Execution of Projects and/or Supply of Materials and Equipment at Ikeja Electricity Distribution Company

Ikeja Electricity Distribution Company

Addendum – Invitation to Tender

1.0     Introduction

Further to enhanced Appropriation and our earlier publication in the Guardian and Punch Newspaper of Thursday, January 21, 2010 and Federal Tenders Journal on the above subject matter, the Management of PHCN Ikeja Electricity Distribution Company hereby inform the general public, Manufacturers, Contractors and Suppliers that the following under listed projects are in addition to the ones advertised earlier under the 2010 FGN Capital Projects.

Interested, qualified, capable and reputable Manufacturers, Contractors and Suppliers are hereby invited to submit Tender Documents for the execution of projects and/or supply of materials and equipment as listed below:

2.0     Scope

Lot No DESCRIPTION

12 Supply of Rapid Rupturing HT Fuses
13,14, 15 & 31 Installation of Distribution Transformers
16 Provision and installation of dedicated transformer at: Apara Street, Old Coker Rd, Ejigbo – Lagos
17 Provision and Installation of dedicated transformer at Akala Babaniji Street, Ajao Estate, Lagos.
18 Provision and Installation of dedicated transformer at Ago Are Community/Popoola Street, Apena
19 Provision and installation of dedicated at Lamina Lawal Street, Isolo
20 Provision and Installation of dedicated transformer behind Okota Police Station
21 Provision and installation of dedicated transformer at Agbabiaka area, Ejigbo, Lagos
22 Provision and Installation of transformer at: Alaja Abass Street, Ogudu, Lagos.
23 Provision and Installation of transformer at Olatunji Strei Ojota, Lagos
24 Provision and Installation of transformer at Biola Street, Biola Junction Agboyi, ketu ward b.
25 Provision and Installation of transformer at Adebowale Olabisi Street Maryland, Lagos
26 Provision and Installation of transformer at Emmanuel  Street, off Ajibola Crescent
27 Provision and Installation of transformer at Aladelola Street, Ikosi, Ketus Lagos
28 Provision and Installation of transformer at Aina Eleko, Agiliti, Ikosi, Ketu, Lagos
29 Provision and Installation of transformer at Olorunlobo         Street, Anthony, Maryland, Lagos.
30(i) Construction of 33/1 1KV Transformer Injection Substation
(ii) Supply of 11KV 7-PaneJ Board
(iii) Transformer Control Panels
(iv) Supply of 15MVA, 33/1 1KV Power Transformers
31 (i) Supply of Distribution Transformers
(ii) Supply of 10.06m & 8.53m Reinforced Concrete Poles
(iii) Supply of Distribution S/S Materials
32 Comprehensive study & Implementation of Geographical Information System (GIS)
33 (i) Supply of Single Phase Electronic Meters
(ii) Supply Three phase Electronic Meters
34 (i) Supply of CT Operated MD Meters
(ii) Supply of Automatic Meter Reading Device (AMR)

3.0     Requirements of Tenderers

  • Copy of the Certificate of Incorporation of the Company
  • Current Company Tax Clearance for the last Three (3) Years
  • VAT Registration Certificate and evidence of VAT remittances
  • Evidence of compliance with Pension Act 2004
  • Evidence of Financial capability from a reputable Bank
  • Evidence of having successfully carried out similar works/supply in the last five years.
  • Companies in construction should have CORFN registered engineer as the Managing Director
  • Manufacturers must show evidence of SON or ISO certification
  • Company profile including details of key professional staff, relevant manufacturing capability where necessary and copy of Company Brochure.
  • Any other information or document(s) that will place the Company on a comparative advantage over others

4.0     Method of Application

Tender Documents are available for collection upon payment of Non-Refundable fee of N25, 000.00, N50, 000.00 or N100, 000.00 as applicable per Project from the office of:

Principal Manager (Procurement)

Ikeja Electricity Distribution Company,

5th Floor, Alausa, Ikeja, Lagos, Nigeria.

