Background Image

OYO STATE MINISTRY OF ENERGY & MINERAL RESOURCES-

INVITATION FOR BIDS FOR INSTALLATION OF MINI-GRID

OYO STATE GOVERNMENT
MINISTRY OF ENERGY & MINERAL RESOURCES
ARCHIVES BUILDING, SECRETARIAT, IBADAN OYO STATE
INVITATION FOR BIDS (IFB)
(IFB/EMR/19/197)
INSTALLATION OF MINI-GRID

1.The Oyo State Government, in her efforts to ensure provision of energy for the fulfilment of basic individual and community needs, intends to establish mini grid in some communities in the State.
2.The Ministry of Energy and Mineral Resources now invites sealed bids from interested, eligible and qualified contractors for design, construction, commissioning, operation and maintenance of isolated or interconnected mini grid below 1mw.

LIST OF PROJECTS

Lot No Location Qty (Unit) Delivery Period Bid Security
1 Ogbomoso South LG 1 3 Months 1% of Bid Price
2 Ona Ara Local Government 1 3 Months 1% of Bid Price
3 Iwajowa Local Government 1 3 Months 1% of Bid Price
4 Atiba Local Government 1 3 Months 1% of Bid Price

Interested Bidders can bid for one or more lots
3.Bidding will be conducted through National Competitive Bidding (NCB) procedures as specified in the Oyo State Public Procurement Guidelines for Works and are open to all bidders as defined in the guidelines.
4.Interested/eligible bidders may obtain further information from and inspect the bidding documents at the Ministry of Energy and Mineral Resources (Office of the Permanent Secretary) at Secretariat Ibadan.

5.QUALIFICATION REQUIREMENTS/ELIGIBILITY CRITERIA
Interested and competent Contractors wishing to carry out the projects as described above will be required to submit the following documents
(1)Evidence of Registration with the Corporate Affairs Commission (CAC) with the inclusion of Certificate of Incorporation and Articles of Association
(2)Company Tax Clearance Certificate for the past three years (2017-2019).
(3)Detailed Company profile including evidence that one of the key personnel of the company is a COREN registered Electrical Engineer and Organisation structure with names and telephone numbers of key personnel (Technical/Managerial)
(4)Evidence of financial capability (Reference letter from reputable bank)
(5)Copies of VAT Registration with TIN number and evidences of VAT remittances for the last 3years. (2017- 2019)
(6)Company’s Audited Accounts for the last three years (2017-2019)
(7)Evidence of registration with Oyo State Bureau of Public Procurement (BPP)

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

RURAL ELECTRIFICATION AGENCY-

RE: CORRIGENDUM TO INVITATION FOR INITIAL SELECTION

NIGERIA ELECTRIFICATION PROJECT (NEP) PROJECT MANAGEMENT UNIT
RE: CORRIGENDUM TO INVITATION FOR INITIAL SELECTION

EMPLOYER: RURAL ELECTRIFICATION AGENCY
PROJECT: NIGERIA ELECTRIFICATION PROJECT
CONTRACT TITLE: DEVELOPMENT OF SOLAR HYBRID POWER SYSTEMS FOR UNIVERSITIES AND TEACHING HOSPITALS
COUNTRY: NIGERIA
CREDIT NO.: 62910
ISD NO: REA-NEP GO RFP105/20A-G

This is a corrigendum to the advertisement initially published via; UNDB Online, the World Bank’s and the Rural Electrification Agency (REA)’s website on 9th October, 2020, the Guardian and the Punch Newspapers on 13th October, 2020, as well as the Federal Tender’s Journal on 8th November. 2020, in which the applications submission deadline was stated as 12 noon (WAT), on 25th November, 2020. The general public is hereby informed that a three (3) weeks extension to the original submission date has been granted. Consequently, the said advertisement is reproduced below with a revised deadline for submission of applications.

The Rural Electrification Agency (REA) has received financing from the World Bank towards the cost of the Nigeria Electrification Project (NEP) and intends to apply part of the proceeds towards payments under the Contract for the Development of Solar Hybrid Power Systems for Universities and Teaching Hospitals which have been segregated into seven (7) lots as described below.

