Invitation for Tender of Manufacturers, Contractors, Suppliers for 2011 MYTO Projects at Power Holding Company of Nigeria Plc

Power Holding Company of Nigeria Plc.

Kano Electricity Distribution Plc

Invitation for Tender of Manufacturers, Contractors, Suppliers for 2011 MYTO Projects

 

Introduction:

1.       In line with Federal Government’s desire to further enhance Electricity supply in the Country Management of Kano Electricity Distribution Company intends to execute some essential Projects. The projects are to be funded from 2011MYTO Funds.

 

2.       Interested, competent and reliable companies are therefore invited to purchase tender documents for the execution of the projects and or supply of under listed equipments and materials to our company.

 

A:      Network Expansion:

 

MY01 Procurement and installation of additional Ix7.5MVA, 33/11KV Transformer, Transformer Control Panel. CT, VT, Line Isolator and Underground Cable at Hadejia lx7.5MVA, 33/11KV Injection Substation.
MY02 Proposed completion of 1.35km SC Madobi/Gwarzo 33KV feeder by splitting the feeder using 2No. Autoreclosures and rehabilitation of 4.65km SC and 0.65km of DC of some existing line
MY03 Proposed completion of 1 km of 33KV line and 0.74km of underground 33KV cable from 132/33KV Dakata Transmission Station to Dakata Small Scale lx15MVA, 33/11KV Injection Substation
MY04 Proposed completion of 9.45km of 33KV SC line and 0.74km of underground 33KV Kurna feder
MY05 Proposed construction of 5.0km SC Jogana 33KV line to feed Jogana lx15MVA, 33/11KV injection Substation only, Ex-Dakata Transmission Station
MY06 Proposed construction of 0.1 km SC 33KV line and 0.15km of underground 33KV cable of Dawaki 33KV feeder Ex-Walalambe 2x30MVa, 132/33KV Transmission Station
MY07 Proposed construction of 3.25km SC overhead line and 0.23km of underground 33KV cable 0.45km DC overhead Turkish 33KV feeder line Ex-Walalambe 2x30MVa, 132/33KV Transmission Station
MY08 Proposed construction of 2.6km SC overhead line and 0.2km of underground 33KV cable of Mariri 33KV feeder Ex-Walalambe 2x30MVA, 132/33KV Transmission Station
MY09 Proposed reconstruction of 4.75km over head line and 0.4km of underground 33KV cable on existing 33KV Zaria Road SC line from Dan’ agundi Transmission Station to DC overhead fine using 40ft prestressed RC poles, standoff post 275/1120 C/W clamps and Hasdi 255/1118, 16mm Ball and 24mm Eye overhead line materials for the Deloading of Zaria Road-Dan’ agundi 33KV feeder
MY10 Proposed construction of 5km of Farawa 11KV feeder Ex-Mariri 2×7.5MVA, 33/11KV Injection Substation
MY11 Proposed construction of 0.5km of SabuwarKofa 11KV feeder Ex-Ado Bayero 1x15MVA, 33/11KV Injection Substation to deload existing overloaded Ibrahim Taiwo 11KV feeder
MY12 Proposed construction of 3.75km of DC 11KV Badawa New Layout feeder Ex-Club 3x15MVA, 33/11KV Injection Substation
 

B:  Network Reconductoring

MY13 Completion of Reconductoring of 4.5km SC Sharada Dangote 33KV line Ex-Kumbotso Transmission Station, Kano
MY14 Proposed Reconductoring of 3.1km SC of Nakudu 11KV feeder Ex-Textile 2x15MVA, 33/11KV Injection Substation, Funtua
MY15 Completion of 48bn line diversion/Reconductoring of Club-Dan’ agundi 33KV line Ex-Dan’agundi Transmission Station, Kano
 

C:  Network Maintenance

MY16 Procurement of 33KV Fiber Cross-arms to replace weak/broken 33KV Cross-arms exist in 10Nos. 33KV feeders namely:- Kurna, IDH, Club/Dan’ agundi, BUK, Club-Dakata, Briscoe, Dawaki, Sharada Dangote, Kumbotso (Bagauda), Zaria Road
MY17 Procurement and installation of 1No. 7.5MVA, 33/11KV Transformers at Mariri for replacement with the existing aged 7.5MVA.
MY18 Procurement and installation of replacement of faulty 20Nos. Distribution Transformers and its accessories; 500kVA, 33/0.415KV capacity (10No), and 500KVA, 11/0.415KV capacity (10No)capacities for 10Nos. Business Units 2Nos. per Business Unit.

