Rehabilitation of SCADA Network
Filed under: Breaking News, Expression of Interest (EOI), Featured Projects, Latest News
Comments: None
DETAILS
Invitation for Initial Selection
For
Rehabilitation of SCADA System in Transmission Network
ICB-NTP-TR6B
Nigeria Electricity Transmission Project (NETAP)
(IDA Financed)
Transmission Company of Nigeria (TCN)
Office Address:
Telephone: +234 808 028 8802-3 Plot 1226, Aminu Kano Crescent,
Web Site: http//www.tcnpmu.ng Wuse 2, Abuja.
June, 2021
TRANSMISSION COMPANY NIGERIA (TCN)
Project Management Unit (PMU)
Invitation for Initial Selection
(Plant Design, Supply, and Installation)
Employer: Transmission Company of Nigeria
Project:Nigeria Electricity Transmission Project (NETAP)
Contract title: Rehabilitation of SCADA System in Transmission Network
Country: Nigeria
Credit No. : 61850-NG
ISD No: NTP-TR6B
Issued on: 3rd June, 2021
- The Transmission Company of Nigeria has received financing from the World Bank toward the cost of the Nigeria Electricity Transmission Nigeria (NETAP), and intends to apply part of the proceeds toward payments under the contract for Rehabilitation of SCADA System in Transmission Network: NTP-TR6B.
- The Transmission Company of Nigeria-Project Management Unit (TCN-PMU) intends to initially select Applicants for Rehabilitation of SCADA System in Transmission Network: NTP-TR6B. It is expected that the Request for Proposals will be made inSeptember 2021.
Brief description of the project, TCN is seeking bidders with SCADA, Energy Management System, Automation Equipment and Plant Interfacing Works, Fibre Optic Cabling, Telecommunication Systems capabilities to provide a proposal that achieves the following objectives:
- Implement two National Control Centres, its Backup and 2 Regional Control Centers (RCC) at Benin and Ikeja West with the provision of Remote Consoles at 6- Regional Operational Centers (ROC) at Bauchi,Enugu, Kaduna, Osogbo, Port-Harcourt and Shiroro that meet the functional and technical requirements of TCN.
- Train TCN staff to learn, maintain and support the delivered system / equipment.
- To provide data collection, engineering design, manufacturing, procurement, transportation, installation, testing and commissioning of all necessary SCADA/EMS (Hardware & Software), Telecom System, RTU, Adaption Works and 48 V DC System.
- Initial Selection will be conducted through the procedures as specified in the World Bank’s Procurement Regulations for IPF Borrowers- 4thEdition(“Procurement Regulations”), and is open to all eligible Applicants as defined in the Procurement Regulations.
- Interested eligible Applicants may obtain further information from the Transmission Company of Nigeria – Project Management Unit (TCN-PMU) at the address below, during office hours 0900 to 1700 hours. A complete set of Initial Selection documents in English Language may be purchased by interested Applicants on the submission of a written application to the address below and upon payment of a non-refundable fee of Fifty thousand Naira (NGN50,000.00) orOne hundred and fifty Dollars (US$150).The method of payment will be via Remita (https://www.remita.net/) by generating Remita Retrieval Reference (RRR) in favour of Transmission Company of Nigeria-Project Management Unit.
Kindly follow these steps: (i) Enter Remita platform (ii) Select Pay FGN and State TSA (iii) Select FGN (iv) Under Who do you want to pay-Select TCN-PMU (v) Under Name of Services/Purpose-Select TCN-PMU (Note: Do not select Tender Fees), (vi) Complete the form and Submit.
The bidding documents may also be accessed and downloaded via this link SCADA
However, evidence of payment in accordance with item 4 above must be accompanied with your Bids.
- Firms that cannot meet the following key qualifications requirements are not encouraged to participate in the Initial Selection process:
- Average annual turnover requirement:
Minimum average annual turnover of Fifty-Eight million US Dollars (US$58,000,000), calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years
(b) Financial Resources:
The Applicant shall demonstrate that it has access to, or has available liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as Nine million US Dollars (US$9,000,000)
(c) Specific Experience:
A minimum number of two (2) similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or subcontractor between 1st January, 2016 and Application submission deadline Two (2) similar contracts valued at Forty Six million US Dollars (US$46million) each.
