

Submission of last 3 (three) years Audited Accounts

Pension implementation

5.0     SUMISSION OF PROPOSALS

Interested Contractors/Consultants or companies shall submit four copies of their tender documents in two difference sealed envelopes labeled ‘Technical Proposal’ and Financial Proposal’ both sealed in a third envelope and marked “Gurara Water Management Authority Project Work indicating the Lot”, addressed to:

The Coordinating Director,

Gurara Water Management Authority,

No. 4, Inuwa Wada Crescent, Utako Abuja

To reach him on or before 28th December 2010 by 12:00noon

6.0     PLEASE NOTE:

  • The Management is not bound to short list any bidder and reserves the right to annul the selection process at any time without incurring any liability and assigning any reason thereof
  • The Management is not bound to accept any or the lowest bid.

7.0     Eligible bidders may obtain documents/Terms of reference (TOR) in respect

of the project from the office of the Coordinating Director.

Signed:

Management

Construction of Farm Access Roads at Kano State Commercial Agriculture Development Association (CADA)

Kano State Commercial Agriculture Development Association (CADA)

Kano State Commercial Agriculture Development Project

Invitation for Bids

Nigeria

Credit No. 4539-UNI

Construction of Farm Access Roads in Kano State

IFB No. CADP/KNCADP/CADA/FAR/NCB/01/2010

1.     This Invitation for Bid follows the General Procurement Notice (GPN) for the Commercial Agriculture Development Project which appeared in “Development Business issue No. WB 3108-756/09 and “This Day” Newspaper of 22nd July 2009.

2.     The Kano State Government through the Federal Government of Nigeria has received a credit from the International Development Association (herein referred to as IDA) towards the cost of Commercial Agriculture Development Project (CADP), and it intends to part of the proceeds to eligible payments (through CADA) under the contract for Construct ion of Farm Access Roads.

3.     The Kano State Commercial Agriculture Development Association (CADA) of Kano State Commercial Agriculture Development Project (KNCADP) now invites sealed bids from eligible and qualified bidders for the Construction of selected roads as described below:

Lots Name of Site Location in Local Govt. Area Measurement

(Km)

Type of Construction Bid Security Amount in Naira Completion Period
1 Diggol- Dausa Farm Access Road Dambatta Local

Govt. Area

3.500 Km Paved 1, 047, 097.46 10.5 Months
2 Kano/Zaria Road-Tassa Farm Access Road Dawakin Kudu Local Govt. Area 5.087 Km Paved 1, 660, 561.77 10.5 Months
3 Shanono-Leni Farm Access

Road

Shanono Local Govt. Area 14.000 Km Laterite 2, 372, 601.78 10.5 Months
4 Tangaji-Bakarari Farm Access Road Makoda Local Govt. Area 2.851 Km Laterite 4, 149, 112.56 10.5 Months
5 Karefa-Yanlabi Farm Access Road Tudun Wada Local Govt. Area 8.851 Km Laterite 1, 271, 405.64 10.5 Months

Bidders can bid for one or more lots

1.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement of Civil Works under IBRD Loans and IDA Credits and is open to all bidders from eligible Source Countries as defined in the Guidelines.

2.       Interested eligible bidders may obtain further information from and inspect the bidding document at the Kano State Commercial Agriculture Development Project (KNCADP), at the address given below from 10.00am to 4.00pm, Monday to Friday.

