Execution of Projects at (PHCN) Kano Electricity Distribution Company

Power Holding  company of  Nigeria Plc

Kano Electricity Distribution Plc

General Procurement  Notice (GPN)

 

1.       The Kano Electricity Distribution Company wishes bring to the notice of interested, competent and reputable Contractors/Suppliers that the KNEDC would carry out procurement of the under-listed and services to be funded from IGR and other sources.

 

a.       Line/Trace clearance

b.       Construction of  33KV&11KV Lines

c.       Supply of Poles

d.       Supply of Overshead  Line  materials

e.       Supply of Aluminum Conductors

f.       Supply of Cables.

g.       Supply of Cash receipting Machines

h.       Supply of Stationery

i.        Supply of Furniture

j.        Supply of Vehicles

k.       Supply of Office equipment (Computers, Printers etc.).

l.        Borehole Works.

m.      Renovation of Offices and Substation buildings

n.       Training/Consultancy services.

o.       Supply of Security equipment and Uniforms.

p.      Supply of Safety Materials

q.       Termination Kits

r.       Supply of Billing Materials

s.       Installation  of Statistical  Automatic  Meter Reading (AMR) 4-CT operated

t.       Panel Meters, LVMD

u.       Supply of Vending Machine for PPM Meters

v.       Supply of PPN Meters,

w.      Meter installation,

x.       Supply of Meter Installation Equipment,

y.       Electronic Payment and Token and Vending System (EVPS),

 

Requirements

i.        Certificate of Incorporation/Business Registration.

ii.       Current Tax Clearance Certificate for the last three (3) years

iii.      Value Added Tax Registration Certificate

iv.      Verifiable evidence of previous experience in area of interest

v.       Company Profile.

 

3.       Submission of Document

All Contactors/Suppliers are expected to summit relevant documents in a sealed envelope on or before 10th August, 2011 clearly indicating area of interest and addressed to:

 

The Chief Executive Officer,

Power Holding Company of Nigeria

Kano Electricity Distribution Company,

1 Niger Street, Kano

 

4.       Note

i)       This Notice is not an invitation to bid

ii)      Only the Contractors/Suppliers  adjudged technically responsive will be considered for competitive tender

iii)     The adjudged   technically   responsive Contractors/Suppliers shall be invited to purchase Bid Document at a stipulated amount

iv)     The KNEDC will not enter into any correspondence with any unsuccessful bidders.

v)      Interested Suppliers/Contractors are advised to visit the KNEDCs   Notice   Board   regularly   for   specific procurement Notices for minor value procurement as the need arises, while specific Procurement Notices will be placed in the Media for major procurement.

 

Signed

Management

Kano Electricity Distribution Company.

Invitation for Tender of Manufactures, Contractors, Suppliers for 2011 Fiscal Year at (PHCN) Kano Electricity Distribution Plc

Power Holding company of Nigeria Plc

Kano Electricity Distribution Plc

Invitation for Tender of Manufactures, Contractors, Suppliers for 2011 Fiscal Year

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 for 2011 financial year. The projects are to be  funded from 2010 Federal Government  Budget, MYTO and other sources.

 

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 under the 2011 Budget.

 