- Applications for Initial Selection should be submitted by emailwith password protected read-only documents as attachments or delivered to the address below by 12:00pm local time on 1st July, 2021. Bidders can also submit pass worded soft copy in a flash drive.Late applications may be rejected.The email address for the application submission purposes is tcnwbpmu.procurement@tcn.org.ng. TCN PMU will confirm the receipt of each application.
ADDRESS:
Transmission Company of Nigeria – Project Management Unit (TCN-PMU)
Conference Room,
Attention: Engr. T.M.Bamalli
Project Manager (World Bank funded projects)
Plot 1226, Aminu Kano Crescent,
Wuse II Abuja 900288,
NIGERIA
Tel: +234-808 028 8802, +234 808 028 8803
E-mail: tcnpmu@tcnpmu.ng&bamalli.tukur@tcn.org.ng
Website:www.tcnpmu.ng
Invitation for Initial Selection
(Plant Design, Supply, and Installation)
Procurement of:
Rehabilitation of SCADA System in Transmission Network: NTP-TR6B.
Employer: Transmission Company of Nigeria
Project:Nigeria Electricity Transmission Project (NETAP)
Contract title: Rehabilitation of SCADA System in Transmission Network
Country: Nigeria
Credit No.: 61850-NG
ISD No: NTP-TR6B
Issued on: 3rd June, 2021
Table of Contents
PART 1 – Initial Selection Procedures
Section I - Instructions to Applicants
Contents
- General........................................................................................................................ 3
- Scope of Application........................................................................................................ 3
- Source of Funds............................................................................................................... 3
- Fraud and Corruption....................................................................................................... 4
- Eligible Applicants........................................................................................................... 4
- Eligibility.......................................................................................................................... 6
- Contents of the Initial Selection Document............................................................... 7
- Sections of Initial Selection Document............................................................................ 7
- Clarification of Initial Selection Document and Pre-Application Meeting...................... 8
- Amendment of Initial Selection Document..................................................................... 9
- Preparation of Applications........................................................................................ 9
- Cost of Applications......................................................................................................... 9
- Language of Application............................................................................................... 9
- Documents Comprising the Application....................................................................... 9
- Application Submission Letter.................................................................................... 10
- Documents Establishing the Eligibility of the Applicant............................................ 10
- Documents Establishing the Qualifications of the Applicant..................................... 10
- Signing of the Application and Number of Copies..................................................... 10
- Submission of Applications............................................................. ,,… …………..11
- Sealing and Marking of Applications.......................................................................... 11
- Deadline for Submission of Applications................................................................... 11
- Late Applications........................................................................................................ 11
- Opening of Applications............................................................................................. 12
- Procedures for Evaluation of Applications............................................................... 12
- Confidentiality............................................................................................................ 12
- Clarification of Applications....................................................................................... 12
- Responsiveness of Applications.................................................................................. 12
- Margin of Preference................................................................................................... 13
- Subcontractors............................................................................................................. 13
- Evaluation of Applications and Initial Selection of Applicants............................... 13
- Evaluation of Applications.......................................................................................... 13
- Employer’s Right to Accept or Reject Applicants...................................................... 14
- Initial Selection of Applicants..................................................................................... 14
- Notification of Initial Selection.................................................................................. 16
- Request for Proposals.................................................................................................. 16
- Changes in Qualifications of Applicants..................................................................... 16
