Installation, Procurement and Construction of Projects at Power Holding Company of Nigeria

Power Holding Company of Nigeria

Enugu Electricity Distribution Company

Addendum to Invitation to Tender for Projects

Under 2010 FGN Amended Budget Appropriation

Introduction:

The Management of Enugu Electricity Distribution Company (EEDC), in line with Procurement Act of 2007 hereby advertises the following Projects that came under 2010 Amended Budget Appropriation.

Accordingly, the Company hereby invite tender from reputable and competent Contractors to bid for the Lots of their choice as listed below:

Scope of Work:

Lot Scope of Work
EDZ 4.1.1 Procurement and installation of 1 x 15MVA, 33/11 KV Transformer and Construction of Injection substation at Ahiara, Imo State.
EDZ 4.1.2 Procurement and installation of 1 x 15MVA, 33/11 KV Transformer and Construction of Injection substation at Onicha (Ezinihite) mbaise, Imo State.
EDZ 4.1.3 Procurement and installation of 1 x 15MVA, 33/11 KV and Construction of 24KM of 11 KV out going feeders, Imo State.
EDZ 4.1.4 Procurement and Construction of 28Km, 33KV line incomer and 33KV Gantry at new Owerri 2 x 15MVA, 33/11 KV Injection substation.
EDZ 4.1.5 Procurement and installation of 2 x 15MVA, 33/11 KV Transformer and Construction of Injection substation at New Owerri, Imo State.
EDZ 4.1.6 Procurement and installation of 2 x 15MVA, 33/11 KV Transformer and Construction of Injection substation at Okpuala (Ngor Okpuala) Imo State.
EDZ 4.1.7 Procurement and installation of 1 x 15MVA, 33/11 KV Transformer and Construction of Injection substation at Egbu Transmission Owerri, Imo State.
EDZ 4.1.8 Procurement and Construction of 42.1 KM, 11 KV Overhead outgoing feeders from 2 x 15MVA, 33/11KV Injection substation, Owerri, Imo State.
EDZ 4.1.9 Procurement and Construction of 9KM of 11 KV (Out Going Feeders) from Egbu Transmission Owerri, Imo State.
EDZ 5.1.1 Procurement and installation of street light at 9th Mile Enugu, Enugu State with power backup.
EDZ 5.1.2 Material/Accessories/Grid Extension in Udi/Ezeagu Federal Constituency, Enugu State.

Documents Required for Qualification

Interested Companies are required to submit Three (3) Copies of Bids with Specific chapters paginated and separated by dividers in the same order as set out here under:

  • Certificate of registration of company in Nigeria with Corporate Affairs   Commission (CAC) together with memorandum and articles of association and form C07 showing lists of directors and number of shares each has subscribed to.
  • Evidence of compliance with Pension reform Act of 2004.
  • Photocopies of tax clearance certificate for the last three (3) years (2009, 2008 and 2007).
  • Photocopies of VAT registration certificate and evidence of VAT remittances.
  • Evidence of payment of Non-refundable fee of N100, 000.00 (One hundred thousand Naira, only) for collection of Bid document.
  • Documented evidence of financial capability (Bank statement of Account).
  • Company’s audited account for the last three (3) years (2009, 2008 and 2007).
  • Evidence of having successfully executed similar jobs within the last Three Years.
  • Comprehensive company profile showing location/address, website, telephone number and e-mail particulars of principal officers or contact persons.
  • Any other document not mentioned above that could place the company in a comparative advantage are welcome.

Note: Having successfully executed similar project(s) within the last three years will be of great advantage in the final bid evaluation. Only contractors that were pre-qualified previously under EEDC 2010 pre-qualification exercise are eligible to bid.

Collection of Bid Documents

Bid document both Technical and financial, can be obtained from the Secretary, Management Tenders Board, Enugu Electricity Distribution Company, 6th Floor, Room 605/614, Zonal Headquarters, Okpara Avenue Enugu on evidence of payment of Nonrefundable Bid document Fee of N100, 000.00 (One hundred thousand Naira, only).

Submission

Interested companies/Contractors should submit spirally bound Documents in line with requirement stated above in sealed envelope(s) marked “Addendum to Invitation to Tender” indicating the Lot ID and description of project on the left hand corner of the envelope (s), Name and mailing address of the Tender Company shall be clearly stated at the back of the envelope(s). The technical and Financial Bids should be sealed differently and enclosed in one Envelope. The Document must be delivered by hand to reach the following address on or before 16th of November, 2010. Tender opening shall be done on the same day at conference room, Zonal Headquarters, Okpara Avenue, Enugu.