Lot Location Liquid Assets (USS) Average Annual Turnover (USS) Minimum Value of Single Contract (USS)
1 Universities of Abuja, Federal Capital Territory, Abuja  1,700,000.00 13,000,000.00 5,000,000.00
2 Michael Okpara University of Agriculture Umudike, Abia  2, 000, 000.00 19,000,000.00 10,000,000.00
3 University of Calabar & Teaching Hospital, Cross River State 3, 000, 000.00 24, 000,000.00 13,000,000.00
4 University of Maiduguri & Teaching Hospital, Bomo State 4, 000, 000.00 38, 000,000.00 31,000,000.00
5 Federal University of Agriculture Abeokuta, Ogun State 2, 000, 000.00 19, 000,000.00 7,000,000.00
6 Federal University Gashua, Yobe State 2, 000, 000.00 21, 000,000.00 8,000,000.00
7 Nigeria Defense Academy Kaduna 2, 000, 000.00 18, 000,000.00 7,000,000.00

The REA intends to initially select Applicants for Development of Solar Hybrid Power Systems for Universities and Teaching Hospitals The Energizing Education Programme (EEP) Phase II, being the third component of the NEP, seeks to provide adequate power supply (up to approximately 38MW in total) to Seven (7) Federal Universities (“the Universities”) and two (2) University Teaching Hospitals across the Federal Republic of Nigeria. It also aims to provide streetlights within the facilities to promote and facilitate safe, secure and productive learning environments as well as to develop and operate workshop training centers to train university students in renewable energy technology innovations. The programme also includes Operations and Maintenance (O&M) services for the captive power plants of the Beneficiary Institutions. The seven (7) universities and two (2) teaching hospitals are spread across. Abuja, Abia: Cross-River, Borno; Ogun, Yobe and Kaduna states. At the RFP stage, Proposals will be evaluated on the basis of quality technical proposal and price. It is expected that the Request for Proposals will be issued in January 2021.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ABUJA ELECTRICITY DISTRIBUTION PLC-

INVITATION TO BID FOR THE SUPPLY OF FEEDER METERS FOR MANNED AND UNMANNED INJECTION SUBSTATIONS

ABUJA ELECTRICITY DISTRIBUTION PLC
INVITATION TO BID (ITB)
PROJECT TITLE: SUPPLY OF FEEDER METERS FOR MANNED AND UNMANNED INJECTION SUBSTATIONS
BID ISSUE DATE: 9TH NOVEMBER 2020
DEADLINE FOR SUBMISSION: 30TH NOVEMBER 2020

1.Abuja Electricity Distribution Plc (AED Plc) is one of the 11 power distribution companies that was successfully privatized and handed over to new investors on 1″ November 2013. AED Plc has a franchise for the distribution and sale of electricity across an area of 133,000 km’ in the Federal Capital Territory, Niger State, Kogi State, and Nassarawa State. AED Plc is cognizant of the requirement to maintain power quality in line with prevalling Nigerian regulations as set by NERC in their Customer Service Standards of Performance, together with Internationally accepted standards (IEC 60050: Generation, Transmission and Distribution of Electricity). It is for this reason that the Company has placed a priority plan to improve power supply through the procurement of HT metering Equipment to ensure energy accountability, regulatory compliance and to reduce electrical losses as well as guarantee customer satisfaction.

2.AED Plc now invites sealed bids from eligible and qualified bidders for the supply of the underlisted items.

LOT 1: PROGRAMMABLE HV SMART ENERGY METER

ITEM UOM General Description Quantity Delivery period
1 No Programmable HV Smart Energy meter (Class 0.5) 1030 30 – 60 days
2 No Fibre Meter Enclosure, (wired with Test Terminal Block) 120 30 – 60 days

LOT 2: SUPPLY OF 11KV & 33KV METERING INSTRUMENT TRANSFORMERS CTS AND VTS

ITEM UOM General Description Quantity Delivery period
1 Set 11kV Outdoor Resin -cast dual -ratio 800-400-5A, Current Transformers (class 0.5) 70 30 – 60 days
2 Set 11kV Outdoor Resin -cast 11000/110V Voltage Transformers (Class 0.5) 70 30 – 60 days
3 Set 33kV outdoor Resin -cast dual 48 -ratio 400-200-1A Current Transformers (Class 0.5) 48 30 – 60 days
4 Set 33kV Outdoor Resin -cast 11000/110V Voltage Transformers (Class 0.5) 48 30 – 60 days

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB)-

INVITATION FOR PRE-QUALIFICATION

NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB)
INVITATION FOR PRE-QUALIFICATION

1.INTRODUCTION
The Nigerian Content Development and Monitoring Board (NCDMB) with headquarters in Yenagoa, Bayelsa State is mandated by law to supervise, coordinate, administer, monitor and manage the development of Nigerian Content in the Nigerian Oil and Gas industry. The Board hereby invites interested reputable Companies with good track record of performance and experience to submit pre-qualification for the following:

