Construction of Water Supply System at Power Holding Company of Nigeria Plc (PHCN)

Power Holding Company of Nigeria Plc

OMOTOSHO POWER PLC

PMB 751, ORE, ONDO STATE

OMOTOSHO POWER PLC

OMOTOSHO ONDO STATE

Construction of Water Supply System

Power Holding Company of Nigeria Plc (PHCN), Omotosho Power Plc intends to construct a water supply from its operations. The project is to be financed from the Federal Government intervention fund for the power sector.

1. Eligible bidders are hereby invited to submit in sealed bids for construction of the water supply system.

2. Scope of Work

The Scope of works shall include:-

  1. Construction of water Reservoir
  2. Construction of a pump House by the reservoir
  3. Procurement and Installation of pumps and associated  piping according to specifications in the design drawing
  4. Procurement and Installation of Electrical Control System.
  5. Construction of Access Road with concrete to the Pump house.
  6. Commissioning of the entire system

3. Collection of Bidding Documents:-

  1. Eligible bidders who are interested should visit Omotosho Power Plc from Wednesday 3th November, 2010, from 10.am for inspection on week days (Monday to Friday). On arrival, Manager (Civil for the inspection).
  2. After the inspection interested bidders will be required to a non refundable fee of One Hundred and Fifty Thousand Naira (N 150,000.00) only for a complete set of bidding documents. payment, is to be made to Omotosho Power Plc Account at Ore. Details of the account will be given to interested bidders on request after the inspection.

4.

Tender Requirements:

Eligible bidders will be required to submit copies of the following documents with their bids

  1. a. Evidence Of valid registration with Corporate Affairs Commission
  2. Evidence of Income Tax Clearance for the last Three years.
  3. VAT Registration Certificate
  4. Evidence of Financial capability and Banker’s support letter
  5. Verifiable list of previous/similar projects/works carried out in the recent past.

5. Submission of Bid Documents:

a. All bids sealed and clearly marked “QUOTATION FOR WATER SUPPLY SYSTEM” on the top right hand comer should be submitted to :-

The Head,

Omotosho Power

Plc Ore- Ondo State, Nigeria.

b. All bids must be submitted on or before 10.00 am 15th December 2010.

OPENING OF BID:-

Bids will be opened at Omotosho Power Plc compound in front of the Main Administration building on 15m December, 2010 by noon. Bidder or their representatives are invited to witness the opening.

Telephone:

234-9-4135668

234-9-4135655

234-9-4135563

Corporate Headquarters,

Plot 441, Zambezi Crescent

Maitama-Abuja


MANAGEMENTS

Procurement of Operational Vehicles at Lagos Urban Transport Project (LUTP)

Invitation for Bids (IFB)

Lagos State Government

Lagos Urban Transport Project

IDA Credit No: 3721-0 UN1

Procurement of Operational Vehicles

IFB No: LAMATA/WB/NCB/GC/107/10

Date: November 2, 2010

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. No.655 of May 31, 2005.
  2. The Lagos  State Government has received a credit from international  Development Association toward the cost of Lagos Urban Transport Project (LUTP), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Operational Vehicles of Contract No LAMATA/WB/NCB/GC/107/10
  3. The Lagos Metropolitan Area Transport Authority now invites sealed bids from eligible and qualified bidders for Supply of the following Operational
Lot Item Description Qty
1 Saloon Car of min. eng. Capacity 1.8 L.t 2
2 30-Seater Coaster Bus.eng. capacity 2.7 L.t 1
  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IERD 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 Lagos Metropolitan Area Transport Authority (LAMATA), and inspect the Bidding Documents at the address given below from 9a.m, to 4p.m Mondays through Friday.
  3. Qualification requirement include
  • Evidence of previous supply (sale) of vehicles proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • Evidence of adequacy of working capital for this Contract for this Contract (access to line(s) of credit and availability of other financial resources);
  • Certificate of Incorporation and company profile.
  • Manufacturer’s Authorization.

