Invitation to Bid for Supply and Installation of Prepayment Meters in Kaduna Electricity Distribution Company: (NGP-D5).

Posted by Chinyere on Wed 12th Dec, 2012 - nigeriantenders.com






Date: 12 December, 2012
Loan N°: CR46200 UNI
IFBN°: NGP-D5

1.) The Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of the Nigeria Electricity and Gas Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Supply and Installation of Prepayment meters in Kaduna Electricity Distribution Company: (NGP-D5).

2.) The Power Holding company of Nigeria Plc – Project Management Unit (PHCN-PMU) now invites sealed bids from eligible bidders for the Supply and Installation of Prepayment meters in Kaduna Electricity Distribution Company: (NGP-D5).

Kaduna Electricity Distribution Company

International competitive bidding will be conducted in accordance with the Bank’s Single-Stage Bidding Procedure.

3.) Interested eligible bidders may obtain further information from and inspect the bidding documents from Power Holding Company of Nigeria Plc, Project Management Unit (PHCN-PMU) at address 1 given below from 9:00a.rn to 5:00p.m week days Nigeria time starting from 12th December, 2012.

4.) Complete set of bidding documents in English maybe purchased by interested bidders on the submission of a written application to the address (1) below and upon payment of a nonrefundable fee of fifteen thousand Naira (N15,000.00) or one hundred US Dollars (US$100.00). The method of payment will be by Certified Bank Cheque in favour of PHCN.

5.) The provisions in the instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Documents: Procurement of Plant.

6.) Closing Date
Bids must be delivered to the address (1) below at or before 12:00 pm on 20th February, 2013. All bids must be accompanied by a bid security of:

US$200,000 [two hundred thousand US Dollars) or equivalent amounts in a freely convertible currency. Late bids will be rejected.

7.) Firms that cannot meet the following key qualifications requirements are not encouraged to participate in the bidding process:

(a)Average annual turnover requirement
Minimum average annual turnover of Thirteen million US Dollar (US$13m) calculated as total certified payments received for contracts in progress or completed, within the last three (3) years

(b) Financial Resources:

The Bidder must demonstrate access to, or availability of financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirements:

One Million seven hundred thousand US Dollar (US$1.7m)


(c) Specific Experience:

Participation as contractor, management contractor, or subcontractor, in at least Two (2) contracts within the last Five (5) years, each with a value of at least: Eight Million US Dollar (US$8.0m)

8.) Bids will be opened in the presence of the bidders’ representatives, who choose to attend at Conference Room of Immaculate Suites and Apartments, Plot 110, Ademola Adetokunbo Crescent, Wuse II, Abuja at 12:00 pm on 20th February, 2013. Bidders are required to show at bid submission, evidence of bid purchase.

Address (1)
Engr J. A. Ciroma
Manager Project Management Unit
7, Kampala Street, Wuse II, Abuja 900288,
Nigeria
Tel: +234-9-8705449
E-mail:
phcnpmu@nepapmu.org.ng Website: www.nepapmu.org.ng
Industry

;
Category

;
State

;