The Chief Executive Officer

Power Holding Company of Nigeria

Enugu Electricity Distribution Company

24 Okpara Avenue Enugu

Enugu State.

Three sets (Original & 2 Copies) plus soft copy are to be submitted. All information shall be provided in English language.

This advertisement shall not be construed as an obligation or a commitment on the part of PHCN nor shall it entitle responding contractors to seek any indemnity from PHCN by virtue of such contractors having responded to this advertisement for Invitation to Tender.

Further clarification can be obtained from:

Principal Manager (Procurement)

Enugu Electricity Distribution Company

(6th Floor) Zonal headquarters, Okpara Avenue, Enugu

Signed:

Management

Construction and Rehabilitation of Projects at Third National Fadama Development Programme (NFDP-II)

Third National Fadama Development

Programme (NFDP-II)

Kano State Agricultural and Rural Development Authority (KNARDA) KM 9 Hadejia Road, PMB 3130, Kano State

Request for expression of interested

Country:                       Nigeria

Name of Project:           Third National Fadama Development Project

Credit No:                     4494-UNI

Project ID No:               Po96572

The Kano State Government through Federal Government of Nigeria has received a credit from the International Development Association (herein referred to as IDA) towards the cost of Third National Fadama Development Project (NFDP-III) and it intends to apply part of the proceeds of the credit to payments under the contracts for service providers for goods works related services and consulting services to be procured under this project.

The Project will include the following:-

  1. Capacity building, communication and information  support
  2. Small scale community owned infrastructure
  3. Advisory services and input support
  4. Support to ADPs
  5. Asset acquisition for individual FCAs FUGs and
  6. Project management, M & E and EMP compliance

The project will procure vehicles and motor cycles, computers and office machineries, office equipments and infrastructure and others include promotional materials and internet/field survey equipment. Civil work will include new construction or rehabilitation of small infrastructure at FCA level. Meanwhile consultancy services include studies and reviews of technical and extension materials. Technical quality control, technical supervision (international and national), Others include skill acquisition and enhancement, rural radio programs, TV jingles and documentaries, supervision of sub-projects and facilitators, Environmental studies, (IPM, EMP, SLM and land use) project baseline and impact assessments, financial audit, development of M & E tools, village listing survey and technical assistance for other advisory services.

The good and civil works will be procured in accordance with the, provision of the “Guide lines for procurement of Goods and Works under IBRD loans  IDA credits” dated May 2004, revised October, 2006, While the consultancy services service shall be in accordance with the provision of “Guidelines for dated May, 2004 revised October 2006.

Eligibility Criteria:

To be eligible for consideration, service providers must provide the following details:

  1. Profile of company/institution including certificate of incorporation, physical address, ownership. (Including board membership), organogram of management structure and contacts (Telephone, facsimile and E-mail).
  1. Evidence of financial management systems (Accounting and internal control),
  1. Possession of relevant experience and skill for at least five (5) years.
  1. Payment of specified taxes as applicable under Kano State laws.
  1. For civil works and related project, evidence of possession of required equipments.

Mode of Application

Interested eligible service providers who wish to be registered under the Kano State Third Nation Fadama Development Project to receive an invitation to Tender under ICB, NCB, and NS procedures as well as interested consultants who wish to receive a copy of the advertisement requesting for expression of interest (EOI) or those requiring additional information should contact the address below:

The State Project Coordinator,

Kano State Third Nation Fadama Development Project,

C/O Kano State Agricultural and Rural Development Authority (KNARDA)

KM 9 Hadejia Road, Yankaba, Kano.

Tel: 08035390961, 0803691001

E-mail: knardafdm308@yahoo.com

Provision of Goods at Debt Management Office (DMO)

Debt Management Office

Nigeria

Request For Proposal for Bookrunners For Nigeria’s

Proposed USD Denominated Bond Issuance in the International Capital Market

1.0     Introduction

The Debt Management Office (DMO), on behalf of the Federal Republic of Nigeria (“FGN”) seeks to issue its debut USD denominated bond (the “Bond”) in the international Capital Markets (the “Offering”). The Offering is intended to be a benchmark offering and documented under Rule 144A/Reg S.

The key objectives of the proposed Offering are to establish a pricing benchmark for international Investors. Increase the profile of Nigeria to the international investment community as a strong emerging market economy and promote foreign direct investment.