Lot Description
A1 Construction of New 11KV Feeder from proposes 1×7.5MVA, 33/11 KV Water Works injection Substation (NIPP) for the  deloading of  Tamburawa W/Works 11KV Feeder, Kano
A2 Completion of Dakata Small Scale  1x15MVA, 33/11 KV Injection substation, Kano
A3 Completion of Construction of 33KV line from 132/11KV Dakata Ts. To Briscoe 3 x 15MVA, 33/11KV Injection substation to deload 33KV Dakata – Club feeder Kano.
A4 Completion of construction of 33KV Line from 132/33KV Dan’agundi Ts to link up with Dawanau 33KV leg deload 33KV Kurna Feeder, Kano
A5 Completion of Construction of  33KV Line  to sparate Madobi/Gwarzo 33KV Feeder Ex-Kumbotso 1 x30MVA, 132/33KV Ts. Kano
A6 Construction of 33KV line for the deloading of Daura 33KV Line, Katsina
A7 Construction of Nagogo 11KV feeder Ex-IBB 1×7.5MVA, 33/11KV injection S/Station, Katsina
A8 Rehabilitation of Substandard and Vandalised portion of the 33KV Bagauda feeder
A9 Completion of Electricfication of  Sumaila Yamma, Fadarachi and Gediya Village in Sumaila Local Gov’t, Kano
A10 Rehabilitation of Distribution S/Station in Dala, Kumbotso, Dakata, Sharada and Sabon Gari Business Units
A 11 Rehabilitation of selected Worst Distribution S/Station in Nassarawa, Katsina, Funtua, Dutse and Hadejia, Business units
A 12 Reconductoring/Line Diversion of  33KV Kurma Feeder
A 13 Procurement and installation of  19 No. 500KVA, 11/0.415KV Transformers for derating of Rimi Kabe Qtrs. Ex-small Scale 1x15MVA, 33/11KV Injection S/Station
A 14 10 No. Urban 33KV feeders Line Trace exercise
B Supply of Goods
B1 Procurement  of O/D 33KV Breakers, I/D 33KV Panels

 

B2 Rehabilitation of 11KV Panels
B3 Procurement of Test Equipments
B4 Procurement of Safety Tools and Wears
B5 Procurement of Tripping  Units and Alkaline Battery (110 Volts)
B6 Procurement of 1 No SF6 RMU with Extension an d20No of 4 way feeder pillars (800A)
B7 Procurement of HT Underground Cables

1).  35mm2 x 1 Core XLPE Cables

2).  150mm2 x 3 Core HT Armoured Cables

B8 Procurement of  LT Underground  Cables

1. 500mm2 x 1 Core LT armoured Cables

2.  300mm2 x 1 Core LT armoured Cables

3.  150mm2 x 4 Core LT armoured Cables

 

B9 Procurement of Termination Kits

1. 120-185mm2 O/D Rachem Kit

2.  120- 185mm2 I/D Raychem Kit

3.  35 – 70mm2 O/D Rachem Kit

3.  Lassoivoic Tape

B 10 Procurement of 33KV Fibre Glass Cross Arms
B11 Procurement  and installation of Prepayment  metres (PPM)

 

Tender Requirements

The following  Tender documents are required:

 

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 evidence of

VAT remittance

4.       Company’s Audited Accounts for the last three (3) years. (2008, 2009 and 2010), 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 or ISO Certificate.

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

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 Federal Government Pension Reform Act

16.     A sworn affidavit affirming that none of the directors of the company was ever convicted in a 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 One N100,000 for

Category A and N50,000 for Category B and submit two (2) copies  of the Tender documents  (Technical and  Financial ) in a  sealed envelopes, boldly marked “Tender for 2011 Fiscal Year  Projects” and the Lot Number. This must be  delivered by hand  or registered mail to reach the undersigned on or before 10.00am on 25th August, 2011.

 

The Chief Executive Officer,

Power Holding Company of Nigeria

Kano Electricity Distribution Company

1 Niger Street, Kano.

 

Important Information

1.       The documents submitted will be opened on 26th August, 2011 by 12.00 noon 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 claim(s) whatsoever and /or  to seek any indemnity from Kano Electricity Distribution Company by virture of such Company having  responded to this  Advertisement.

 

Signed

Management

Kano Electricity Distribution Company.

 

 

 

 

 

Procurement of Automotive Gas Oil (Diesel) and Ancillary Services at Cross River State Water Board Limited

Invitation for Bids (IFB)

Nigeria Second National Urban Water Sector

Reform Project

Credit No: Cr 4086 – UNI (PO 71391)

Procurement of Automotive Gas Oil (Diesel) and Ancillary Services

NCB No.: CRSWBL/2nd NUWSRP/NCB/GDS/PED/2011.