5.0     Submission of Document

Interested Applicants should submit their spirally bounded Documents in line with the requirement stated above in sealed envelopes marked “Tender” indicating the description of project on the left hand corner of the envelope(s). Name, telephone number & mailing address of the Tender Company shall be clearly stated at the back of the envelope(s). Application should be per lot and documents for different projects must be in separate envelopes, clearly and boldly labeled to be sent to the following address on or before 12.00, on Wednesday, 22nd September 2010.

The Chief Executive Officer,

Ikeja Electricity Distribution Company,

Alausa, Ikeja, Lagos.

Two sets (Original & Copy) plus Soft copy are to be submitted. All information shall be provided in English Language

This Advertisement shall not be construed as a commitment on the part of Ikeja Electricity Distribution Company’s Management nor shall it entitle responding Contractors to seek any indemnity from Ikeja Electricity Distribution Company by virtue of such Contractors having responded to this advertisement.

Signed:

Management

Ikeja Electricity Distribution Company

Execution of Projects at Federal Inland Revenue Service (FIRS)

Firs

Revenue House 15 Sokode Crescent

Wuse Zone 5 Abuja

Public Notice

Invitation to Tender For

Information Communication Technology

(ICT) Projects

Introduction

The Federal Inland Revenue Service (FIRS) invites prospective vendors to tender for the following Information Communication Technology projects in the Federal Inland Revenue Service.

Lot A           Fibre Connectivity for FIRS offices

Lot B           Building of Disaster Recovery Site

Lot C           Internet Access Expansion at Revenue House

Lot D           Outsourced Contact Centre Service

Lot E          Automation of FIRS Library Development of a virtual Library and implementation of e-Learning Portal for FIRS

2.       Eligibility to Participate

Interested reputable service providers must have the necessary competences and possess the following as well as meet the specific requirements for each project as specified in the tender documents;-

  1. Certificate of the Company’s Registration/incorporation verifiable from Corporate Affairs Commission
  2. Company’s Current Tax Clearance Certificate issued by the proper authority and reflecting the true turnover of the company in the tax periods specified on the certificate
  3. VAT Registration Certificate;
  4. Company profile reflecting executive capacity;
  5. Evidence from the company’s bankers regarding the extent of the company’s financial capacity to fund contracts
  • In addition prospective service providers shall be required to demonstrate that they are financially capable to provide any service which they may be offered, following this general qualification,
  1. A sworn affidavit that the company is not in receivership or about to be in Receivership.
  2. A sworn affidavit of disclosure clearly stating if any officer or related person of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement (BPP) is a former or present Directory/Chairman of the Company and that the company does not have and Director/Chairman who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.
  3. Verifiable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract(s), contract agreement and completion certificates or interim Payment Certificates where such Service(s) is (are) still in progress.
  4. A sworn affidavit that the company is not a replacement for a hitherto Tax-defaulting company.
  5. Evidence of having fulfilled all obligations with regards to pensions and Social contributions as provided in the Pensions Act 2004.

3.       Not Eligible

All Contractors who have not met past or current contractual obligations to FIRS

4.       Tender Fees:

Interested firms are required to collect detailed Request for Proposals (RFP) for each project from Room 123 Revenue House Federal Inland Revenue Services, 15 Sokode Crescent Wuse Zone 5, Abuja, subject to the presentation of evidence of the presentation of evidence of payment of N30, 000.00 (Thirty thousand Naira only) non-refundable tender fee, for each project, to the FIRS Central Pay Office (CPO), Revenue House, Abuja.

5.       Submission of Tenders

All tender must be sealed, clearly marked as indicated in the RFP, registered, addressed and submitted to the address below:

The Head of Procurement Department Corporate Development Group Federal Inland Revenue Service

Revenue House (Room 123) 15 Sokode Crescent, Off Michael Okpara Street Wuse, Zone 5, Abuja.

Submission of bids closes at 12.00 noon, on 30 September 2010.