The DMO wishes to appoint two (2) separate Book runners who are expected to work together to provide comprehensive services in connection with the Offering as set out below.

2.0     Scope of Work

The Bookrunners shall be expected to carry out the following services;

  1. Working with the DMO’s Advisers to ensure timely completion of the transaction
  2. Appointing Bookrunner’s Counsel and, together with the Book runner’s Counsel, conducting due diligence on the Offering and comment on the draft of the Offering Circular in a time-efficient manner.
  3. Assisting the DMO in determining the terms and conditions of the Bond, including pricing rationale,
  4. Preparing, together with the Book runner’s Counsel, the legal documents and agreements relevant to the Offering;
  5. Assisting in the completion of listing procedures and liaising with the relevant Stock Exchange as may be required:
  6. Organising investor road shows appropriate to the Offering;
  7. Liaising with potential investors, including delivering the Offering Circular (preliminary and final) to all prospective investors:
  8. Managing the Book Building process for the Bond; and.
  9. Be responsible for settlement and closing mechanics for an offering of this nature, including delivering the net proceeds of the Offering to the account advised by the DMO.

3.0     General Requirements

Prospective Bidders should demonstrate/provide the following in their response to this Request For Proposal (RFP):

a)        Evidence of registration with relevant regulatory authorities in the International Capital Markets, company profile including registered address and contact email address:

b)       Evidence of presence in major global financial centres;

c)        Minimum of two investment grade ratings from internationally recognized rating agenda

d)       Strategy for a successful execution of the role;

e)        Verifiable track record over the past five (5) years in lead managing comparable international bonds and in particular, Emerging Markets sovereign bonds;

f)         Ability to execute the transaction before the end of 2010;

g)        Commitment to Nigeria, such as previous participation in financial transactions in Nigeria; and,

h)       Ability to provide secondary market support for the Bond.

4.0     Request For Proposal Procedures

Bids are to be submitted separately by interested parties; Joint Bids would not be allowed

The following are the procedures to be adopted for the RFP:

a)        The submission of the RFP responses will be in two separate sealed envelopes each in seven (7) copies, as set out below:

  1. The General Requirements and the Technical Bid which should be submitted in hard copy
  2. The Financial Bid which should be submitted in hard copy

b)       All responses must be received by 12.00 noon (Nigeria Time) on or before Wednesday, 13th October 2010. The DMO reserves the right to reject any proposal not received by this time and in the form prescribed by this RFP.

c)        The General Requirements and the Technical Bids will be opened at 1.00 p.m. on Wednesday 13th October, 2010,

d)       Bidders whose prop not pre-qualified for further evaluations based on the General Requirements and Technical bids will be notified immediately through the contact addresses (electronic and physical) provided intheir bids.

e)        The shortlisted Bidders will be notified within two (2) working days of bid closure. Shortlisted Bidders will be interviewed in October, 2010 and the Interview Sessions are expected to take place in London.

f)         The Financial Bids will be opened once a shortlisted of prospective Book runner’s has been compiled on the basis of the General Requirements and the Technical Bid evaluation, as well as, the interview Session evaluation.

5.0     ENQUIRIES

All enquiries on this RFP Proposal are to be directed to:

The Director-General,

Debt Management Office,

(The Presidency)

NDIC Building (First Floor), Plot 447/448 Constitution Avenue,

Central Business District Abuja.

Telephone: 234-9-6725829; 6791088; 6712769  Email: enquiries@dmo.gov.ng

Interested parties are encouraged to refer to the DMO’s website at www.dmo.gov.ng

Important Notices

a)        Nothing in this advertisement shall be construed to be a commitment on the part of the DMO to appoint Book runner’s or to issue bonds in the international Capital Markets; nor shall it entitle any bidder to make any claim whatsoever and seek indemnity from the DMO by virtue of the bidder having responded to this advertisement.

b)       No costs associated with responding to this advertisement or attending interviews will be reimbursed.

c)        The information contained herein shall not constitute an offer to sell or the solicitation of an offer to buy, nor shall there be any sale would be unlawful prior to registration, exemption from registration or qualification under the securities laws of any such jurisdiction. The materials do not constitute an offer of securities for sale in the United States, nor may the secures be offered or sold in the United States absent registration or an exemption from registration as provided in the U.S, Securities Act of 1933, as amended, and the rules and regulations there under. There is no intention to register any portion of the offering in the United States of America or to conduct a public offering of securities in the United States of America.

Signed

Debt Management Office

Nigeria.