2.SCOPE OF WORK/SUPPLY DESCRIPTION

NO DESCRIPTION LOT
1 Construction of One Block of Mini Park Estate at NOGAPS Industrial Park at Emeyal-1. Yenagoa, Bayelsa State Lot F1
2 Construction of One Block of Mini Park Estate at NOGAPS Industrial Park at Odukpani, Cross River State Lot F2
3 Construction of Overhead Transmission Cable from NCDMB Power Plant at Elebele to NOGAPS Industrial Park at Emeyal-1, Bayelsa State Lot F3
4 Provision of Embedded Power Generation and Supply at NOGAPS Industrial Park at Odukpani, Cross River State Lot F4
5 Provision of Facility Operations, Maintenance and Management Services for the NOGAPS Industrial Park at Emeyal-1, Bayelsa State Lot F5
6 Provision of Facility Operations. Maintenance and Management Services for the NOGAPS Industrial Park at Odukpani, Cross River State Lot F6
7 Construction of One Block of Residential Quarters at Swali, Yenagoa LGA, Bayelsa State Lot F7
8 Construction of Internal Roads and Drainage at NCDMB Gas Hub at Polaku, Bayelsa State Lot F8

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

TRANSMISSION COMPANY OF NIGERIA (TCN)-

AMENDMENT/EXTENSION II- INVITATION TO TENDER FOR THE CONSTRUCTION OF 391KM 132KV DC TRANSMISSION LINE AND SIX (6) 132KV SUBSTATIONS IN JIGAWA AND KATSINA STATES

TRANSMISSION COMPANY OF NIGERIA (TCN)
PUBLIC NOTICE
AMENDMENT/EXTENSION II- INVITATION TO TENDER FOR THE CONSTRUCTION OF 391KM 132KV DC TRANSMISSION LINE AND SIX (6) 132KV SUBSTATIONS IN JIGAWA AND KATSINA STATES

Transmission Company of Nigeria (TCN) had in the August 17, 2020, Edition of Guardian, Daily Trust and Tender Journal placed an advert for amendment /extension of Invitation to Tenders for the construction of 391km 132KV DC Transmission Line and six (6) 132kv substations in Jigawa and Katsina states with the new closing date for submission slated for 17th September 2020.

TCN management has found it necessary to further separate lot 2A of the proposed projects sites into 2 Lots as against what was stated in the earlier adverts which invariably affects the Bill of Quantities (BOQ) and other qualification requirements.

The latest changes affect Lot 2A under construction of a new 242KM Double circuit line from Azare – Misau-Birnin Kudu- Dutse under line construction. The affected Lot is now subdivided as follows;

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)-

INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE HYDROLOGIC STUDIES AND BATHYMETRIC SURVEY FOR THE PROPOSED 900MW KADUNA INDEPENDENT POWER PLANT PROJECT (KDIPP) PROJECT

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)
NNPC TOWERS, HERBERT MACAULAY WAY, P.M.B. 190, GARKI- ABUJA, NIGERIA
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE HYDROLOGIC STUDIES AND BATHYMETRIC SURVEY FOR THE PROPOSED 900MW KADUNA INDEPENDENT POWER PLANT PROJECT (KDIPP) PROJECT

1. INTRODUCTION
The Nigerian National Petroleum Corporation Gas and Power Investment Company Limited (NGPIC) intend to carry out the Hydrologic Studies and Bathymetric Survey for the Proposed 900MW Kaduna Independent Power Plant Project at Kakura, Rigasa District, Kaduna State.

In compliance with the Public Procurement Act 2007 and the Bureau of Public Procurement guidelines, NGPIC invites interested competent and reputable Contractors /Companies to submit pre-qualification documentation for the Hydrologic Studies and Bathymetric Survey ‘Works” as described in section 2 below.