Bids will be opened on 30 September 2010 at 2.00pm in the presence of representatives of bidders and members of the general public who choose to attend, at the Conference Room Revenue House 15, Sokode Crescent, Off Michael Okpara Street Wuse, Zones 5, Abuja.

6.       Notes

  1. The FIRS reserves the right to verify the claims made by any contractor.
  1. Presentation of falsified information such as turnover figures on Tax Clearance Certificate etc will lead to automatic disqualification.
  1. Tendering false documents is an offence and may lead to prosecution aside from disqualification

7.       Enquiries:

For all enquiries:

Please call 080-74983355

Signed:

Peter B Hena

Head, Procurement Department

For Executive Chairman, FIRS

www.firs.gov.ng

Execution of Projects at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Request for Proposals

(Technical and Financial)

Introduction

The Federal Ministry of Environment Headquarters Mabushi, Abuja is propagating the adoption of Renewable Energy. The Ministry is to develop and implement strategies that will achieve a clean and reliable energy supply and also establish mechanism to develop the sector based on international best practices. It intends to implement a number of projects aimed at climate-proofing Nigeria against the consequences of Climate Change as well seize the opportunities therein.

The Ministry is, therefore, inviting interested and suitably qualified Contractors, Consultants and other Service Providers to submit bids/tenders for the under-listed projects:

1. LOT “1”: Post-COPENHAGEN 15 Programme, especially meetings leading up to COP 16 in Mexico 2010.

Scope of Work:

  • Planning meetings
  • Identification of relevant stakeholders
  • Development and Production of 1st draft Policy and Guidelines on Renewable Energy
  • Organization of relevant in-house/stakeholders review meetings
  • Organization of National Review/adoption workshops
  • Forwarding of document to Ministry of Justice
  • Organization of National Awareness Workshops for Policymakers
  • Production of National Policy and Guidelines on Renewable Energy
  • Public display of National documents

2.  LOT “2”:        Renewable Energy sources inventory for the entire country (1st phase – BIOFUEL)

Planning meetings

Project Inception/Sensitization Workshop

Identification of Laptops/Accessories for data processing/inventory staff

Capacity Building/Technology transfer/Training (International) of FMENV Project office staff

Training of Inventory personnel for six geopolitical zones & Abuja

Inventory in six geopolitical zones & Abuja

Compilation of Result

Establishment of a databank

Production of Report

Stakeholders workshops for the review/adoption of inventory Report

Public Awareness Raising on Renewable Energy sources in Nigeria Display of Inventory Report.

3.       LOT “3” Capacity Building and Technology Transfer.

  • Develop appropriate Training Structures
  • Identify and compile relevant international Training/Capacity Building Programs for staff and keys officials of the Ministry
  • Organize three technology transfer (international) visits for Project Office staff and key Ministry officials.
  • Organize two International Capacity Building Programmes for Project Office staff and key Ministry Officials.
  • Establish capacity Building Partnership between international Players and the Ministry
  • Organize five different local training/capacity building course (Lagos, Ibadan & Kaduna) for Project Office staff and key Ministry Officials

LOT “4”: Public Awareness and Promotion Programs.

  • Organization of planning meetings
  • Conduct analysis and adopt relevant effective communication and media approaches
  • Development of effective public awareness programmes
  • Identification of relevant stakeholders
  • Organization of Project Inception Workshop
  • Organization of 4 Stakeholders Sensitization workshops (Lagos, Abuja, Calabar & Adamawa)
  • Radio Jingles, Television Adverts, billboard adverts
  • Development and Production of effective Posters and souvenir for distribution
  • Organization of Workshop to sensitize School children
  • Organization of Workshop to sensitize Research institutions/Universities
  • Organization of Workshop to sensitize Local Government Chairman and Councilors
  • Organization of a High Power Forum (Diplomatic Corps, Representatives of Senate and House, State Commissioners etc) on Renewable Energy.
  • Promotion of the Local and Global benefit of Renewable Energy
  • Establishment of Partnership between the Ministry and Private sectors on awareness creation for the programme.