- Procurement Related Complaint................................................................................. 17
Section I - Instructions to Applicants
A. General | ||
ITA 1.1 | The identification of the Invitation for Initial Selection is: NTP-TR6B The Employer is: Transmission Company of Nigeria – Project Management Unit, The list of contract/s is: Rehabilitation of SCADA System in Transmission Network RFP name and number are: Rehabilitation of SCADA System in Transmission Network:NTP-TR6B |
|
ITA 2.1
| The Borrower is: Federal Government of Nigeria Loan or Financing Agreement amount:US$486 Million The name of the Project is: Nigeria Electricity Transmission Project (NETAP) |
|
ITA 4.2 | Maximum number of members in the JV shall be: two (2) members |
|
ITA 4.8 | A list of debarred firms and individuals is available on the Bank’s external website: http://www.worldbank.org/debarr. |
|
B. Contents of the Initial Selection Document | ||
ITA 7.1 | For clarification purposes, the Employer's address is: Transmission Company of Nigeria – Project Management Unit Attention: Engr. T.M Bamalli. – Project Manager (World Bank Projects) Address: Plot 1226, Aminu Kano Crescent, Wuse II,Abuja, Nigeria Telephone: +234 8080288802-3 Electronic mail address: tcnpmu@tcnpmu.ng or bamalli.tukur@tcn.org.ng |
|
ITA 7.1 & 8.2 | Web page: www.tcnpmu.ng |
|
ITA 7.2 | Pre-Application Meeting will be held: No |
|
C. Preparation of Applications | ||
ITA 10.1 | This Initial Selection document has been issued in the English language. All correspondence exchange shall be in English language. The Application as well as all correspondence shall be submitted in English language | |
ITA 11.1 (d) | The Applicant shall submit with its Application, the following additional documents: Not Applicable | |
ITA 14.2 | The source for determining exchange rates is Financial Times of London (available at www.ft.com)
| |
ITA 15.2 | In addition to the original, the number of copies to be submitted with the Application is: One (1) copy and a soft copy | |
D. Submission of Applications | ||
ITA 17.1 | The deadline for Application submission is: Date: 1st July, 2021 Time: 12:00pm local time For Application submission purposes only, the Employer's address is: Transmission Company of Nigeria – Project Management Unit Attention: Engr. T. M.Bamalli – Project Manager (World Bank Projects) Address: Plot 1226, Aminu Kano Crescent, Wuse II, Abuja, Nigeria ZIP Code: 900288 Telephone: +234 8080288802-3 Applications can be submitted by email with password protected read-only documents as attachments. The email address for the application submission purposes is tcnwbpmu.procurement@tcn.org.ng. TCN PMU will confirm the receipt of each application. | |
ITA 18.1 | Late Applications will be returned unopened to the Applicants | |
ITA 19.1 | The password protected read-only submitted application shall be opened at the specified date and time Date: 1st July, 2021 Time: 1.30 pm Nigeria Local time | |
ITA 19.2 | Within one hour after the application submission deadline,applicants must send the password of their password protected read-only application to the email address specified ITA17.1 in the bidding documents.
Any applicant that refuses to send the password required to open their password protected read-only application within the stipulated time of one hour shall be treated as late submission and such application shall not be opened. | |
E. Procedures for Evaluation of Applications | ||
ITA 24.1 | At this time the Employer intends to execute certain specific parts of the contract by sub-contractors selected in advance. The Design and Construction of the Control Centers will be carried out by Contractor selected by TCN | |
F. Evaluation of Applications and Initial Selection of Applicants | ||
ITA 25.2 | The relevant qualifications of the proposed Specialized Subcontractors will beadded to the qualifications of the Applicant for the purpose of evaluation as indicated in Section III - Initial Selection Criteria and Requirements. | |
ITA 27.1 | Initial Selection – minimum number (x) The Employer intends to Initially Select the following number of long listed Applications: four (4). This number is referred to as x, and is the minimum number to be Initially Selected. Initial Selection – maximum number (y) The Employer, may, at its sole discretion, Initially Select more than the minimum number of long listed Applications. The maximum number that may be Initially Selected is eight (8). This number is referred to as y. | |
ITA 31.1 | The procedures for making a Procurement-related Complaint are detailed in the “Procurement Regulations for IPF Borrowers (Annex III).” If an Applicant wishes to make a Procurement-related Complaint, the Applicant should submit its complaint following these procedures, in writing (by the quickest means available, that is either by email or fax), to: For the attention: Engr. T.M.Bamalli. Title/position: Project Manager (World Bank Projects) Employer : Transmission Company of Nigeria Email address: tcnpmu@tcnpmu.ng or Bamalli.Tukur@tcn.org.ng In summary, at this stage, a Procurement-related Complaint may challenge any of the following: 1. the terms of the Initial Selection Document; and 2. theEmployer’s decision not to initially select an Applicant. |
Section III - Initial Selection Criteria and Requirements
This section contains all the methods, criteria, and requirements that the Employer shall use to evaluate Applications. The information to be provided in relation to each requirement and the definitions of the corresponding terms are included in the respective Application Forms.