2. BRIEF DESCRIPTION OF THE PROJECT (SCOPE OF WORK)
The scope of “Work” for the Hydrologic Studies and Bathymetric Survey includes but not limited to following:
(2.1) Consider extreme climate conditions and conduct:
(2.1.1) Hydrological analysis at the catchment scale for the proposed IPP site and its environs
(2.1.2 Catchment rainfall and runoff computations and determine flood risks at the proposed Kaduna IPP site
(2.2) Produce technical data for drainage designs at the proposed site and wastewater disposal models for possible percolation or discharge into nearby river or streams
(2.3) Determine average net evaporation values for each month of the year for River Kaduna
(2.4) Determine sequences of monthly inflow into the River Kaduna
(2.5) Obtain baseline water quality data downstream of the proposed raw water intake spots to assist with the assessment of environmental impacts
(2.6) Find out the rate of water & sediments outflow from the Water Body and establish a relation between them
( 2.7) Collect Water samples of different time for the study of physical components of the water
(2.8) Compile different studies done till date by different organizations on these Water Body and compare and validate with the current findings
(2.9) Produce hydrological maps and charts for the proposed IPP site and
(2.10) Carry out Bathymetric Survey of the water body close to River Kaduna where Raw Water pipeline is proposed to be laid/submerged using standard eco-sounder to measure water depth below water level in the Water Body.
(2.11) Measure the width, critical and average depths of the River Kaduna as well as map its underwater features, bed type/form, objects, debris, sediment thickness, object detection etc.
(2.12) Find out the area, volume and other detail structure of the Water Body
(2.13) Identify different reference points and locate them on the map of the Water Body
(2.14) Find out relation between the elevation and the storage of the Water Body
(2.15) Analyse all suitable options and determine optimum point for Raw Water intake
(2.16) Carry out Topographic Survey around the Water Body to prepare topographic maps with contour lines with interval of 5m. The topographic map shall cover at least up to 25 m vertical above the Water Body’s water level around the Water Body and up to 10 m height along the river channel for up to 200 m downstream form the Water Body outlet
(2.17) Drilling of five (5) No. of Hydrogeological boreholes within the proposed Kaduna IPP site and conduct water yield test on each of the boreholes and determine the Groundwater development stress (GDS) of the aquifer
(2.18) Carryout Route Survey for the Proposed Raw Water Intake Pipeline
(2.19) Fix temporary benchmarks at proper site of the Water Body for reference
(2.20) Identify all water bodies between proposed Kaduna IPP Site to the River Kaduna where proposed Raw Water pipeline is to be laid/submerged and carry out water depth surveys at the location(s)
(2.21) Prepare digital GIS map of Water Body with fine resolution.
(2.22) For verification of the deepest depth, the surveying point density shall be doubled for the area having deepest part of the Water Body (such area should be at least 25% of the total area)
(2.23) Data verification before demobilization
(2.24) Data processing. Map/Charts presentation and Report Writing
(2.25) Carry out other related works

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNIVERSITY OF IBADAN, IBADAN-

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR INTERNALLY GENERATED REVENUE PROJECTS

UNIVERSITY OF IBADAN, IBADAN
INVITATION TO TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION
The University of Ibadan, the First University in Nigeria established in the year 1948 with a vision to be a world-class institution for academic excellence geared towards meeting societal needs hereby invites interested reputable, competent, experienced Contractors and Suppliers for the execution of the following University Projects:

2. SCOPE OF WORK
INTERNALLY GENERATED REVENUE PROJECTS

CATEGORY A: WORKS

LOT NO PROJECT DESCRIPTION
LOT 1 ICT INFRASTRUCTURE DEVELOPMENT (HOSTELS)
LOT 2 ICT INFRASTRUCTURE DEVELOPMENT(CENTRES AND CAR PARKS)
LOT 3 ICT INFRASTRUCTURE DEVELOPMENT(POWER BACKUP)
LOT 4 ICT INFRASTRUCTURE DEVELOPMENT(NOC EQUIPMENT)

CATEGORY B: WORKS

LOT NO PROJECT DESCRIPTION
LOT 5 EXTENSION OF POWER SUPPLY TO UI FACILITIES

CATEGORY C: EXPRESSION OF INTEREST

LOT NO PROJECT DESCRIPTION
LOT 6 COMPUTER BASED TEST SOFTWARE DEVELOPMENT

3. ELIGIBILITY REQUIREMENTS
Interested bidders/consultants shall submit the following minimum verifiable technical requirements to be eligible for contract consideration:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7.
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years. (2017, 2018 & 2019) valid till 31st December, 2020.
(c) Evidence of Current Pension Compliance Certificate valid till 31st December, 2020.
(d) Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020.
(e) Evidence of Current Nigerian Social Insurance Trust Fund (NSITF) compliance Certificate valid till 31st December, 2020;
(f) Evidence of Registration with the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by Bureau of Public Procurement.
(g) Sworn affidavit:
(i) disclosing whether or not any officer of the relevant committees of University of Ibadan or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
(ii) that the Bidder is neither in receivership nor a subject of insolvency/bankruptcy/winding up proceedings
(iii) that none of the Bidder’s Directors has ever been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification or falsification of facts relating to any matter.
(h) Company’s Audited Accounts for the last three (3) years (2017, 2018 & 2019);
(i) Evidence of Financial Capability to execute the project by submission of Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s Profile, including C.V. of key personnel with copies of their Academic/Professional Certificates such as ARCON, COREN, QSRBN, CORBON, CPN, NITDA etc
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the Projects.
(l) Category A & C: Evidence of Firm’s current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(m) Consent to allow for Verification of all the documents submitted including CAC, Federal Inland Revenue, Pension & Industrial Training Fund and Company’s financial standing with bankers.
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR& Sworn Affidavit are compulsory for each JV partner).
(o) All documents for submission must be transmitted with Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number(RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No),and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page duly signed by the authorized officer of the firm.