Eligibility: This Tender Process is open to Consulting Firms duly registered who possess the under listed requirements the competence to undertake the assignment. Failure to submit any of the under listed documents may lead to disqualification

Certificate of Registration with Corporate Affairs Commission (Limited liability only)

  • Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
  • Company’s current Tax Clearance certificate for the last three (3) years (State Tax Identification Number – TIN)
  • Verifiable evidence of previous experience in the jobs of this magnitude/nature. (Attach letter of Award and Certificate of Completion)
  • List of Equipment Owned
  • Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, If awarded
  • Name/e-mail Address and phone number of contact person
  • Company Audited Account for the last 3 Years
  • Any other information that would be of advantage to the company.
  • A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.
  • Evidence of VAT Registration and Remittance.

Guidelines for Submission: Bid documents (technical and financial) are obtainable only from Secretariat of MTB Federal Ministry of Environment, Room 6301, Mabushi. Abuja; upon the payment of a non-refundable fee of Ten Thousands Naira (N10,000.00) for each of the Lot.

Completed Financial and Technical Proposals are to be submitted in two separate envelope marked ‘Financial Proposals’ and ‘Technical Proposal’ respectively. Each of the Envelopes are to contain one original and both envelopes enclosed in a larger envelope marked CONFIDENTIAL at to right corner and the title of the assignment clearly written at the right corner. The reverse side of the envelope should bear the name of the Consultancy Firm.

The Proposal must be addressed to the:

The Secretary,

Ministerial Tenders Board

Federal Ministry of Environment

Room B301 (3rd Floor) Mabushi, Abuja

The deadline for submission at the above address is 12.00 noon on Monday, 20th September 2010 while the Bid Opening will commence at 2.00p.m on the same day at the Ministry’s Conference Room, Mabushi, Abuja

Additional Information:

  1. Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent
  2. The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential firms to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  3. Only the Technical Proposals will be opened on the date mentioned in this publication.
  4. The Federal Ministry of Environment will only consider the financial proposal of firms that attain the pass mark for technical proposal evaluation on a date that would be communicated to these Firms.
  5. A firm will be selected in accordance with the Procurement Policy of the Federal Government using the Quality Cost Based Selection (QCBS) method.

(Signed)

Permanent Secretary

Procurement of Various Goods at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Request for Proposals

(Technical and Financial)

Introduction:

The Federal Ministry of Environment Headquarters Mabushi, Abuja intend to appoint a Consulting Firm to develop “Environmental Guidelines and Standards for Bitumen Exploration and Exploitation in Nigeria”

Scope of Assignment:

The scope of assignment involves the development and production of environment guidelines and standards for bitumen exploration in Nigeria.

Eligibility:

This Tender Process is open to Consulting Firms duly registered who possess the under listed requirements and the competence to undertake the assignment Failure to submit any of the under listed documents may lead to disqualification.

  1. Certificate of Registration with Corporate Affairs Commission (Limited liability only)
  2. Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
  3. Company’s current Tax Clearance certificate for the last three (3) years, (State Tax Identification Number-TIN)
  4. Verifiable evidence of previous experience in the jobs of this magnitude/nature, (Attach letter of Award and Certificate of Completion)
  5. List of Equipment Owned.
  6. Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.
  7. Name/e-mail Address and phone number of contact person.
  8. Company Audited Account for the fast 3 Years.
  9. Any other information that would be of advantage to the company.
  10. A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies
  11. Evidence of VAT Registration and Remittance.

Guidelines for Submission: Bid documents (technical and financial) are obtainable only from Secretariat of MTB Federal Ministry of Environment, Room B301, Mabushi, Abuja; upon the payment of a non-refundable fee of Ten Thousands Naira (N10,000.00) for each of the Lot.

Completed Financial and Technical Proposals are to be submitted in two separate envelopes marked ‘Financial Propose’ ‘Technical Proposals’ respectively. Each of the Envelopes are to contain one original and two duplicate copies of the proposal respectively, and both envelopes enclosed in a larger envelope marked CONFIDENTIAL’ at the Top left corner and the title of the assignment clearly written at the right corner. The reverse side of the envelope should bear the name of the Consultancy firm.