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

  1. A complete set of Bidding Documents in English 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 Only (N 15,000.00). The method of payment will be in Bank Draft. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.
  2. Bids must be delivered to the address below at or before 10.00 am 30th of November 2010. 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 or on-line at the address below at 10.00 am, 30th of November 2010; all bids must be accompanied by a Bid Security of Five Hundred Thousand Naira Only (N500, 000.00) or an equivalent amount in a freely convertible currency.
  3. The address referred to above is:

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd Floor, Motorways Center, 1, Motorways Avenue

Alausa, Ikeja, Lagos State

Telephone: 01-270227, 01-2702786

Fax: 01-2702783

E-mail: advert@lamata-ng.com

Supply and Installation of Furniture at National Institute for Cultural Orientation (NICO)

National Institute for Cultural Orientation (NICO)

23, Kigoma Street, Wuse Zone 7. P.M.B. 5040 Wuse Zone 3

(A Parastatal of the Federal Ministry of Tourism, Culture and National Orientation

Invitation for Bids

Supply and Installation of Furniture at Katsi

Na, Ilorin, Owerri, Yola, Bayelsa

  1. This invitation for bids follows General Procurement Act for supply of goods.
  2. The National Institute for Cultural Orientation now invites sealed bids from eligible and qualified bidders for the
S/N Location Description of Items/Services Qty Delivery Period
1 National Inst. For Cultural Orientation South-South zonal office, Bayelsa, Yenogoa, Nicton Hotel Road, Katsina Yenogoa Supply and installation of Panasonic 2HP Window unit Air conditioner

Supply of Split unit sharp air conditioner 1.5HP

Supply of Photocopies Panasonic machine 2016

Supply of steel foreign cabinet

Supply of T.243 Thermocool refrigerator

Supply of Water dispenser C-Way

8

2

3

10

6

2

30 days

2 National Inst. For Cultural Orientation

No. 23 Kigoma Street, Wuse Zone 7, Abuja

Supply of Executive tables with extension 1.6sq/m

Supply of office tables 4ft with 3 drawers.

Supply of Executive chairs

Supply of semi Executive chairs with handle

2

70

2

180

Qualification Requirements Include:

Documentation evidence of previous supply (sale) and delivery of similar furniture proposed, with size equivalent to the bided for the last 5 years

4.       Audited financial statement for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.

5.       Certificate of Incorporation with Corporate Affairs Commission (CAC)

6.       Copy of the Contractor’s current three (3) years tax clearance

7.       Copy of the Contractor’s current VAT certificate

8.       Original of documents must be produced for sighting during the opening ceremony

Submission of Pre Qualification Documents:

The pre-qualification documents required should be neatly packaged in binders placed in clearly marked envelopes indicating the project’s lot number.

Submission must be made on or before 16th November 2010 to the address below. Full tendering procedures will apply only to bidders that have been pre-qualified and found capable of executing the project

The secretary

Procurement Planning Committee

National Institute for Cultural Orientation (NICO)

23, Kigoma Street, Wuse Zone, Abuja.

TENDER:

Tender shall be available to interested companies on payment of non refundable tendering fee of N50, 000 only to the Account Unit and receipt obtained. Tenders shall collect tender documents from the Secretary of the Procurement Planning Committee. Electronic bids shall not be accepted and bids received after the deadline will be rejected. The submission must reach the above address on or before Wednesday, 30th November, 2010 at 10.00am. Opening of the bids commences immediately on the same date.