2. COLLECTION OF TENDER DOCUMENTS (CATEGORY A& B)
Interested bidders are to collect the Standard Bidding Document (SBD) from the office of the Director of Procurement, University of Ibadan on evidence of payment of a non-refundable Tender fee ofN10,000 per Lot. The Tender fee should be paid into University of Ibadan’s TSA account and evidence of payment should be taken to the Cash Office of Bursary to obtain University Official Receipt. However, interested consultants are exempted from paying tender fees.

3. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A& B)
Prospective bidders are to submit bid for each of the Lot desired four (4Nos.) copies of the Technical Bid and Four (4No.) copy of the Financial Bid packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid” as applicable. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed/delivered to: The Secretary, Procurement Planning Committee, Procurement Unit, University of Ibadan and labeled “TECHNICAL and FINANCIAL BID” with the “PROJECT NAME/TITLE” and “LOT NO” clearly written on the top Right-Hand corner. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder. Closing date for submission of bids is 12:00 noon on Monday, 26th October, 2020.

4. SUBMISSION OF EOI DOCUMENTS (CATEGORY C)
Interested firms are to submit two (2) bound of Expression of Interest (Eol) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed as stated in 5. Above; and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Monday, 28th September, 2020.

5. OPENING OF EOI AND TECHNICAL BIDS
The EOI documents and Technical bids will be opened immediately after the deadlines for submissions at 12:00 noon on Monday, 28th September, 2020 and 12:00 noon on Monday, 26th October, 2020 respectively, in the Senate Chamber of the University, while the financial bids will be kept un-opened. Please ensure that the Bid Submission Register is signed in the Procurement Office, as the University of Ibadan will not be held liable for misplaced or wrongly submitted bids.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

MINISTRY OF BUSINESS, INNOVATION & TECHNOLOGY, KADUNA STATE-

PREQUALIFICATION FOR THE PROVISION OF ENGINEERING INFRASTRUCTURE [INCLUDING ROADS, WATER SUPPLY AND POWER SUPPLY] TO THE GREEN ECONOMIC ZONE (GEZ), MARABAN JOS, OFF KADUNA‑ZARIA EXPRESSWAY, KADUNA STATE ‑ NIGERIA

THE GOVERNMENT OF KADUNA STATE
MINISTRY OF BUSINESS, INNOVATION & TECHNOLOGY.
PREQUALIFICATION FOR THE PROVISION OF ENGINEERING INFRASTRUCTURE [INCLUDING ROADS,
WATER SUPPLY AND POWER SUPPLY] TO THE GREEN ECONOMIC ZONE (GEZ), MARABAN JOS,
OFF KADUNA‑ZARIA EXPRESSWAY, KADUNA STATE ‑ NIGERIA

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)-

INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) OF THE PROPOSED 1350MW KANO INDEPENDENT POWER PLANT (KNIPP) PROJECT

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)
NNPC TOWERS, HERBERT MACAULAY WAY, CENTRAL BUSINESS DISTRICT,
P.M.B. 190, GARKI, ABUJA – NIGERIA.
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) OF THE PROPOSED 1350MW KANO INDEPENDENT POWER PLANT (KNIPP) PROJECT

1.0 INTRODUCTION
The Nigerian National Petroleum Corporation Gas and Power Investment Company United (NGPIC) intends to carry out the Environmental and Social Impact Assessment (ESIA) of the Proposed 1350MW Kano Independent Power Plant Project at Tiga, along Rurum-Rano Road. Kano State.

In compliance with the Public Procurement Act 2007 and the Bureau of Public Procurement guidelines. NGPIC invites interested competent and reputable Contractors /Companies to submit prequalification documentation for the ESIA “Works” as described in section 2 below.