Tender Requirements:

1.       Photocopy of Certificate of Incorporation/Business Registration in Nigeria.

2.       Photocopy of Current Company Tax Clearance Certificate for the last three (3) years. (2008, 2009 and 2010)

3.       Photocopy of Value Added Tax (VAT) Registration Certificate and evidences of VAT remittances.

4.       Company’s Audited Accounts for the last three (3) years. (2008, 2009 and 2011), duly signed.

5.       Comprehensive Company profile including details of the Management and professional staff and copy of Company Brochure with convincing evidence of competence to undertake the relevant job.

6.       Evidence of adequate relevant equipments and infrastructure to handle the job.

7.       Evidence of legal capacity to enter into contract i.e. the company is not a receivership,

8.       Evidence of technical, operational and managerial capabilities.

9.       Evidence of Financial capability to execute the work. This shall include certified statement from a reputable Bank. (Bank reference letter only is not acceptable).

10.     Verifiable evidence of previous experience i.e. having successfully carried out similar work/supply in the last five years

11.     Manufacturing Companies must submit evidence of relevant manufacturing capability and facilities and SON Certificate.

12.     Test certificate issued by well known international standard Test Laboratory for Manufacturers of Equipment.

13.     Sample of Test Report of Manufactured Equipment

14.     Evidence of shipping documents to be enclosed for previous shipment (for Stockist and Suppliers).

15.     Evidence of compliance with the Federal Government Pension Reform Act.

16.     A sworn affidavit affirming that none of the Directors of the Company was ever convicted in court of Law.

17.     Any other relevant document that will place the company on a comparative advantage.

Note:

i.        Tender documents MUST be arranged in the order listed above. Submissions could be disregarded for failure to comply with this instruction,

ii.       Any Company that submits fake documents shall be disqualified. Authenticity of Documents submitted will be reviewed with relevant authorities.

iii.      Bidders should accompany every bid with a disclosure whether any officer of Kano Electricity Distribution Company is a former or present Director, Shareholder or has any peculiar interest in the company.

 

Closing Date:

Interested Applicants Should collect Bid Documents on payment of N100,000.00 and submit two (2) copies each of the Tender documents (Technical and Financial) in separate sealed envelopes and both of them in another sealed envelopes and both of them in another sealed envelope, boldly marked “Tender for 2011MYTO Projects” and the LOT number. This must be delivered by hand or registered mail to reach the undersigned on or before 5.00am on 16th January 2012.

 

The Chief Executive Officer,

Power Holding Company of Nigeria

Kano Electricity Distribution Company,

1 Niger Street, Kano

(Attn: PM Procurement)

 

Payments are to be made into the following account:-

Account Name:   PHCV, Kano Electricity Distribution Bid Account

Account Number:         6212201764

Bank:                   Zenith Bank PLC, Hotoro Branch, Maiduguri Rd, Kano

Important Information:

1.       The documents submitted will be opened on 17th January 2011 by 10.00am at Kano Electricity Distribution Company’s Conference Room.

2.       All successful pre-qualified Companies will subsequently be invited to bid for the relevant Lot.

3.       Kano Electricity Distribution Company shall not enter into any correspondence with any unsuccessful Company.

 

This advert shall not be construed to be a commitment on the part of KNEDC nor shall it entail the Company to make any correspondence with any claim(s) whatsoever and/or to seek any indemnity from Kano Electricity Distribution Company by virtue of such Company having responded to this Advertisement.

 

Signed:

Management

Kano Electricity Distribution Company

 

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts