Background Image

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
Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights