SUPPLY, INSTALLATION AND COMMISSIONING OF A POWER TRANSFORMER at Kainji Hydro Electric Plc

Kainji Hydro Electric Plc

PUBLIC NOTICE

EXPRESSION OF INTEREST FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A POWER TRANSFORMER

The Power Holding Company of Nigeria, Kainji Hydro Electric Plc wishes to invite reputable and qualified Manufacturers/Specialized Service Providers to submit expression of interest for the supply, Installation and \Commissioning of a Power Transformer for use of two (2) of its Generating Units.

Source of Fund

The Equipment is to be purchased through the Federal Government Intervention Funds allocated to Kainji Hydro Electric Plc.

Technical Specification

Equipment Description Qty Required Technical Specification
16/33 0KV 184MVA POWER TRANSFORMER Tied to two (2) 80MW Generating Units 1 Three phase Power transformer 50Hz Standard IEC 76: Rating 184MVA Type of Cooling OFAF Voltage; HV 330KVlV 15KV Vector Group YNd1

Method of Application

Interested Manufacturers/Specialized Service Providers should submit Technical Bid, Sealed in an Envelope and marked “EXPRESSION OF INTEREST FOR THE SUPPLY OF POWER TRANSFORMER.

Condition of Eligibility

Interested Manufacturers/ Specialized Service Providers should provide the following documents:-

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) or home Country Registration for International Bidders.
  • Evidence of having successfully carried out similar job of the same rating or above in the near past.
  • VAT Registration Certificate and Tax Clearance for 3 years (Original to be sighted at the point of Technical Bid Opening).
  • Company Profile including details of key officers.
  • Evidence of Letter of Appointment by the Manufacturer in case of  Agents
  • Detailed Company Bank Statement of Accounts for six (6) months and Letter of Reference from a reputable Bank.
  • Evidence of compliance with Pensioners Act.

Important Information

  1. Only Technically qualified Manufacturers/Specialized Service Providers will be allowed to participate in this competitive tender.
  2. The Equipment type must not be less than five (5) years after its first manufacture.
  3. The Equipment must be manufactured in Europe. The equipment must satisfy international Standard Organization (ISO) specifications.
  4. KHE Plc reserves the right to verity any claim made by a Tenderer
  5. All prospective Manufacturers/Specialized Service Providers should note that Non-compliance with the requirements above will lead to outright disqualification.

Submission Of Documents

All documents must be submitted to Procurement Office, Kainji Hydro Electric Plc., Dam Site, on or before 3rd May,  2010 in a sealed Envelope marked “PROCUREMENT OF POWER TRANSFORMER” at the left hand comer of the envelope and addressed to:-

THE CHIEF EXECUTIVE OFFICER,

KAINJI HYDRO ELECTRIC PLC.

PMB 1111, NEW BUSSA

NIGER STATE

Please Note that:

Only Technically qualified Tenderers will be invited for Commercial bids.

All Tenderers should write their contact address, Cell Phone numbers and e-mail address at the back of their envelopes.

All Tenderers or their representative should be Ni attendance at the opening exercise.

Submission of documents will close by 12.00 Noon of 3rd May, 2010.

Technical submissions will be opened by 12.30pm of same day at the Conference Hall, Dam site, Kainji Hydro Electric Plc.

This advert should not be construed to be a commitment by KHE Plc nor shall it entail the tenderer to make any claim(s) whatsoever by virtue of such tenderer having responded to this publication.

This advertisement supersedes the earlier one published on 8th February. 2010.

Signed:

Management,

Procurement of Small Value Services at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

FCTA TENDERS BOARD SECRETARIAT

FCTA SECRETARIAT, KAPITAL ROAD, AREA 11, P.M.B. 24, GARKI ABUJA. NIGERIA

Invitation for Prequalification Small Value Procurement

  1. Federal Capital Territory Administration (FCTA) through the FCT Procurement Department is desirous to register reputable Contractors and Supplier for Small Value Services (N2.50Million and below).
  1. Consequently, interested companies for small value services are hereby invited to submit application for prequalification specifying area of specialization from the list below: The purpose is to maintain a Data base of particulars and classification/categorization of reputable suppliers and services providers for ease of access and identification
  2. The services are classified into:-
    1. i.            Suppliers of Books and Stationeries
    2. ii.            Suppliers of Officer Equipments 11 Consumables
    3. iii.            Suppliers of General Officer Furniture and Furnishing items
    4. iv.            Maintenance/Repair Services providers of Office Equipments.
    5. v.            Maintenance/Repair Services providers of Motor Vehicles and other Mechanical Works,
    6. vi.            Maintenance/Repair   Services   Providers   of  Air-conditioners/Refrigerators and other electrical appliance,
    7. vii.            Maintenance/repairs of Computer Hardware.