Contents
- Eligibility.................................................................................................................. 25
- Financial Situation and Performance........................................................................ 27
- Experience................................................................................................................ 29
- Past Performance...................................................................................................... 31
- Contract/Project Management Capability................................................................. 32
- Employer’s Requirements......................................................................................... 33
Table 1 – Qualification Criteria and Requirements
Criteria | Single Entity Requirements
| Joint Venture Requirements | Documentation | |||||||||
No. | Subject | Requirement | All Members Combined | Each Member | One Member | Submission Requirements | ||||||
1.1 | Nationality | Nationality in accordance with ITA 4.5 | Must meet requirement | Must meet requirement | Must meet requirement | N/A | Forms ELI – 1.1 and 1.2, with attachments | |||||
1.2 | Conflict of Interest | No conflicts of interest in accordance with ITA 4.6 | Must meet requirement | Must meet requirement | Must meet requirement | N/A | Application Submission Letter | |||||
1.3 | Bank Eligibility | Not having been declared ineligible by the Bank, as described in ITA 4.7 and 5.1 | Must meet requirement | Must meet requirement | Must meet requirement | N/A
| Application Submission Letter | |||||
1.4 | United Nations resolution or Borrower’s country law | Not having been excluded as a result of prohibition in the Borrower’s country laws or official regulations against commercial relations with the Applicant’s country, or by an act of compliance with UN Security Council resolution, both in accordance with ITA 5.1 and Section V. | Must meet requirement | Must meet requirement | Must meet requirement | N/A
| Forms ELI – 1.1 and 1.2, with attachments | |||||
|
|
|
|
|
|
|
| |||||
Historical Contract Non-Performance
Criteria | Single Entity Requirements
| Joint Venture | Documentation | ||||
No. | Subject | Requirement | All Members Combined | Each Member | One Member | Submission Requirements | |
2.1 | History of Non-Performing Contracts | Non-performance of a contract[1] did not occur as a result of contractor’s default since 1st January 2016. | Must meet requirement | Must meet requirements | Must meet requirement[2] | N/A | Form CON-2 |
2.2 | Suspension Based on Execution of Bid or Proposal Securing Declaration by the Employer | Not under suspension based on execution of Bid or Proposal Securing Declaration pursuant to ITA 4.10. | Must meet requirement | Must meet requirement | Must meet requirement | N/A | Application Submission Letter |
2.3 | Pending Litigation | Applicant’s financial position and prospective long term profitability still sound according to criteria established in 3.1 below and assuming that all pending litigation will be resolved against the Applicant | Must meet requirement | N/A | Must meet requirement | N/A | Form CON – 2
|
2.4 | Litigation History | No consistent history of court/arbitral award decisions against the Applicant[3] since 1st January 2016 | Must meet requirement | Must meet requirement | Must meet requirement | N/A | Form CON – 2 |
Criteria | Single Entity Requirements
| Joint Venture Requirements | Documentation | ||||
No. | Subject | Requirement | All Members Combined | Each Member | One Member | Submission Requirements | |
3.1 | Financial Capabilities | (i) The Applicant shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirements estimated as Nine million US Dollars (US$9,000,000)for the subject contract(s) net of the Applicants other commitments.
(ii) The Applicant shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on contracts currently in progress and for future contract commitments.
(iii) The audited balance sheets or, if not required by the laws of the Applicant’s country, other financial statements acceptable to the Employer, for the last five (5)years shall be submitted and must demonstrate the current soundness of the Applicant’s financial position and indicate its prospective long-term profitability. | Must meet requirement
Must meet requirement
Must meet requirement | Must meet requirement
Must meet requirement
N/A | Must meet 40% [forty percent] of the requirement
N/A
Must meet requirement | Must meet 60% [sixty percent] of the requirement
N/A
N/A | Form FIN – 3.1, with attachments |
3.2 | Average Annual Turnover | Minimum average annual turnover in Plant Design, and/or Supply and/or Installation of Fifty-Eight million US Dollars (US$58,000,000), calculated as total certified payments received for contracts in progress and/or completed within the last 5 years,divided byfive years.
| Must meet requirement | Must meet requirement | Must meet 40% [forty percent] of the requirement | Must meet 60% [sixty percent] of the requirement | Form FIN – 3.2
|
Criteria | Single Entity Requirements
| Joint Venture Requirements | Documentation | ||||
No. | Subject | Requirement |
| All Members Combined | Each Member | One Member | Submission Requirements |
4.1 | General Experience | Experience in SCADA/EMS Control Centre projects with RTU & Adaptation works as well as Telecommunication contracts in the role of prime contractor, JV member, subcontractor, or management contractor for at least the last ten (10) years, starting 1st January 2016. | Must meet requirement | N/A | Must meet requirement | N/A | Form EXP – 4.1
|
4.2a | Specific Experience | A minimum number of two (2) similar SCADA/EMS Control Centre, Telecoms projects, RTU Adaptation works and the ability to interface with different vendor equipment with verifiable contracts during the last five(5) years specified below that have been satisfactorily and substantially[4] completed as a prime contractor, joint venture member [5], or subcontractor between 1st January2016and Application submission deadline:
Two (2) similar contracts valued atForty Six million US Dollars (US$46million) each.