Execution of Projects at Nigerian Gas Company Limited (NGC)

Nigerian Gas Company Limited

(A Subsidiary of Nigerian National Petroleum Corporation)

Invitation for Expression of Interest For Upgrade Of Ewekoro Metering Station, Ewekoro, Ogun State

The Nigerian Gas Company Limited (NGC), a subsidiary of Nigerian National Petroleum Corporation (NNPC) intends to undertake urgent Upgrade of the Ewekoro Metering Station, Ewekoro, Ogun State.

In this regard, NGC hereby invites experienced, capable and reputable contractors to pre-qualify for the Engineering, Procurement and Construction (EPC) works. Contractors that are successful in the pre-qualification exercise may be invited to tender for the EPC.

1.0       Proposed Scope of Works

The scope of works for the upgrade of the Ewekoro Gas Metering Station Includes but not limited to the following:

i)          Engineering, detailed design and procurement of a 50mmscfd Pressure Reduction and Metering Station (PRMS) with the Mowing components: Inlet section, Filtering section, Heating section, Pressure Reduction section, Metering section and Outlet section.

ii)         Shipment of the entire package to Lagos Port, Nigeria.

iii)        Custom’s clearing, Port duties and handling charges.

iv)        Warehousing of the PRMS, if necessary

v)         Transportation of the PRMS to site

vi)        Site preparation and civil work

vii)       Construction of a temporary bye-pass line

viii)      Decommissioning of the existing system and transportation to NGC-LOD Warehouse for storage

ix)        Installation, Testing and Commissioning of the new metering station facilities including boiler and heat exchanger packages, ESD valves, regulators, gas chromatographs, flow computers/panels and ups etc

x)         Decommissioning of the temporary bye-pass

xi)        Any other work required even if such is not state in this scope of work

xii)       Site clean up and Demobilization

2.0       Specified Requirements from Interested Companies

Thos interested in the prequalification process are required to submit comprehensive

technical and financial information as follows:

2.1       Company Legal Status and Profile

Company’s name, postal address, telephone/fax number and e-mail address of Head office where correspondence is to be directed. It should incorporate Nigerian shareholding and evidence of company registration in Nigeria including Certificate of Incorporation, certified true copies of memorandum and Articles of Association and CAC form C07.

2.2       Registration Certificates

Evidence of Company incorporation, current registration with the  Department of

petroleum Resources (DPR), and registration with NNPC or any of its subsidiaries.

2.3       Local Content

Has contractor formed a joint venture with Nigerian or foreign contracting firms?  If

so, give details and identify principal  partner(s) and provide a copy of executed

agreement.

2.4       Relevant Experience

Provide verifiable evidence of previous corporate experience and capabilities in

carrying out similar works undertaken by contractor, which are considered  relevant

in demonstrating the ability and capability of the  contractor to successfully

undertaken the project.

This information must include:

i)          Name of project(s)

ii)         brief description of project(s)

iii)        Client(s)

iv)        Scope of works performed by the  contractor

v)         Contract value

vi)        Date of award of contract(s)

vii)       Contractual period of execution of contract(s)

viii)      Actual period of execution

ix)        Reasons for discrepancies between contractual and actual contract execution period

x)         Nature of contract (fixed  lump sum, reimbursable etc)

xi)        Name and address of a  Ref

Execution of Goods at Mobil Producing Nigeria Unlimited

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

Invitation for prequalification for Engineering, Procurement, and Construction (EPC) for the NNPC/MPN Joint Venture Power Project (“JVPP”) Transmission Line from Qua Iboe Terminal, Ibeno (located on the coast 20 km south of  Eket) to Ikot Abasi, Akwa Ibom State, Nigeria

The NNPC/MPN Joint Venture intends to build an approximate 58 km double circuit 330kV transmission line from the to-be-constructed JVPP power plant to be located in proximity to the existing MPN Qua Iboe Terminal (QIT), Ibeno (located on the coast 20 km south of Eket), to Ikot Abasi in Akwa Ibom State. This transmission line is to evacuate electrical power from the JVPP power plant to the Nigerian national power grid at Ikot Abasi.

Mobil Producing Nigeria Unlimited (MPN), on behalf of the NNPC / MPN Joint Venture (JV), invites those reputable engineering, procurement and construction (EPC) companies that have: a) the requisite experience and skills, and b) the interest in providing lump sum EPC services for the JVPP Transmission Line, to submit written requests for pre-qualification package from the NNPC / MPN JV Joint Venture.