  1. Requirements For Registration Are:
  2. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  3. ii.            Evidence of Tax Clearance for last three (3) successive years.
  4. iii.             Evidence of Audited Accounts (3years).
  5. iv.            Up to date   annual   returns   with   the   Corporate Affairs Commission (CAC).
  6. v.            Sworn affidavits in line with the provisions of Part
  7. vi.            Section Subsection 6(e-f) of the Public Procurement Act, 2007,
  8. Any relevant information that can assist in decision making.
  9. Evidence of remittance of contributory pension fund for staff of the company as provided in Section 16, Subsection 6(d) of the-Public Procurement Act, 2007.
  10. Interested companies are to indicate area of interest and specialty of services in their Presentation/Submission. Prequalified companies would be categorized according to area of specialization in the Data Bank of FCTA for the purpose of invitation to bid for minor value procurement for the year 2010.

Submission

The prequalification documents should be sealed and labeled “Prequalification Bid of Registration for Minor Value Procurement for the Year 2010” and deposited in the tender °ox at the Office of the Secretary FCT Tenders Board, Room 043 (Former Public Building Block), Area 11, Garki Abuja not later than 12.00pm, 29th April, 2010. On o before 10th May, 2010. The representatives of the companies are invited to witness the opening of the document on the same date at 2.00pm at Room G9 Archives and History Bureau Building near AGIS, Peace Drive, Area II, Garki-Abuja. Interested companies are hereby informed that original documents are to be made available for sighting during documentation.

Hajara Muhammed

DD (Proc.)/Secretary,

FCTA Tenders Board

Periodic Maintenance Works at RSDT

FEDERAL REPUBLIC OF NIGERIA

FEDERAL MINISTRY OF WORKS

ROAD SECTOR DEVELOPMENT TEAM (RSDT)

Federal Roads Development Project (FRDP)

Credit Number IDA 44150

IFB NO.: FRDP/2010/IFB/W/01

NATIONAL COMPETITIVE BIDDING

INVITATION FOR BIDS

For

PERIODIC MAINTENANCE WORKS: PHASE 1

This invitation for bids follows the General Procurement Notice for this Project that appeared in the Development Business Issue No.637 of 11 March 2005. The Federal Government of Nigeria has received a credit of about S330M from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP) and intends to apply part of the proceeds to eligible payments under the Periodic Maintenance contracts listed below for which this Advertisement is issued.

The Federal Ministry of Works, represented by Road Sector Development Team (RSDT) (hereinafter called “the Employer”), now invites sealed bids from eligible bidders for the periodic maintenance of the roads. The periodic maintenance works is being done in collaboration with Federal Roads Maintenance Agency (FERMA).

The Maintenance Works shall include, but are not limited to shoulder clearance, scarification of failed sections, earthworks in completely failed areas, desilting of existing culverts and drains, construction of culverts and drains, general bridge maintenance, protective works, laterite sub-base, crushed stone base course, asphaltic concrete surfacing, side drains, road markings and road furniture. Traffic management and social and environmental measures are also essential and important aspects.

The periodic maintenance contracts will be done in phases and the first phase includes:

  1. Jebba – Lafiagi road in Niger State
  2. Takai-Albasu-Gaya road in Kano State
  3. Nafada-Gombeabba road in Gombe State

Advertisements for the roads in other phases will be released in due course as designs are completed. The details of Phase 1 roads are as follows:

S/No Contact No. Contract Name Length (KM) Contract Period ATM of Bid security Cost of Bid Document
1 PRDP/2010/NCB/W/01 JEBBA – LAFIAGI RD IN NIGER STATE 24 12 MONTHS N15M N25,000.000
2 FRDP/2010/NCB/W/02 TAKAI-ALBASU GAYA ROAD IN 34.7 12 MONTHS N15M N25,000.00
3 FRDP/2010/NCB/W/03 NAFADA GOMBEABBA ROAD IN GOMBE STATE 10 9 MONTHS N15M N25,000.00

Bidding will be conducted through the National Competitive

Bidding procedures specified in the World Bank’s Guidelines:

Procurement under IBRD Loan and IDA Credits, May 2004

(Revised October 2006), and is open to all bidders from eligible source countries as defined in the Bidding Documents.