3.       Qualifications requirement include:

i.        Average annual financial amount of construction work over the last 3 years for each lot as follows:

Lots 1

(Diggol)

2

(Tassa)

3

(Shanono)

4

(Tangaji)

5

(Karefa)

Average Annual Turnover (N) 182,562,806.06 244,558,806.81 349,274,604.87 103,371,458.88 503,766,224.57

ii.       Experience as prime contractor in the carrying out at least two projects of similar nature and complexity equivalent to the works over the last 3 years (to comply with this requirement, the work cited should be at least 70% complete)

iii.      Availability (own, lease, hire, etc) of the essential equipment as listed in the Bidding Data Sheet,

iv.      A Contract Manager with 5 years’ experience in construction works of an equivalent nature and volume including not less than 3 years as Contract

Manager and:

v.   Liquid assets net requirement for each of the lot is as listed below:

Lots 1

(Diggol)

2

(Tassa)

3

(Shanono)

4

(Tangaji)

5

(Karefa)

Liquid Asset (N) 69,887,324.19 93,620,168.23 133,706,684.68 39,571,886.60 192,848,007.84

1.       A complete set of Bidding Document in English Language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of Fifteen Thousand Naira (N115,000.00) or its equivalent in any freely convertible currency for the first lot and Ten Thousand Naira (N10,000.00) or its equivalent in any freely convertible currency for each additional lot. The method of payment will be by cash or bank draft in favor of Kano State Commercial Agriculture Development Project (KNCADP). The document will be collected by bidder’s representative or sent by courier services on request.

2.       Bids must be delivered to the above office on or before 12 Noon on Thursday 12th January, 2011 and must be accompanied by a bid security in the amount stated in the table in paragraph 3 above. Electronic bidding will not be permitted. Late bids will be rejected.

3.       Bids will be opened in the presence of bidders’ representatives who choose to attend on Monday 17th January, 2011 by 11..00am, at the address below:

The State Project Coordinator, Kano State Commercial Agriculture Development Project Office KNARDA Ultra Modern Conference Hall, KNARDA Office complex, Km 9 Hadejia Road, Yankaba,

Kano- Nigeria. Email: knscadocadp@gmail.com

Core Investor Sale of Electricity Distribution Companies at National Council on Privatisation

Federal Republic of Nigeria

National Council on Privatisation

Invitation for Expressions of Interest for

Core Investor Sale of Electricity Distribution Companies

  1. The Federal Government of Nigeria owned electricity utility has been unbundled into generation and distribution companies and a transmission company to encourage private sector participation and attract foreign and local investment into the Nigerian electricity sector to ensure economic and reliable electricity supply.
  2. Pursuant to the National Electric Power Policy (NEPP) 2001 and the Electric Power Sector Reform Act 2005, the Federal Government of Nigeria, through the National Council on Privatization (NCP) and its Secretariat, the Bureau of Public Enterprises (BPE), has embarked upon the reform and privatization of the companies created following the unbundling and restructuring of the electricity industry.
  3. The NCP/BPE, on behalf of the Federal Government of Nigeria (FGN), invite prospective core investors to express interest in the distribution companies.
  4. The transactions to be conducted through International Competitive Bidding (ICB) will cover services of all eleven (11) electricity distribution companies in the country. They are:
  • Abuja Electricity Distribution Company Plc;
  • Benin Electricity Distribution Company Plc;
  • Enugu Electricity Distribution Company Plc;
  • Eko Electricity Distribution Company Plc;
  • Ibadan Electricity Distribution Company Plc;
  • Ikeja Electricity Distribution Company Plc;
  • Jos Electricity Distribution Company Plc;
  • Kaduna Electricity Distribution Company Plc;
  • Kano Electricity Distribution Company Plc;
  • Port Harcourt Electricity Distribution Company Plc; and
  • Yola Electricity Distribution Company Plc.

For additional information on the companies, please visit our website: www.bpeng.org