The secretary,

Ministerial Tenders Board

Federal Ministry of Environment,

Room B301, Mabushi, Abuja

The deadline for submission at the above address is 12.00 noon on Monday, 20th September 2010 while the Bids Opening (technical) will commence at 2.00p.m on the same day at the Ministry’s Conference Room, Mabushi, Abuja

Additional Information:

  • Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  • The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential firms to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  • Only the Technical Proposals will be opened on the date mentioned in this publication.
  • The Federal Ministry of Environment will only consider the financial proposal of firms that attain the pass mark for technical proposal evaluation on a date that would be communicated to these Firms.
  • A firm will be selected in accordance with the Procurement Policy of the Federal Government using the Quality Cost Based Selection (QCBS) method

(Signed)

Permanent Secretary.

Purcahase of Variou Goods at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Ministerial Tenders Board

Request for Proposals

(Technical and Financial)

Introduction: The Federal Ministry of Environment Headquarters Mabushi, Abuja intends to appoint a Consulting Firm to establish Integrated Plasma Gasification Combined Cycle Waste Plant in order to enhance Public Private Partnership in waste management and reutilization of municipal waste the ministry seeks to undertake the implementation of this project using donor resources.

Scope of Work:

  • Facilitation of Partnership with Donors to partner and financed the project
  • Undertake Site Selection and Identification for the project
  • Develop Feasibility Study/Business Plan for the project.
  • Development of the Fiscal and Legal Instrument for the project.

Eligibility: This Tender Process is open to Consulting Firms duly registered who possess the under listed requirements and the competence to undertake the assignment Failure to submit any of the under listed documents may lead to disqualification,

  • Certificate of Registration with Corporate Affaire; Commission (Organisation)
  • Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
  • Company’s current Tax Clearance certificate for the last three (3) years.(State Tax Identification Number-TIN)
  • Verifiable evidence of previous experience in the jobs of this magnitude/nature. (Attach letter of Award and Certificate of Completion)
  • List of Equipment Owned,
  • Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.
  • Name/e-mail Address and phone number of contact person.
  • Company Audited Account for the last 3 Years,
  • Any other information that would be of advantage to the company,
  • A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies
  • Evidence of VAT Registration and Remittance,
  • Evidence of capacity to raise funding for integrated plasma gasification combined cycle plant;
  • Partnership Broker Accreditation Certificate and evidence of knowledge of fundraising at international level;

Guidelines for Submission: Bid documents (technical and financial) are obtainable only from Secretariat of MTB Federal Ministry of Environment, Room B301, Mabushi, Abuja; upon the payment of a non-refundable fee of N10,000.00 in Bank Draft.

Completed Financial and Technical Proposals are to be submitted in two separate envelopes marked ‘Financial Propose’ and ‘Technical Proposals’ respectively. Each of the Envelopes are to contain one original and two duplicate copies of the proposal respectively, and both envelopes enclosed in a larger envelope marked CONFIDENTIAL’ at the Top left corner and the title of the assignment clearly written at the right corner. The reverse side of the envelope should bear the name of the Consultancy firm.

The proposal must be addressed to the:

The secretary,

Ministerial Tenders Board

Federal Ministry of Environment,

Room B301, (3rd Floor) Mabushi, Abuja.

The deadline for submission at the above address is 12.00 noon on Monday, 20th September 2010 while the Bids Opening (technical) will commence at 2.00p.m on the same day at the Ministry’s Conference Room, Mabushi, Abuja

Additional Information:

  • Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  • The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential firms to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  • Only the Technical Proposals will be opened on the date mentioned in this publication.
  • The Federal Ministry of Environment will only consider the financial proposal of firms that attain the pass mark for technical proposal evaluation on a date that would be communicated to these Firms.
  • A firm will be selected in accordance with the Procurement Policy of the Federal Government using the Quality Cost Based Selection (QCBS) method

(Signed)

Permanent Secretary.