Interested eligible bidders may obtain further information and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address given below on working days from 10:00 hrs to 17:00 hrs (local time).Qualification requirements include: Eligibility (Nationality,

Conflict of Interest, Bank Ineligibility); Historical Contract Non-Performance (History of Non-Performing Contracts, Pending Litigation); Financial Situation (Historical Financial Performance, Average Annual Turnover, Financial Resources); Experience (General, Specific); Personnel (Availability for Key

Positions) and Equipment (Access to key equipment). A complete set of bidding documents in English may be purchased by interested bidders at the address below and upon payment of a non-refundable fee as stated in the above Table on working days from 10:00 hrs to 17:00 hrs (local time). The method of payment will be through bank draft or certified bank cheque in favour of “Federal Roads Development Project”. Bidding Documents requested by mail will be promptly  dispatched by courier on payment of additional charges of Naira

10,000.00 through bank draft drawn in a manner stated above, but under no circumstances will the RSDT be held responsible for late delivery or loss of the documents so mailed. The Bidder may bid for one or more contracts. The Employer will evaluate and compare Bids on the basis of a contract, or a combination of more than one contract, in order to arrive at the least cost combination for the Employer by taking into account discounts offered by Bidders in case of award of more than one contract. If a Bidder submits successful bids for more than one contract, the evaluation will also include an assessment of the

Bidder’s capacity to meet the aggregated requirements

Bids must be delivered to the address below by 14:00 hrs (local time) on Monday, IT May, 2010. All bids must be accompanied by a bid security as indicated in the above Table. Late bids will be rejected. Bids will be opened at 2.00pm (local time) on Monday, 17th May 2010 in the presence of the bidders’ representatives who choose to attend at the address below.

Federal Ministry of Works

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

Attn: Unit Manager, Engr. L.A. Audi

Tel: +234-7034044403

E-mail: unitmgr.rsdt@yahoo.co.uk

Procurement of various goods at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

FCTA TENDERS BOARD SECRETARIAT

FCTA SECRETARIAT, KAPITAL ROAD, AREA 11, P.M.B. 24, GARKI ABUJA, NIGERIA

INVITATION TO TENDER FOR THE SUPPLY OF VARIOUS GOODS UNDER 2010 STATUTORY BUDGET

The Federal Capital Territory Administration (FCTA) through the FCT Procurement Department has provisions for the procurement of various goods under the FCT 2010 Statutory Budget proposal. Competent and interested companies are hereby invited to submit Technical and Financial bids for the following projects: –

Supply of Office Materials:

Brief scope of works

The scope of supplies include but not limited to the following:

  1. 4-Drawcr Office Cabinet
  2. Digital Camera and Cam Coder
  3. Paper Shredding Machine
  4. Digital Multifunctional System AM 400
  5. Metalic Binding Machine and;
  6. A4 and A3 White Photocopying Papers

Supply of Computer Materials

Brief scope of works

a)     Supply and Installation of HP LaserJet (A3) Colour Printers

b)    Supply of Laptop Computer

c)     Supply of Toner Cartridges for LaserJet .Printers

Supply of Utility Vehicles

d)    The Scope comprises of the Supply of 1 No. 2.7 litters double cabin vehicle and 2 No. 1.81itres 2009 Model Salon Cars complete with accessories.

Technical (Pre-Qualification) Requirement

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening:-

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and articles of Memorandum of Association.
  2. ii.            Audited Account for the last three years from a registered Chartered Accounting firm.
  3. iii.            Tax Clearance for the last three (3) years.
  4. iv.            Interested company should have up to date returns with CAC and note that due diligence could be conducted, v. List of verifiable documentary evidence of similar jobs successfully executed within the last three years,
  5. v.            Current Bank reference and Statement of Account for the last twelve (12) months,
  6. vi.            Letter of authorizing FCTA or its representative to cross check the submitted account of the company,
  7. Sworn affidavits in line with the provisions of Part iv Section 16, Subsection 6 (e-f) of the Public Procurement Act, 2007.
  8. Letter of introduction of the authorized representative of the bidder with his /her sample signature,
  9. ix.            Evidence of remittance of contributory pension fund for staff of the company as provided in Section 16, Subsection 6(d) of the Public Procurement Act, 2007.