  1. 5. Potential bidders should be existing power distribution companies or core investor groups with power distribution companies as long-term technical partners.
  2. 6. Successful bidders will be responsible for operating the distribution companies, making the necessary investments to improve the distribution network and customer service in line with the objectives of the Federal Government of Nigeria set out in the NEPP.
  3. 7. Method of Application:- Potential bidders should indicate their interest by providing the following documentation and information under the subject headings specified:
  • Full name of company and contact person, postal address, telephone/fax numbers and e-mail addresses;
  • Ownership structure of company; name(s) of major shareholders and percentage shareholding;
  • Audited financial statements of the bidding company or members of core investor groups for the past three (3) years and most recent management accounts;
  • Technical and operational capabilities:
  1. Years of experience in power distribution, customers served, length of networks;
  2. Evidence of similar distribution networks owned around the world especially in developing economies;
  3. Evidence of adequate financial resources to finance investment; and
  4. Experience in a developing economy.
  1. Upon receipt of Expressions of Interest from interested investors, the BPE shall evaluate and pre-qualify applicants.
  2. Thereafter, pre-qualified bidders will be issued a Request for Proposal (RFP) and other bidding documents upon the payment of non-refundable fee of $20, 000 in bank draft payable to the Bureau of Public Enterprises.
  3. Interested parties shall indicate in order of priority which company (ies) they are interested in.
  4. 11. An original and five (5) other copies of Expressions of Interest (including a soft copy) shall be delivered in a sealed envelope clearly marked “EOI Electricity Distribution Companies Transaction” at the top right hand corner and delivered to the address below on or before 18th February, 2011 by 17Hrs, local time (16Hrs.GMT).

Ms. Bolanle Onagoruwa

Director General

Bureau of Public Enterprises (BPE)

11 Osun Crescent, off IBB Way

Maitama, Abuja – Nigeria, at Room 131

Tel: 234-9-4604400

E-mail: bonagoruwa@bpeng.org

Attention: Mr. Chigbo Anichebe

Ag. Director, Electric Power Department

Tel/Fax: +234-9-4604433

For further clarification or enquiries, contact:

Mr. Amaechi C. Aloke

Project Manager

Electric Power Department

aatoke@bpeng.org or aaloke2000@gmail.com

Tel: + 234-8057776422

Or the Transaction Advisers, CPCS Transcom,

E-mail: abuja@cpcstrans.com

  1. 12. For information on upcoming investors’ fora and other instructions, applicants are advised to regularly visit any of the following websites: www.bpeng.org, www.cpcstrans.com or the dedicated www.nigeriaelectricityprivatisation.com

Please note the following: –

  • Prospective bidders may express interest in more than one company;
  • The name of the prospective bidder must be stated on the envelope;
  • Submissions made by e-mail / late submission will be rejected; and
  • Only short listed firms will be contacted.

Core Investors for Thermal Power Stations and Concessions of Hydro Power Stations at National Council on Privatisation

Federal Republic of Nigeria

National Council on Privatisation

Invitation for Expressions of Interest for Core Investors for Thermal Power Stations and Concessions of Hydro Power Stations

  1. The Federal Government of Nigeria owned electricity utility has been unbundled into generation and distribution companies and a transmission company to encourage private sector participation and attract foreign and local investment into the Nigerian electricity sector to ensure economic and reliable electricity supply.
  2. Pursuant to the National Electric Power Policy (NEPP) 2001 and the Electric Power Sector Reform Act (EPSRA) 2005, the Federal Government of Nigeria, through the National Council on Privatization (NCP) and its Secretariat, the Bureau of Public Enterprises (BPE), has embarked upon the reform and privatization of the companies created following the unbundling and restructuring of the electricity industry.
  3. As part of this exercise, the NCP/BPE, on behalf of the Federal Government of Nigeria, hereby invites prospective core investors to express interest in the thermal power stations and as concessionaires for the hydro power stations.
  4. The transactions, to be conducted through International Competitive Bidding (ICB), will cover the following companies:

Thermal Power Generating Companies:

  • Ughelli Power Plc – situated in Delta area in South-South region of Nigeria with a total installed capacity of 972 MW;
  • Geregu Power Plc- situated in Kogi State in North Central Nigeria with a total installed capacity of 414 MW;
  • Afam Power Plc comprising of Afam I-V power stations located in Rivers State in South-South Nigeria with an installed capacity of 776 MW; and
  • Sapele Power Plc located in Sapele, Delta State in South-south Nigeria with an installed capacity of 1020 MW.

