Maintenance and Evaluation of Projects at Energy Commission of Nigeria (ECN)

Energy Commission of Nigeria (ECN)

Pre-Qualification for Maintenance of ECN’s 2008 and 2009 Capital Projects on Solar Street Lights and Solar Water Pumping Systems, Evaluation of 2010 Capital Projects and Training

  1. Introduction

In the implementation of 2008 and 2009 capital budget of the Energy Commission of Nigeria, solar street lights and solar water pumping systems were installed for communities in various parts of the country, as a means of promoting the use of renewable energy for community development in Nigeria.

Though the systems require very little maintenance, they must, however, be carried out, if the service provided by them is to be sustained. It is for this reason that interested and competent contractors are required for the maintenance of the installations done in 2008 and 2009. In addition, the contractors would be required to evaluate the 2010 capital projects and to train the beneficiary communities on the maintenance of the solar energy projects in their localities.

  1. Requirements for Pre-qualification
  • Registration with Corporate affairs
  • Three years Tax Clearance and Value Added Tax (VAT) Certificate
  • Company Profile with list of Technical/Managerial Staff with evidence of previous work experience, detailed clients, nature of work/contract sum, etc.
  • Evidence of Financial Capability
  • Full Office Address and GSM number(s)
  • Evidence of registration with the Energy Commission of Nigeria
  • Registration with Council for the Regulation of Engineering in Nigeria (COREN)

  1. Submission of Pre-qualification Application

All applications for prequalification must be submitted on or before 23rd August, 2010 by 4:00 pm and marked “Maintenance and Evaluationon the right hand side of the envelope.

  1. All Submissions and Enquiries to be directed to:

Director General/CEO

Energy Commission of Nigeria

Plot 701C, Central Area,

Abuja.

Construction, Procurement and Installation of the Briquette Plant Cooperators at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction:

The Federal Ministry of Environment as part of the Implementation of its 2010 Budget intends to carry out Establishment of Plastic Waste Recycling Plant Potiskum, Yobe State and Enugu State.

The Federal Ministry of Environment is therefore inviting interested contractors to submit bids/tenders for any of the following jobs.

Project:

LOTA:        Establishment of Plastic Waste Recycling Plant at Potiskum, Yobe State.

LOTA:        Establishment of Plastic Waste Recycling Plant at Enugu State

Scope of Work:

  • Feasibility Studies/EIA
  • Awareness Creation
  • Site acquisition and Preparation
  • Construction of Gate House, Equipment Building Admin. Office, Fencing etc.
  • Procurement and Installation of the Briquette Plant Cooperators

Tender Requirements:

Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the under listed documents may result in the disqualification of the contractor.

  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 job 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 last 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

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 companies 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. The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

Non-Refundable Tender Fee

Complete set of bidding documents are to be collected from the Secretarial of MTB Federal Ministry of Environment Room B301, Mabushi on the payment of a non-refundable fee of N10, 000.00 for each of the Lots.

Submission Deadline:

Completed Financial and Technical Tenders are to be submitted in two separate Envelopes Marked Financial Bids or Technical bids respectively. Each of the Envelopes is to contain one original and two duplicate copies of the Tenders respectively, and both Envelopes Enclosed in a larger Envelope Marked CONFIDENTIAL on the Top left corner and written tender for (Specify LOT) as the centre. The Tender Addressed to the

The Secretary,

Ministerial Tenders Board

Federal Ministry of Environment

Room B301 (3rd Floor) Mabushi, Abuja,

To reach him on or before 12:00 noon on Thursday 12th August 2010. While the Bids will be opened by 2.00pm, on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

Note: Only the Technical bids will be opened on date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these companies.

Signed:

Permanent Secretary

Construction of Gate House, Equipment Building Admin at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction:

The Federal Ministry of Environment as part of the Implementation of its 2010 Budget intends to carry out Establishment of Scrap Metal  Recycling Plant Igboile, Oyo state; Emuoha, River State.

The Federal Ministry of Environment is therefore inviting interested contractors to submit tenders for the above project

Project:

LOT A:       Establishment of Scrap Metal Recycling plant Igboile, Oyo

LOT B:       Establishment of Scrap Metal Recycling plant at Emuoha, Rivers State

Scope of Work:

  • Feasibility Studies/EIA
  • Awareness Creation
  • Site acquisition and Preparation
  • Construction of Gate House, Equipment Building Admin. Office, Fencing etc.