 

1.       This invitation for prequalification follows the general procurement notice for this project in Development Business No. 673 of February 2006 on-line and in DG Market;

 

 

2.       The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA for the implementation of the Second National Urban Water Sector Reform Project: (2nd NUWSRP) CR. 4086 (PFO7131); and it intends to apply part of the proceeds of this loan to payments under the Contract for the Procurement of automotive gas oil (Diesel) to Cross River State Water Board Limited.

 

3.       The Cross River State Water Board Limited, the implementation agency for the Cross River State component now invites sealed bids from eligible and qualified major and reputable independent petroleum products marketers for the Supply of Automotive Gas Oil (DIESEL),  including ancillary Services:

 

S/No Description Cumulative Quantity Place of Delivery
1 Automotive Gas Oil (DIESEL) 264, 000 Liters @ 66,000 Liters every 40 days CRSWBL, Calabar Treatment Plant

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits,  and is open to all bidders from Eligible Source Countries as defined in the Guidelines, “May 2004” revised 2010

 

 

5.       Interested eligible bidders; reputable Major and Independent Petroleum products Marketers may obtain further information from Cross River State Water Board Limited; Attention: Engr. Elemi B. Etowa, elemi4@yahoo.com at the address given below from 8:00am -4:00pm on every working day i.e. Monday – Friday.

 

6.       Interested Bidders shall submit with their bids, documentary evidence that they meet the following Qualifications requirements:

 

(a)    Financial Capability

The Bidder shall furnish documentary evidence that it possess the financial capability to undertake the contract by submitting:

(i)      Authentic and credible external Audit report of the Bidder for the last 3 years.

(b)     Experience and Technical Capacity;

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)      Demonstrate that this is its regular line of Business and previous experience in  supply of Petroleum Products quantity of similar magnitude,

(ii)     Availability of Storage Depot in the region,

(iii)    Availability of haulage facilities to final destination.

 

(c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement

 

(I)      White product, Suitable for use in the operation of Generating Plants, Diesel opera Equipment and Vehicles.

 

7. Bidders should note the following:

a)       That the entire 264,000 Liters of automotive gas oil (Diesel) are envisaged to be delivered in tranches at an average rate of 66,000 Liters after every 40 days;

b)      That the Purchaser envisages that it will issue an order for the delivery of the first: 66,000 Liters of product shortly after the Bids opening:

c)       Thereafter subsequently at each instance of delivery of automated gas oil product (white fuel) by the successful Bidder i.e. after every 40 days and confirmed officially via electronic mail to official mail box of the same; the contributing factors of mutually acceptable competitive prevailing market forces as negotiated and agreed shall apply;

d)      Bidders shall propose additional ancillary and/ or related services they are able to offer on their Bids as an incentive and are required to note that this may be considered during evaluation.

e)       Further to (b) above, the official price quoted as at the subsequent 40th days after the first 66,000 Liters delivery and/ or when an official request is made by the purchaser’s by the Nigerian National Petroleum Company (NNPC) or the public organ of the purchaser’s country responsible for setting the price of petroleum products or a mark-up or discount on the pump price at the Bidders services pump station shall serve as baseline;

 

f)       A mandatory Pre-Bid Meeting shall hold as follows:

 

Date: 26th July, 2011

Time: 10.00am

Venue: Room 10. Conference Room, Corporate Headquarter,

Cross River State Water Board Limited,

147, Ndidem Usang  Iso Road, Calabar,

Cross River State. Nigeria

 

8.       A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of

N 10. 000.00 (Ten thousand naira only). The method of payment will be by certified Cheque or Bank Draft, The Bidding Documents may be collected by hand by the Bidder at the address shown below or sent by via e-mail on request.

 

9.       Bids MUST be delivered to the address below on or before 1.00 pm, on 8th August,  2011. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below, at 1.15pm on 8th August 2011.

All bids MUST be accompanied by a Bid Security” valued at 2% of the bid price.