Signed

Management

Supply and Construction of Projects

Ondo State Government

Ministry of Works, Oyemekun Road, Akure

Invitation to Tender

Tenders are hereby invited from reputable and suitably qualified contractors for the

Supply and Construction of the following:

Lot 1: Supply of EL-6170 Compact core drilling machine with core barrel and petrol motor unit and the following accessories

a)     Five (5) No 75mm diameter core barrel

b)    Five (5) No 100mm diameter core barrel

Lot 2: Supply of soft ware design including training

a)     SAP release 14 for bridges

b)    Orion soft ware

c)     Robot soft ware

d)    Civil solutions software

Lot 3: Re-construction of IKare-lkaram-AJowa-Ondo state Boundary Road

Lot 4:    Dualization of Igbokoda Township main Road

Lot 5:    Rehabilitation of Ikare/Ugbe – Ise Road

Lot 6:    Supply of five (5) fire fighting trucks with the following specification – Mercedez Benz 1518 with 4, 000 litres tank capacity and 500 litres foam tank capacity, including all fire fighting accessories

Bidders are required to pay a non-refundable fee of (25,000.00 for lots 1 and 2 and N100, 000.00 for lots 3-6) into the approved Ondo State Bank Account, obtain Government receipt from the  Government Treasury Cash Office, Akure and obtain relevant tender documents from the Director of Planning, Design, Research and Statistics, Ministry of Works, Akure Ondo State.

Duly completed Tender must be enclosed in Waxed – Sealed Envelopes clearly marked at the too hand corner “CONFIDENTIAL” TENDER FOR SUPPLY AND CONSTRUCTION OF THE LISTED ITEMS ABOVE and please do not enclose two tenders in one envelope.

Addressed and forwarded to:

The Secretary,

Ondo State Tenders Board

Cabinet and Special Services Department

Office of the Governor, Akure,

To reach him not later than 12 noon on Monday, 29th November, 2010

Tenderer is required to enclose along with his tender, copies of the following documents.

a)     Current income tax receipt.

b)    Tax clearance certificate and VAT registration certificate.

c)     Evidence of Incorporation under the companies decree

d)    Evidence of Registration with Ondo State Works Registration Board, Ministry of Works in the appropriate category and this must be current at the time of Tender

e)     Development levy receipt for the last three years.

f)      Tender processing fee receipt.

g)     List of plant, equipment and technical staff available for the project.

h)    Cash flow programme and projections for the project.

i)       Evidence of experience of similar project executed.

j)       Bank Reference from reputable bank, will be a condition for qualifying to tender.

Signed

Engr Alex A. Aragbaiye

Permanent Secretary

Ministry of Works

Execution of Various Projects at State Universal Basic Education Board (SUBEB), Gombe

Gombe State of Nigeria State Universal Basic Education Board,

Gombe.

PMB 097 Gombe, Gombe State

Tel: 072 – 222420

Invitation for Pre-Qualification

The State Universal Basic Education Board (SUBEB) Gombe invites tenders from reputable contractors for the constructions of classrooms blocks together with Fabrication/Supply of Furniture,  Burglar Proofing, Library Furniture & Supply of Textbooks under the ETF 2009/2010 Main Intervention/Library Projects.

Pre Qualification Requirements

(a)    Evidence of Company Registration with Corporate Affairs Commission (CAC)

(b)    Company’s Current Tax Clearance Certificate for the past three (3) years

(c)    Company’s VAT Registration Certificate

(d)    letter of attestation of good financial standing of the Bank including the name and address of the Bank(s)

(e)    Bank Guarantee or insurance Bond

(f)     Evidence of previous similar contract stating contract value and showing evidence of award and timely completion.

(g)    Evidence of Company’s Registration with SUBEB Gombe.

Submission of Documents

All prospective contractors/suppliers should submit their documents in sealed envelopes to:

The Secretary,

Tenders Board,

Gombe State Universal Basic Education Board (SUBEB).

These should be submitted on or before 17th November.

The Board reserves the right to reject any or all pre-qualification submission and discontinue the tendering process at any time.

Nothing in this advert shall be construed to be a commitment on the part of the Board or shall it entertain any potential tenderer to make any claim whatsoever and seek an indemnity from the Board on account of responding to this advert.

The  Board shall not go into any correspondence with non prequalified contractors in any form

The list of those pre-qualified shall be listed and pasted on the Notice Board of SUBEB Gombe.

Signed

Salisu Abbaji Pindiga

Board secretary,

for: Executive Chairman