Hydro Power Generating Companies:

  • Kainji Power Plc comprising Kainji Power Plants and Jebba Power Plants located in Niger and Kwara States respectively in North-Central Nigeria; and
  • Shiroro Power Plc located at the Shiroro Gorge, Niger State in North-Central Nigeria.
  1. Potential bidders/concessionaires should be existing local and/or international power generators or investors with power generators as long-term technical partners, will be responsible for operating the station, improving the generation capacity and making the necessary investments in line with the objectives of the Federal Government of Nigeria set out in the NEPP.
  2. Method of Application – Potential bidders should indicate their interest by providing the following documentation and information under the subject headings specified:
  • Full name of company and contact person, postal address, telephone/fax numbers, and e-mail addresses.
  • Ownership structure of company: name(s) of major shareholders and percentage shareholding.
  • Audited financial statements of the bidding company or members of the core investor groups for the past three (3) years and most recent management accounts.
  • Technical and operational capabilities:
  1. Years of experience in generating plants, especially experience in Thermal/Hydro Power Stations;
  2. Evidence of similar plant(s) owned/operated around the world especially in developing economies; and
  3. Evidence of ample financial resources.
  1. Upon receipt of Expressions of Interest from interested investors, the BPE shall evaluate and pre-qualify applicants.
  2. Thereafter, ore-qualified bidders will be issued a Request for Proposal (RFP) and other bidding documents upon the payment of non-refundable fee of $20, 000 in bank draft payable to the Bureau of Public Enterprises.
  3. Interested parties shall indicate in order of priority, which company (ies) they are interested in
  4. 10. An original and five (5) other copies of Expressions of Interest shall be delivered in a sealed envelope clearly marked “EOI Thermal Power Stations Transaction” or “EOI Hydroelectric Power Stations Transaction” at the top right hand comer and delivered to the address below on or before 18th February, 2011 by 17Hrs. local time (16Hrs. GMT).

Ms. Bolanle Onagoruwa

Director General

Bureau of Public Enterprises (BPE)

11 Osun Crescent, off IBB Way

Maitama, Abuja – Nigeria, at Room 131

Tel: 234-9-4604400

E-mail: bonagoruwa@bpeng.org

Attention: Mr. Chigbo Anichebe

Ag. Director, Electric Power Department

Tel: 234-94604433

For further clarification or enquiries, contact:

Mr. Amaechi C. Aloke

Project Manager

Electric Power Department

aaloke@bpeng.org or aaloke2000@gmail.com

Tel: 234-8057776422

Or the Transaction Advisers, CPCS Transcom, E-mail: abuja@cpcstrans.com

  1. For information on upcoming investors’ fora and other instructions, applicants are advised to regularly visit any of the following websites: www.bpeng.org, www.cpcstrans.com, or the dedicated www.nigeriaelectricityprivatisation.com

Please note the following: –

  • Prospective bidders may express interest in more than one company;
  • The name of the prospective bidder must be stated on the envelope;
  • Submissions made by e-mail / late submission will be rejected; and
  • Only short listed firms will be contacted.

Execution of Various Projects at Federal Civil Service Commission

Federal Civil Service Commission

4, Abidjan Street, Wuse District, Zone 3, Abuja

Invitation to Tender (Technical and Financial) for the

Implementation of 2010 Capital Projects

Introduction:

The Federal Civil Service Commission in furtherance to her statutory mandate and in the implementation of the 2010 revised Budget Appropriation Act is desirous to undertake various works, goods and services.

The scope of Works and Services are as follows:

Lot No Project Title
Archiving and Digitization of Operations of the Commission
1. Procurement, of Digitization Equipment and Infrastructure
  1. Structured Cable Redesign and Wireless LAN, Enterprise Antivirus, LAN Equipment and Enterprise Portal, Messaging and Collaboration; Procurement, Deployment and Support for Digitized Registry and Asset Management Solution.
  2. Procurement and Supply of Desktop PCs, Laptop PCs; Printers, Scanners; Maintenance of Existing Computer Systems and Peripherals in Continued use at the Commission.
2. Digitization Support

Deployment and digitization of commission’s records, Application of Enterprise Content Management and ICT Systems, Implementation of Document Digitization, and Archiving.