A sub-contractor maybe engaged in telecommunications works which includes the installation and commissioning of OPGW , installation and commissioning of Power Line Carrier Communication (PLCC) and Microwave Communication System
| Must meet requirement
| Must meet requirement[6] | N/A
| N/A
| Form EXP 4.2 |
4.2b | Specific Experience | Specific experience in ES aspects: Minimize influx through local hiring. Require the contractor to include in the Contractors Environmental and Social Management Plan (CESMP) measures to avoid SEA, GBV, or other social conflict, including: mandatory awareness raising for the workforce about refraining from unacceptable conduct toward local community members, specifically women; informing workers about national laws that make sexual harassment, exploitation of children, and gender-based violence a punishable offence which is prosecuted; Code of conduct to be established for contractor employees and contract workers, acknowledging a zero-tolerance policy towards child labor ; child sexual exploitation as well as Sexual and Gender Based Violence .The code of conduct will be a part of employment contracts for each contractor staff, and will include sanctions for non-compliance (e.g., termination), and Contractors adopting a policy to cooperate with law enforcement agencies in investigating complaints about gender-based violence. TCN and Contractor should consult with local community representatives including women regarding potential for SEA or GBV and appropriate measures to prevent and respond to it. TCN should ensure that contractor’s GRM is robust and operational Ensure that implementation of the CESMP (or influx management plan if there is one) is an enforceable provision of the construction contract |
|
|
|
|
|
Table 2 – Rated Criteria and Requirements
| Scoring | Documentation | |||||||||||||
Requirement | Maximum score | Remark | Submission Requirement | ||||||||||||
1.1 Number of similar contracts Number of satisfactorily and substantially completed SCADA/EMS Control Centre projects with RTU & Adaptation workscontracts that exceed the number specified in Table 1, Sub-Factor 4.2(where this number is x) that are: 1. similar to the Requirements (Reference Table 1, 4.2); and 2. completed during the past five (5) years. Scoring methodology:
|
40 | In case of JV, all members combined will be evaluated. | Form EXP 4.2 |
Criteria | Scoring | Documentation | |||||||||||
Requirement | Maximum score | Remark | Submission Requirement | ||||||||||
[Contract/project management capability demonstrated in the following key areas: 1. Description of project management system/s and how they will be applied (including status of accreditation with recognized international standards applicable to the industry) 2. Environmental, Social, Health, and Safety management practice, and 3. Use of value Engineering, innovation and continuous improvement.] Scoring methodology:
|
30 | In case of JV, the capability of the lead member will be evaluated | Table 2-PM |
Criteria | Scoring | Documentation | |||||||||||
Requirement | Maximum score | Remark | Submission Requirement | ||||||||||
[Demonstrate an understanding of the Employer’s Requirements. Key aspects to be addressed are: 1. approach to the contract 2. preliminary timeline/delivery schedule, and 3. risk identification).] Scoring methodology:
|
30 |
| Table 2-ER |
Section IV - Application Forms
Table of Forms
Historical Contract Non-Performance, and Pending Litigation and Litigation History. 38
Average Annual Turnover in Plant Design and/or Supply and/or Installation............... 42
General Experience in Plant Design and/or Supply and/or Installation........................... 43
Date: [insert day, month, and year]
RFP No. and title: [insert RFP number and title]
To: Project Manager (WBP)
Transmission Company of Nigeria-Project Management Unit
Plot 1226, Aminu Kano Crescent
Wuse II, Abuja
We, the undersigned, apply to be initially selected for the referenced Request for Proposal (RFP) and declare that:
(a) No reservations: We have examined and have no reservations to the Initial Selection Document, including Addendum(s) No(s) issued in accordance with ITA 8: [insert the number and issuing date of each addendum].