Tender Requirements:

Interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the underlisted documents may result in the disqualification of the contractor.

  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 job 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 last 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

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 companies 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. The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

Non-Refundable Tender Fee

Complete set of bidding documents are to be collected from the Secretarial of MTB Federal Ministry of Environment Room B301, Mabushi on the payment of a non-refundable fee of N70, 000.00 for each of the Lots.

Submission Deadline: Completed Financial and Technical Tenders are to be submitted in two separate Envelopes Marked Financial Bids or Technical bids respectively. Each of the Envelopes is to contain one original and two duplicate copies of the Tenders respectively, and both Envelopes Endosed in a larger Envelope Marked CONFIDENTIAL on the Top left corner and written tender for (Specify LOT) as the centre. The tender Addressed to the

The Secretary,

Ministerial Tenders Board

Federal Ministry of Environment

Room B301 (3rd Floor) Mabushi, Abuja,

To reach him on or before 12:00 noon on Monday 10th August 2010. While the Bids will be opened by 2.00pm, on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

NOTE: Only the Technical bids will be opened on date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these companies.

Signed:

Permanent Secretary

Construction, Supply of Goods and Services at Federal Ministry of Finance

Federal Ministry of Finance

Office of the Accountant-General of the Federation

Treasury House Garki II, Abuja

Invitation to Tender

  1. Preamble:

The Office of the Accountant-General of the Federation hereby invites qualified, reputable and competent firms to tender for the under listed works:

Description of Works:

LOT (1)           Construction of new FPO at Lafia, Nasarawa state.

LOT (2)           Rehabilitation of FPO Port Harcourt, River state.

LOT (3)           Rehabilitation of FPO Owerri, Imo state.

LOT (4)           Rehabilitation of FPO Kaduna, Kaduna state.

LOT (5)           Rehabilitation of FPO Damaturu, Yobe state.

LOT (6)           Rehabilitation of FPO Bauchi, Bauchi state.

LOT (7)           Rehabilitation of FPO Sokoto.

LOT (8)           Rehabilitation of FPO Enugu.

LOT (9)           Supply of Furniture for the new Federal Pay Office, Yola.

LOT (10)         Supply of Furniture for the new Federal Pay Office Jalingo.

LOT (11)         Supply of Furniture for the new Federal Pay Of f ice, Awka.

LOT (12)         Fencing of new site for FPO at Lafia, Nasarawa State.

LOT (13)         Landscaping (External Works) at the new FTO Ado Ekiti.

LOT (14)         Furnishing of Students’ Hostel Block 2 at the Federal Treasury Academy, Orozo.

LOT (15)         Landscaping (External Works) at the new FPO at Birnin Kebbi.

LOT (16)         Supply of Furniture to the new Administrative Office Building at the Federal Treasury Academy Orozo.

LOT (17)         Supply of Desktop and Laptop Computers to the Treasury House.

LOT (18)         Procurement of Internet, Mailing Service and Collaborative Suit for the OAGF.

LOT (19)        Supply and installation of LAN and Active Devices at the Federal Pay Off ices.

LOT (20)         Second phase Landscaping (External Works) of part the Federal Treasury Academy, Orozo

Tender Requirements

Qualified and interested bidders are required to submit the following documents/evidences of:

  1. Registration with corporate affairs commission;
  2. Professional and technical qualifications;
  3. Equipment and other relevant infrastructure for executing of the works including adequate personnel;
  4. Financial capability such as Bank guarantee;
  5. Evidence of last three years payment of taxes; and
  6. Evidence of payment into RSA of employees’ Pension Account and soda security contributions.
  1. Note That:

Interested Bidders should note that:

  1. Bidders should not bid for more than one Lot;
  2. The Office of the Accountant-General of the Federation reserves the right to verify the authenticity of claims made by Bidders in the tender document submitted; and
  3. The Office of the Accountant-General of the Federation is not under any obligation to accept the lowest bid.

Collection of Tender Document

Interested bidders are to collect the tender documents from the office of the AD (Procurement) on the 1st Floor, Treasury House, Room IB 11, with effect from 12th July 2010 till closing date, between the Hours of 10.00 am to 4.00pm daily.