3. Procurement and installation of virtual DOXX File Tracking System.
Works and Goods
4A
  • Removal and replacement of existing floor files in offices, corridors.
  • Installations of modern panel doors in selected offices.
  • Plumbing works water supply and reticulation systems Electrification.
  • Painting and decoration of office building.
  • Procurement of furniture items
4B Renovation and painting of perimeter fence.
5. Construction of one storey building office complex for the Association of African Public Service Commission (AAPSCOMS) and furnishing.

Eligibility Requirements

Technical and Financial proposals for each Lot are un­qualified and experienced Contractors/Consultancy Firms and Suppliers interested. Contractors/Consultants are expected to show the following:

  1. Certificate of Incorporation with the Corporate Affairs Commission and evidence of Annual Returns Filings to CAC.
  2. Company’s Audited Accounts for the past three years.
  3. Current Tax Clearance for the past 3 years (to expire December 2010) and VAT Registration with proof of Remittances.
  4. Proof of Registration with the National Pension Commission and evidence of   remittance of employees pension contributions/deductions.
  5. Evidence of Financial Capability and Support letter from a reputable bank and last 6 month bank statements addressed to the FCSC.
  6. Detailed Company Profile, Partnerships, Organogram Curriculum Vitae with evidence of experience of key technical personnel to be involved in the relevant project, with relevant COREN accreditation (as applicable).
  7. An undertaking that the Company is not in receivership/bankruptcy and that none of its Directors has been convicted for any criminal offence relating fraud, financial impropriety, misrepresentation or falsification of acts relating to any matter.

Specific Requirements

  1. a. For Construction Works:
  • Annual Turnover of at least N500 million in the last 3 years in the Current Tax Clearance.
  • Experience as a prime contractor on at least 1 (one) project of a nature and complexity comparable to the works under consideration within the last three (3) years (copies of letters of award/certificates of completion to be attached).
  • Evidence that the Contractor has the requisite plant and equipment to execute project of this nature and complexity.
  1. The FCSC may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false.
  2. Contractors who have worked for the FCSC and have history of poor performance, abandonment, termination and/or prolonged contract period need not apply.

Evaluation criteria will include

  1. Evidence of compliance with responsive items: Registrations, Tax Clearance, VAT, Pension, etc.
  2. Annual Turnover and Financial Capability to include 6 months bank statements.
  3. Equipment appropriate for building, renovation and streetlights installations.
  4. Experience, personnel, methodology, programme of works/implementation.

Method of Submission

  1. Qualified applicants are to collect Solicitation documents, ——/Drawings, as applicable on the payment of N20, 000.00 (Twenty Thousand Naira) only in Bank Draft payable to the Federal Civil Service Commission for each Lot or Projects.
  2. Non compliance to the instructions will lead to disqualification.
  3. All bids should be submitted on or before 31st December, 2010 by 12:00 noon.
  4. Technical and Financial bids are to be submitted in two separate envelopes clearly marked “Technical” and or “Financial” bid with the specific lot (Name of the relevant Area of Interest) and drop in the Tender Box in the Office of the Director, Planning, Research and Statistics, Room 345, Federal Civil Service Commission, Wuse Zone 3, Abuja, on or before 31st December, 2010, by 12:00 noon.
  5. The bids received shall be opened publicly in the Conference Room of the Commission immediately after the closing of bids on 31st December, 2010 by 12 noon. Representatives of all responding companies, Civil Societies, NGOs and members of general public invited to witness the bid opening exercise. Please note the Commission is not bound to award the contract to the lowest bidder.

Signed:

Permanent Secretary

Federal Civil Service Commission, Abuja.