 

10.     The Managing Director,

Attention: Engr. Elemi B. Etowa

Cross River State Water Board Limited Corporate Office,

147, Ndidein Usang Iso Road. Calabar,

Cross River State. Nigeria

Tel.: (+234) 87 450 111, (+234) 803 670 8465

E-mail: elemi4@yahoo.com

 

Procurement of Office and Technical Equipment at Cross River State Water Board Limited

Second National Urban Water Sector Reform Project

CR. 40860-UNI (PO71391)

Invitation for Bids (IFB)

Procurement of Office and Technical Equipment

NCB No.: CRSWB/2NUWSRP/NCB/GDS/OTE/2011/001

 

 

1.       This invitation for prequalification follows the general procurement notice for this project in Development Business No. 673 of February 2006 on-line and in DG Market

 

2.       The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA for the implementation of the Second National Urban Water Sector Reform Project (2nd NUWSRP) CR, 4086 (PO7 1 391); and it intends to apply part off he proceeds of this loan to payments under the Contract for the Procurement of office and technical equipment.

 

3        The Cross River State Water Board Limited, the implementation agency for the Cross State component now invites sealed bids from eligible and qualified bidders for the following office and technical equipment to be procured:

 

Lot No. Item Description Delivery period Bid Security Delivery /work Location
1 Office I.T. equipment 45 days 2% of bid price CRSWBL, Corporate Office and Remote offices, Calabar
2 Supply & Installation of Office Furnishing/window burglary proof of Remote Offices 30 days 2% of bid price CRSWBL, Corporate Office Calabar.
3 Supply, Installation &. test commissioning of 200Kva Diesel Generator including Re-earthing of the generator and Building including all ancillary installation works. 30 days 2% of bid price CRSWBL Corporate Office Calabar.
4 Supply, Fabrication & Re-installation of Stah.ile.ss Steel Ground Level Reservoir Access Ladder

 

2% of bid price CRSWBL GLR, Calabar
5 Supply & Re- installation of CRSWBL Elevated water Tank Float valves 90 days 2% of bid price CRSWBL, Treatment Plant, Calabar,
6 Supply, Fabrication & Installation of Light grey powder coated POP/Glass Office Partitioning 60 days 2% of bid price Corporate Headquarters
7 Supply & Installation of Wireless Tank level automation Gadget at the Ediba Qua. Pump Station’s (PS). Elevated Water Tank (EWT), Eta Agbor (PS, EWT); Ikot Effanga (PS,cEWT) 2% of bid price CRSWBL, Specified sites, Calabar

 

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, “May 2004 as revised October 2010” and is open to all bidders from Eligible Source Countries as defined in the Guidelines,

 

5.       Interested eligible bidders may obtain further information from The Office of The Managing Director, Cross River State Water Board Limited; Engr. Elemi B. Etowa, and inspect the Bidding Documents at the address given below from 8:30am – 4;30pm on every working day i.e. Monday- Friday, except on public holiday.

 

6.       Qualifications requirement include:

(a)    Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirements):

 

i)       Authentic and credible Banker’s declaration that the Bidder has the financial capacity or a line of credit to execute the contract (as contained in the schedule of requirement) for supply of goods (NOT AN INTRODUCTION LETTER FROMABANK);

ii)      Evidence of payment of mandatory taxes for the last three years;

iii)     Evidence of Corporate legal entity;

iv)     External Audit report of the Bidder for the last (3) three years;

 

 

 

(b)     Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement’s):

(I)      Previous experience in supply of goods for the specified lots of similar magnitude.

(c)      The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:

(1)     Suitable for rugged Office use by the Client,

 

 

 

7.       A complete set. of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of

N10, 000.00 (Ten thousand naira only. The method of payment will be by certified Cheque or Bank Draft. The Bidding Documents  may be collected by hand by the Bidder at the address shown below or sent by via e-mail on request.

 

 

8.       Bids MUST be delivered to the address below on or before (1.00 pm) on

8th August, 2011.

Electronic bidding will not be permitted.