2.0 BRIEF DESCRIPTION OF THE PROJECT (SCOPE OF WORK)
The “Works’ to be executed include but not limited to the following:
(2.1) Carry out comprehensive literature reviews to generate background information on the environmental characteristics of the study area and the Right of Way of the associated Power transmission line and Gas spur line routes
(2.2) Prepare Terms of Reference (ToR) document acceptable to the Federal Ministry of Environment /Directorate of Petroleum Resources (DPR).
(2.3) Review National and International Environmental regulations on power plant siting as well as the gas and power evacuation lines and substations’ construction
(2.4) Identify all communities within the protect area and other Stakeholders for effective consultation.
(2.5) Carry out two-season detailed environmental baseline data collection and laboratory analysis to fill information/data gaps (field studies to be supervised by NGPIC)
(2.6) Identify potential and associated impacts prediction, interpretation and evaluation of their significance using appropriate models.
(2.7) Develop effective mitigation, enhancement and control measures
(2. 8) Develop a comprehensive Environmental Management Plan (EMP) which will include remediation, monitoring and decommissioning/abandonment plans.
(2.9) Prepare field report, draft ESIA report final draft and final ESIA reports that conform to the FMEnv’s standards, regulations and guidelines
(2.10) Present project’s Environmental Profile (with the aid of audio-visual) at the project’s Panel Review Meeting
(2.11) Prepare workplace Health & Safety Management plan
(2.12) Prepare an Environmental Audit of each connecting substation
(2.13) Present project’s Environmental Profile (with the aid of audio-visual) at the project’s Panel Review Meeting
(2.14) Settle all fees for Project’s Verification Exercise with Federal Ministry of Environment (FMEnv) and other required statutory fees for certification EXCEPT Project’s Registration.
(2.15) Provide logistics for client’s staff on site. The Constant shall facilitate the payments of per diem (duty tour allowance) amounts to be paid in respect of client’s staff
(2.16) In addition to the provision of per diem (which is to cover accommodation, meals and incidental expenses), the Consultant will cover the following logistics cost for each of the under listed:
• Movement on commercial airline flights from the relevant Client Staff’s office location to work location as appropriate
• Land transport from home base to airport and airport to work location
(2.17) Develop and recommend mitigation/alternative measures for planned works, environmental monitoring plans during the project development and commission period.
(2.18) Develop preliminary reports acceptable to Federal Ministry of Environment and Directorate of Petroleum Resources (DPR) and obtain Interim Certificate of Clearance from the Regulatory agencies to enable construction works to proceed.
(2.19) Attend to all queries raised by the regulatory agencies
(2.20) Provide Twenty (20) copes of each set of the Draft Reports, Final Reports, and Five (5) e- copies of each report to NGPIC
(2.21) Liaise with the Regulatory agencies and ensure that the various reports are approved and certificate of Clearance is issued with minimum delay
(2.22) Attend all the various stages of hearing on the ESIA draft report, take note of all review issued/raised by the Review Panel and incorporate all review comments in the Final Report. The final Report, which must be acceptable to the Regulatory agencies, shall be Twenty (20) copies and five (5) e- copies
(2.23) Carry out all additional analyses required on account of repairing deficiencies from the Draft Final ESIA Report
(2.24) Carry out other related works
(2.25) Procure and Supply project vehicle (HILUX) with the provision of insurance. The vehicle shall revert to NNPC-GPIC at the end of the project.

The summarized work plan is an highlighted below:
(1) Reconnaissance survey
The ESIA Consultant shall make all payments to facilitate site reconnaissance survey including NNPC/GPIC staff travel allowances, who will be part of the exercise
(2) Payment of project Initial processing fee:
The ESIA Consultant shall make payment of project initial processing fee to the Federal Ministry of Environment on behalf of NGPIC
(3) Consultations (wet and dry season field studies)
All consultations and field samplings shall be undertaken by the ESIA consultants in liaison with staff of NGPIC and all financial expenses to be borne by the consultants
(4) Panel Review:
It shall be the responsibility of the ESIA consultant to organize and sponsor the project’s ESIA panel Review with the Federal Ministry of Environment.
(5) Payment of ESIA certification
The ESIA consultants shall make the following payments to the Federal Ministry of Environment in respect of approval for ESIA certification of the projects as follows:
• Revenue charge
• Operational charge
• Final assessed charge

3.0 PRE-QUALIFICATION REQUIREMENTS
NGPIC in Compliance with the provisions of Public Procurement Prospective Act 2007 and Bureau for procurement guidelines request interested companies to submit the detailed requirements is listed below in their pre-qualification bid documents:
(3.1) Full details of company profile with Certificate of Incorporation in Nigeria, certified true copies of memorandum and article of Association of the company and CAC form CO2 and C07 (Particular of Directors)
(3.2) Company Tax Clearance Certificate for the last three (3) years (2017, 2018 and 2019).
(3.3) Evidence of VAT registration and Remittance
(3.4) Evidence of compliance with part IV. 16(6d) of the Public Procurement Act 2007 as it relates to PENSION (Certificate or exemption from PENCOM) and section 1(2) Pension Reform Act 2011 by inclusion of copy of Compliance Certificate from the Industrial Training Fund.
(3.5) Evidence of compliance with the Industrial training Fund (ITF) Amendment Act 2011 by inclusion of copy of Compliance Certificate from the Industrial Training Fund.
(3 6) Audited account for the past three (3) years (2017,2018 & 2019).
(3.7) Nigerian Content plan that demonstrate full utilization of Nigeria Labour and services with detailed description of role, work scope and man-hours in order to achieve minimum target as set out in the requirements of the NOFICD Act 2010.
(3.8) Current and in-place organization structure with detailed experience and skill of key management personnel with names. Provide evidence (personnel list and position organization chart) percentage of management that are Nigerian nationals and the percentage of the total workforce that are Nigerian.
(3.9) Detail past/present commitment to staff training and development of Nigerian personnel.
(3.10) Evidence of financial capability/ Bank reference
(3.11) Evidence of relevant verifiable work experience on similar service in in Nigeria over the past five (5) years Please attach reference letters
(3.12) List of verifiable similar service detailing companies that the service rendered to Company full contact address (Not PO. Box). Functional phone numbers and e-mail address
(3.13) Confirm willingness to commence with the execution of this service on the basis of a letter of intent (LOI)
(3.14) Company’s CASHES and QA/QC Policy & Details of safety records for accidents, incidents, injuries and damages for the past three years e.g Lost Time Incident, Down-Time etc
(3.15) Evidence of registration with Corporate Affairs Commission (CAC)
(3.16) Any additional information that will enhance the potentials of the company

NOTE: Failure to meet any of 3.1 – 3.6 above is a “FATAL FLAW”

4.0 SUBMISSION OF EXPRESSION OF INTEREST
All prospective companies wishing to express the interest to tender for the Environmental and Social Impact Assessment (ESIA) works described in 2.0 above shall submit relevant documentation tor pre- qualification as stipulated in 3.0 above

The requested information and any supporting documents in respect of these requirements should be submitted in ONE original plus TWO hard copies and two electronic copies (CD ROM). The documents which should be in separate packages shall be sealed and clearly marked “PREQUALIFICATION FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) OF THE 1350MW KANO INDEPENDENT POWER PLANT PROJECT AT TIGA, ALONG RURUM RANO ROAD. KANO STATE” and shall reach the address given below, within Six (6) weeks from the date of this advert. (6, October 2020)

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)-

INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR DETAILED TOPOGRAPHICAL SURVEY AND GEOTECHNICAL/GEOPHYSICAL INVESTIGATIONS AT THE PROPOSED 1350MW KANO INDEPENDENT POWER PLANT SITE LOCATION, PROPOSED 330KV TRANSMISSION LINE AND RAW WATER LINE ROUTES

DOWNLOAD TENDER AS PDF

NIGERIAN NATIONAL PETROLEUM CORPORATION GAS AND POWER INVESTMENT COMPANY LIMITED (NGPIC)
NNPC TOWERS, HERBERT MACAULAY WAY, CENTRAL BUSINESS DISTRICT,
P.M.B. 190, GARKI, ABUJA – NIGERIA.
INVITATION FOR PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR DETAILED TOPOGRAPHICAL SURVEY AND GEOTECHNICAL/GEOPHYSICAL INVESTIGATIONS AT THE PROPOSED 1350MW KANO INDEPENDENT POWER PLANT SITE LOCATION, PROPOSED 330KV TRANSMISSION LINE AND RAW WATER LINE ROUTES.

1. INTRODUCTION
The Nigerian National Petroleum Corporation Gas and Power Investment Company Limited (NGPIC) intends to carry out the Survey Works (Topographical, Geotechnical, Geophysical, Route, and Access Road) of Kano 1350MW Independent Power Plant site location at Tiga, along Rurum-Rano Road, Kano State.

In compliance with the Public Procurement Act 2007 and the Bureau of Public Procurement guidelines. NGPIC invites interested competent and reputable Contractors /Companies to submit pre-qualification documentation for the Survey ‘Works’ as described in section 2

2. BRIEF DESCRIPTION OF THE PROJECT (SCOPE OF WORK)
The Scope of the Survey Works (Topographical, Geotechnical, Geophysical, Route and Access Road) for the Kano Power plant shall include, but not limited to the following:
(2.1) Carry out detailed Topographical Survey and conduct Geophysical and Geotechnical investigations at the proposed 60ha (0.60 Km2) Power Station Project Site.
(2.2) Carry out detailed Topographical Survey and conduct Geophysical and Geotechnical investigations along the 330kV Quad Conductor Double Circuit Transmission line route (56.5km approximately) from the proposed Kano PP site to Kumbotso 330/132/33kV Substation
(2.3) Carry out detailed Topographical Survey and conduct Geophysical and Geotechnical investigations along the 330kV Quad Conductor Double Circuit Transmission line route (61 5km approximately) from the proposed Kano IPP site to the proposed Rimin Zakara 330/132/33kV Substation.
(2.4) Carry out detailed Topographical Survey and road profile geometric design and conduct Geotechnical investigations of proposed identified Access Roads to the Power Station site.
(2.5) Carry out detailed Topographical Survey and conduct Geotechnical investigations along proposed 17.5Km long and 25m wide Gas Supply Line route from the AKK pipeline connection point to the proposed Power Station site.
(2.6) Carry out detailed Topographical Survey and conduct Geotechnical investigations along the proposed Raw Water Supply line route from Tiga Dam Reservoir bank to the proposed Power Station. (2.7) Provide detailed GPS Coordinates for land acquisition purposes along the pipelines and the Transmission Line Routes Right of Way (RoW).
(2.8) Provide hard copes (16 Nos.) and electronic copies (2 Nos. in CD-ROM and Flash Drive) in Pdf format and latest version of AUTOCAD of all Topographic maps, plans, charts including hydrography charts, profile drawings for additional land acquisition showing proposed power project vegetation, major land marks along the proposed routes mentioned in 2.2,2.3,2.4.2.5 and the proposed power plant project site, position beacon numbers from terminal to terminal, structures & villages along the project site and all other necessary dimensions and technical data.
(2.9) Provide 8 Nos, hard copies and 2 nos. soft copies of both draft/final of all technical investigations and survey report including original copies of the raw field data to be submitted to the ENGINEER at the end of the project.