Collection of tender Documents

Interested companies are to collect Tender Documents from the Office of the Director, FCT Procurement Department, Room 042, Block ‘B’ Former Public Building. FCTA Secretariat, Area 11. Garki-Abuja upon presentation of evidence of payment of N 10,000.00 (Ten Thousand Naira only) non-refundable tender fee into FCT Treasury Revenue Account at Fidelity Bank, (Central Area), Account No. 051503010000426.

Submission:

The Technical (Pre-Qualification) and Financial documents should each be sealed and labeled (Technical and Financial Bids as appropriate) separately and the two envelopes be put in another envelope that should be sealed and labeled at the top right hand corner as (Technical or Financial stating the name of the project in each case). The Technical and Financial Bids should be submitted in three (3) copies (one original and two other copies)  and all pages to be duly endorsed by the authorized representative of the bidder. The document are to be submitted in the Office of the Secretary FCT Tenders Board, Room 043 (Former Public Building Block), Area ll. Garki Abuja not later than 12.00pm, 13th May, 2010.

Note:

  1. i.            The representatives of the bidding companies and members of public especially Civil Right Organizations are invited to witness the opening of the tenders on the same day at 2 00pm at Room G9 Archives and History Bureau Building near AG1S, Peace Drive, Area 11, Garki-Abuja at 2.00pm on 13th May, 2010 but should adhere to the code of conduct issued by the Bureau of Public Procurement
  2. ii.            Companies should not express interest in more than one project.
  3. iii.             FCTA is not bound to accept the lowest or any other tender.

Hajara Muhammed

DD (Proc,) /Secretary

FCTA Tenders Board

Procurement of items at FCTA

FEDERAL CAPITAL TERRITORY ADMINISTRATION

FCTA TENDERS BOARD SECRETARIAT

FCTA SECRETARIAT, KAPITAL ROAD, AREA 11, P.M.B. 24, GARKI ABUJA. NIGERIA

INVITATION FOR PRE-QUALIFICATION AND TENDER FOR VARIOUS PROJECTS UNDER

FCT ARCHIVES AND HISTORY BUREAU

Federal Capital Territory Administration (FCTA) through the Archives and History Bureau has provisions in the FCT 2010 Statutory Budget proposal and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following projects: –

  1. i.            Procurement of Office Materials
  2. ii.            Procurement of Library Books and Periodicals
  3. iii.            Procurement of Computer Materials
  4. iv.            Procurement of Utility Vehicles
  5. v.            Procurement of Backup-Equipment
  6. vi.            Procurement of Alternative Power Source

B. Prequalification Requirements

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening:-

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. Interested companies should have up to date a returns with CAC and be informed that due diligence could be conducted.
  3. Company’s Audited Account for the last three year from a registered Chartered Accounting Firm.
  4. Tax Clearance for the last three (3) years.
  5. List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificates etc).
  6. Reference letter from a reputable bank.
  7. Sworn affidavits in line with the provisions   of Part iv Section 16, Subsection 6(e-f) of the Public Procurement Act, 2007″
  8. Letter of Authority to FCT Administration to cross check the company’s account.
  9. Evidence of remittance of contributory pension fund for staff of the company as provided in Section 16, Subsection 6(d) of the Public Procurement Act, 2007.

Collection of tender Documents

Interested companies are to collect tender documents from the Director, FCT Archives and History Bureau, Area 11, Garki- Abuja upon the presentation of a proof of payment of N 10,000.00 (Ten Thousand Naira only) non-refundable tender fee into FCT Treasury Account at Fidelity Bank, Central Business District. Account No. 051503010000426.

Submission

The prequalification and financial bid documents should each be sealed and labeled “Technical and Financial bids as appropriate’ separately envelopes be put in another envelope that should be sealed and labeled as Tender for … ..” (Project Title)”. The financial and technical bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the bidder. The document is to be dropped in the Tender Box in the Office of the Secretary FCT Tenders Board, Room 043 (Former Public Building Block). Area 11. Garki Abuja on or before 12.00pm. 17th May, 2010 The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at Room G9 Archives and History Burrau Building near AGIS, Peace Drive, Area 11, Garki-Abuja at 2.00pm. on or before 31st May, 2010

E.      Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract

Note:

  1. Interested bidders are not allowed to bid for more than one (1) of the listed projects,
  2. Interested members of the general public, especially the Civil Society Organisations are invited to attend the opening exercise,

iii.  Company’s representatives are to come along with a letter of introduction indicating name, rank and sample signature to the opening exercise,

iv.  FCTA is not bound to accept the lowest bid or any tender

Hajara Muhammed

DD (Proc.) / Secretary,

FCTA Tenders Board