1.0       JVPP Transmission Line (TLine) Work Scope

The JVPP Transmission Line work scope; without limitation; will consist of the following.

a)         Detailed engineering, design, procurement, installation and placing into commercial operation of a double circuit 330kV transmission

b)         Management of all related works and issues, notably the establishment of beneficial relations with the local host communities.

c)         PHCN high voltage transmission line design specifications (along with

other specs as needed) shall be used in the engineering, detailed design, construction, commissioning and placing into commercial operation of the JVPP transmission line. The transmission line’s route, initial topographic survey  and  geotechnical   investigation,   proposed  tower  locations, environmental   impact  assessment  (EIA)  and  right-of-way  (ROW) acquisition will be handled by others; such information shall be provided in the TLine EPC Invitation To Tender (ITT) package. EPC contractor shall be required to use such information for prep of lump sum bid for the transmission line work. The selected EPC Contractor may then perform additional topographic survey and geotechnical investigation work, as needed, subsequent to contract award for purposes of validating the previously   provided   topographic   and   Geotechnical    information.

2.0       Qualifications

Only qualified EPC companies that have recent, relevant and demonstrated experience in successfully managing and executing lump sum High Voltage (HV) transmission line (275 kV or larger) EPC projects of 50 km (or more) in length have successfully met the NNPC / MPN JV prequalification requirements, will be considered to competitively tender for the scope of work described above.

Those EPC companies that meet all of the following requirements are encouraged to submit written requests for a pre-qualification package from MPN:

  • Have at least 10 years experience as the EPC of HV transmission lines.
  • Demonstrate specific and recent HV transmission line EPC work in Nigeria;
  • Have exemplary work safety performance;
  • Have financial strength and stability;
  • Demonstrate commitment to optimizing Nigerian content;

3.0       Eligibility to receive a Pre-qualification Questionnaire

In order to be eligible to receive the Prequalification Questionnaire, interested companies must submit proof of successful completion of having completed in-country Nigeria, or Africa, or worldwide, the EPC of at least two (2) separate high voltage  (i.e, 275KV or greater) transmission lines of greater than 50 km in length in the last 10 years.

A request for a Pre-qualification Questionnaire that is accompanied by the requisite successful completion data noted above should be sent via facsimile or e-mail and clearly marked:

“Confidential – Request for EPC Prequalification Questionnaire for the JVPP Transmission Line (TLine)” and addressed to:

Upstream Project Procurement Manager

Mobil Producing Nigeria Unlimited

Victoria Island

PMB 12054

Lagos

Nigeria

Email: ngeria.BidAdministrator@exxonmobil.com

The request must also provide the following information:

a)         Transmittal letter, providing an expression of interest

b)         Company name with mailing address

c)         Physical address

d)         Contact person

e)         Phone number, Facsimile number and e-mail address

4.0       Nigerian Content

Nigerian Content (NC) in the upstream sector of the Nigerian oil and gas industry is

defined as:

“the quantum of composite value added to or created in the Nigerian oil and gas industry is define as:

systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.

The Federal Government of Nigeria (FGN) in line with its vision for Nigeria Content (NC)development has enacted the Nigerian Oil and Gas industry content Development Act 2010 (NOGICD Act)

NNPC/MPN JVPP requires her Contractors to comply with the Act, and it’s attached schedule A and any applicable regulation developed by the Nigerian content Development Monitoring Board.

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution. (Section 2)

In view of the above, companies expressing interest must meet the following requirements:

a)         Ownership of adequate committed infrastructure for performing the work, i.e. Facilities and equipment for carrying out engineering, design, fabrication and procurement works relating to the project in Nigeria.

b)         Maintain a stable management organization, i.e. Project ManagementTeam and procurement Centre in Nigeria.

c).        Willingness to utilize and develop in-country capacities and capabilities i.e. Nigerian personnel, indigenous businesses and locally manufactured goods and services in line with the NOGICD Act 2010.

Request For The Pre-Qualification Questionnaire Must Be Received By The Manager, Procurement Services, Mobil Producing Nigeria Unlimited, Via E-Mail No Later Than 14th October 2010.

This pre-qualification request is not an invitation to tender. MPN is neither committed nor obligated to undertake the work described or to issue any call for tender or to include any respondent to this invitation or other company on any tender list or lists, or to award any form(s) of contract. The invitation to tender and full tendering information will be sent only to qualified companies that have been pre-qualified. MPN will not make any form of payment whatsoever for submissions presented in response to this notice.

Mobil House,

Lekki Expressways, Victoria Island,

P.M.B 12054,

Lagos.