3. PRE-QUALIFICATION REQUIREMENTS
NGPIC in Compliance with the provisions of Public Procurement Prospective Act 2007 and Bureau for procurement guidelines request interested companies to submit the detailed requirements listed below in their pre-qualification bid documents:
(3.1) Full details of company profile with Certificate of Incorporation in Nigeria, certified true copies of memorandum and article of Association of the company and CAC form C02 and C07 (Particular of Directors).
(3.2) Company Tax Clearance Certificate for the last three (3) years (2017,2018 and 2019).
(3.3) Evidence of VAT registration and Remittance.
(3.4) Evidence of compliance with part IV. 16(6d) of the Public Procurement Act 2007 as it relates to PENSION (Certificate or exemption from PENCOM) and section 1 (2) Pension Reform Act 2004.
(3.5) Evidence of compliance with the Industrial Training Fund (TTF) Amendment Act 2011 by inclusion of copy of Compliance Certificate from the Industrial Trailing Fund.
(3.6) Audited account for the past three (3) years (2017,2018 & 2019).
(3.7) Nigerian Content plan that demonstrate full utilization of Nigerian Labour and services with detailed description of role, work scope and man-hours in order to achieve minimum target as set out in the requirements of the NOFICD Act 2010.
(3.8) Current and in place organizational structure with detailed experience and skill of key management personnel with names. Provide evidence (personnel list and position organizational chart) percentage of management that are Nigerian nationals and the percentage of the total workforce that are Nigerians
(3.9) Detail past present commitment to staff trailing and development of Nigerian personnel
(3.10) Evidence of financial capability/Bank reference
(3.11) Evidence of relevant verifiable work experience on similar service in Nigeria over the past five (5) years Please attach reference letters
(3.12) List of verifiable similar service detailing companies that the service rendered to Company full contact address (Not PO Box). Functional phone numbers and e-mail address
(3.13) Confirm willingness to commence with the execution of this service on the basis of a letter of intent (LOI).
(3.14) Company’s CASHES and QA/QC Pokey &Details of safety records for accidents, incidents, injuries and damages for the past three years e.g Lost Time Incident. Down Time etc
(3.15) Evidence of registration with Corporate Affair Commission (CAC).
(3.16) Any additional information that will enhance the potentials of the company

NOTE: Failure to meet any of 3.1 – 3.6 above is a ‘FATAL FLAW’

4. SUBMISSION OF EXPRESSION OF INTEREST
All prospective companies wishing to express their merest to tender for the Survey Works (Topographical, Geotechnical, Geophysical, Route and Access Road) of Kano 1350MW Independent Power Plant site location described in 2.0 above shall submit relevant documentation for prequalification as stipulated in 3.0 above.
The requested information and any supporting documents in respect of these requirements should be submitted in ONE original plus TWO hard copies and two electronic copies (CD ROM). The documents wishes should be in separate packages shall be sealed and clearly marked “PRE-QUALIFICATION FOR SURVEY WORKS (TOPOGRAPHICAL, GEOTECHNICAL, GEOPHYSICAL, ROUTE AND ACCESS ROAD) OF KANO 1350MW INDEPENDENT POWER PLANT SITE LOCATION AT TIGA, ALONG RURUM RANO ROAD. KANO STATE” and shall reach the address given below, within Six (6) weeks from the date of this advert (6th October 2020)

The Secretary,
NGPIC MEXCOM Tenders Board, NNPC,
Block A, Seventh (7th) Floor. Room 02,
Herbert Macaulay Way.
NNPC Towers, Central Business District
Abuja. FCT.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us
Verified by MonsterInsights