Late bids will be rejected.

Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 1315 pm (1.15pm) on 8th August 2011.

All bids MUST be accompanied by a “Bid Security” valued at 2% of bids price.

 

The Managing Director,

Attention: Engr. Elemi B. Etowa

Cross River State Water Board Limited Corporate Office,

147, Ndidein Usang Iso Road. Calabar,

Cross River State. Nigeria

Tel.: (+234) 87 450 111, (+234) 803 670 8465

E-mail: elemi4@yahoo.com

Recruitment of an Agency for Media Sensitization on ECOWAS Common Investment Market at Economic Community of West African States (ECOWAS)

Request for Expressions of Interest

From: 07/07/2011 to 11/08/2011

Source of Funding: ECOWAS-EU Contribution Agreement

Client: ECOWAS COMMISSION.

Type: Request for Expression of Interest

 

Recruitment of an Agency for Media Sensitization on ECOWAS Common Investment Market

 

Economic Community of West African States (ECOWAS) is a regional group of fifteen Countries, founded in 1975. its mission is to promote economic integration in all fields of economic activity, particularly industry, transport telecommunications , energy, agriculture, natural resources, social and cultural matters, commerce, monetary and financial questions,. Further to the adoption of the Supplementary Act on Community Investment Rules, Competition and Establishment of a Competition Agency, ECOWAS Commission has deployed strategies towards the implementation of the Common Investment Market (CIM). Precisely, harmonization of Investment Policies and Rules Member States into a Common investment Code is being vigorously pursued.

 

The ECOWAS Commission places a premium on the awareness and involvement of the Citizens in this initiative and so has embarked on enlightenment and sensitization programs for various stakeholders, including IPAs, organized private sector groups, the academic community, Media Practitioners etc. These have achieved considerable awareness among the target stakeholders

 

The ECOWAS Commission has then sought to recruit an Agency for Media Sensitization on ECOWAS Common Investment Market.

 

I.       The services included under this project are:

  • Development , production and publication/broadcast of relevant media    and mass publicity materials, including   advertorials,   discussions,   interviews, articles, outdoor bill boards etc   on national mass media, (including TV shows, radio broad cast and newspaper publication) on the ECIM in the 15 member states of ECOWAS

 

 

  • Produce and air a regular TV and Radio educative programs on the concept and issues in ECIM

 

 

  • Conceive and produce documentaries and features on  the provisions of the ECOWAS Supplementary act on investment rules for broadcast on radio and TV stations

 

  • Deploy any other mass media publicity campaign strategy  to   create   awareness   on   the   initiative, advantages and challenges of the ECIM

 

II. The ECOWAS Commission now invites eligible consultants (Firm) to indicate their interest in providing these services, interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments with all necessary proofs within the Five (05) past year, experience in similar conditions (at least 10 years of proven professional experience), availability of appropriate skills among the Firm staffs, and all other necessary information for these services). Consultants may constitute joint-ventures to enhance their chances of qualification.

 

 

III.     The selection procedure will be based on Quality and Cost in accordance with the ECOWAS Tender Code. ECOWAS Commission is under no obligation to shortlist any consultant who expresses interest.

 

 

IV.     Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9:00 a.m GMT+1 to 4.00 p.m GMT+1.

 

 

ECOWAS Commission, Directorate of General

Administration, Procurement Unit, 101,

Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria

 

Courriel: nkuakor@yahoo.fr; bangoura53@yahoo.fr; kabirnfr@yahoo.fr

 

 

V.      Expressions of interest must be delivered in sealed envelope and clearly marked “RECRUITMENT OF AN AGENCY FOR MEDIA SENSITIZATION ON ECOWAS COMMON INVESTMENT MARKET, do not open except in presence of the Tender Committe” An Expression of Interest (1 original and 03 copies) to the address below on or before 11th August, 2011 at 4.00 p.m GMT+1.

 

 

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101 Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria.

 

Signed:

Mrs Halima Ahmed

Director of General Administration