Submission of Tender Documents

The Financial and Technical tender documents should be enclosed in sealed envelopes marked with the Lot numbers for either Financial Bid on the top right corner of the envelopes and dropped in the separate tender boxes marked Financial or Technical Bid on or before 12 noon 23rd July 2010. At the blow location:

The Secretary MTB,

Office of the Accountant-General of the Federation,

First Floor, Wing A Room 1A 07,

Treasury House,

Garki II, Abuja.

Opening of the Tender Documents

  • Bidders should note that all Bid documents received shall be opened in the Office of the Accountant-General of the Federation’s Conference Room on the 2nd floor at 3.00 pm on 23rd July 2010.
  • Bidders are by this notice also invited to attend the Bid opening session on the slated date and time; and
  • Nothing in this advertisement shall be construed to be commitment on the part of the Office of Accountant-General of the Federation.

Signed:

Director (PR&IT)

For: Accountant-General of the Federation.

Shortlist Consultants for Asset Management and Other Professional Services at Economic and Financial Crimes Commission (EFCC)

Economic and Fnancial Crimes Commission

No. 5 Fomella Street

Off Ademola Adetokunbo Cresecent,

Wuse II, Abuja

Expression of interest to shortlist Consultants for asset management and

Other professional services

Background:

  • The Economic and Financial Crimes Commission Intends to engage the services of professional and reputable Estate Valuers /Surveyors. Hotel Managers. Telecommunication Managers and Automobile Managers/agents as consultants

Below are the descriptions of Intended services

Project Description

Lot1:      Property and Asset Valuation

Lot2:      Property arid facility Management

Lot3:      Hotel Management

Lot4:      Radio Station Management

Lot5:      Telecommunication Company Management

Lot 6:     Automobile Company Management

Prequalification Requirements

Intending consultancy firms must submit all the under listed verifiable documents to the Procurement Unit, EFCC

  1. All interested firms should provide evidence of registration and licensing by:
  2. The Nigerian Institute of Estate Surveyors and Valuers (NIESV) (For Lots 1 &2)
  3. The Estate Surveyors and Valuers Registration Board of Nigeria (ESVARBON) (For tots 1& 2)
  4. The Nigerian Tourism Development Corporation (NTDC) (For Lot 3)
  5. The Nigeria Communications Commission (NCC) (For Lots 4&5)
  6. Nigerian Automotive Council (For Lot 6)
  1. Only firms that have proven capability, relevant experience and good track record will be considered for prequalification to tender
  2. Evidence of incorporation with Corporate Affairs Commission (CAC)
  3. Company tax clearance certificate for the past three years
  4. Audited annual financial report of the firm for the last three (3) years
  5. VAT registration and evidence of past VAT remittance
  6. Evidence of Annual Turnover of at least N4 Billion (For Lots 1 & 2)
  7. List of key technical personnel including photocopies of their qualification (For Lot 1 & 2)
  8. Verifiable list of previous works successfully completed with names of clients, evidence of award and completion certificate attached for the past three (3) years
  9. Evidence of compliance with the Pension Reform Act 2004
  10. A sworn affidavit certifying that all documents for the pre-qualification are genuine, current and correct
  11. Evidence of participation in similar projects of value not less than N4 Billion
  12. A sworn affidavit that none of the partners has been convicted in any country for any criminal offence including fraud or financial impropriety
  13. Letter authorizing EFCC to verify all the above submissions

The technical submission should be sealed in an envelope marked “Expression of Interest for Asset Management Consultants” Indicating Which Lot the Application is for at the top left hand comer and addressed to:

The Chairman Ministerial Tenders Board

Economic and financial crimes commission

No. 5 Fomella Street

Off Ademolaa Adetokunbo Crescent,

Wuse II Abuja.

To reach him on or before 3rd August, 2010 by 12:00 pm at the Secretary to

The Commission’s Conference Room

The Opening of Document Commences

Immediately Thereafter,

Only Pre-Qualified Consultants Will Be Issued With Request For Proposal (RFP).

All Enquiries are to be Directed to the Head of Facilities on TendersBoard@efccnigeria.com

Signed

The Chairman MTB

Economic and Financial Crimes Commission Wuse II, Abuja