(b) No conflict of interest: We have no conflict of interest in accordance with ITA 4.6;
(c) Eligibility: We (and our subcontractors) meet the eligibility requirements as stated in ITA 4, we have not been suspended by the Employer based on execution of a Bid-Securing Declaration or Proposal-Securing Declaration in accordance with ITA 4.10;
- Suspension and Debarment: We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the World Bank Group or a debarment imposed by the World Bank Group in accordance with the Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and other development banks. Further, we are not ineligible under the Employer’s country laws or official regulations or pursuant to a decision of the United Nations Security Council;
- State-owned enterprise or institution:[select the appropriate option and delete the other] [We are not a state-owned enterprise or institution] / [We are a state-owned enterprise or institution but meet the requirements of ITA9];
(f) Subcontractors and Specialized Subcontractors: We, in accordance with ITA 24.2 and 25.2, plan to subcontract the following parts of the contract:
[Insert any part of the contract which the Applicant intends to subcontract along with complete details of the Specialized Subcontractors, their qualification and experience]
(g) Commissions, gratuities, fees: We declare that the following commissions, gratuities, or fees have been paid or are to be paid with respect to the Initial Selection process, the corresponding RFPprocess or execution of the Contract:
Name of Recipient
| Address | Reason | Amount |
[insert full name for each occurrence] | [insert street/ number/city/country] | [indicate reason] | [specify amount currency, value, exchange rate and US$equivalent] |
________________ | ________________ | ________________ | ________________ |
[If no payments are made or promised, add the following statement: “No commissions or gratuities have been or are to be paid by us to agents or any third party relating to this Application]
(h) Not bound to accept: We understand that you may cancel the Initial Selection process at any time and that you are neither bound to accept any Application that you may receive nor to invite the initially selected Applicants to submit Proposal for the contract subject of this Initial selection process, without incurring any liability to the Applicants, in accordance with ITA 26.1.
(i) True and correct: All information, statements and description contained in the Application are in all respect true, correct and complete to the best of our knowledge and belief.
Signed [insert signature(s) of an authorized representative(s) of the Applicant]
Name [insert full name of person signing the Application]
In the capacity of [insert capacity of person signing the Application]
Duly authorized to sign the Application for and on behalf of: Applicant’s Name [insert full name of Applicant or the name of the JV]
Address [insert street number/town or city/country address]
Dated on [insert day number] day of [insert month], [insert year]
[For a joint venture, either all members shall sign or only the authorized representative, in which case the power of attorney to sign on behalf of all members shall be attached]
Form ELI -1.1
Date: [insert day, month, year]
RFP No. and title: [insert RFP number and title]
Page[insert page number]of [insert total number]pages
Applicant's name [insert full name] |
In case of Joint Venture (JV), name of each member: [insert full name of each member in JV] |
Applicant's actual or intended country of registration: [indicate country of Constitution] |
Applicant's actual or intended year of incorporation: [indicate year of Constitution] |
Applicant's legal address [in country of registration]: [insert street/ number/ town or city/ country] |
Applicant's authorized representative information Name: [insert full name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] |
1. Attached are copies of original documents of ¨ Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of the legal entity named above, in accordance with ITA 4.5. ¨ In case of JV, letter of intent to form JV or JV agreement, in accordance with ITA 4.2. ¨ In case of state-owned enterprise or institution, in accordance with ITA 4.9 documents establishing: · Legal and financial autonomy · Operation under commercial law · Establishing that the Applicant is not under supervision of the Employer 2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
|
Form ELI -1.2
Applicant's JV Information Form
[The following form is additional to Form ELI – 1.1., and shall be completed to provide information relating to each JV member (in case the Applicant is a JV) as well as any Specialized Subcontractor proposed to be used by the Applicant for any part of the Contract resulting from this Initial Selection]
Date: [insert day, month, year]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
Applicant name: [insert full name] |
Applicant's JV Member’s name: [insert full name of Applicant's JV Member] |
Applicant's JV Member’s country of registration: [indicate country of registration] |
Applicant JV Member’s year of constitution: [indicate year of constitution] |
Applicant JV Member’s legal address in country of constitution: [insert street/ number/ town or city/ country] |
Applicant JV Member’s authorized representative information Name: [insert full name] Address: [insert street/ number/ town or city/ country] Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes] E-mail address: [indicate e-mail address] |
1. Attached are copies of original documents of ¨ Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITA 4.5. ¨ In case of a state-owned enterprise or institution, documents establishing legal and financial autonomy, operation in accordance with commercial law, and they are not under the supervision of the Employer, in accordance with ITA 4.9. 2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership. |
Form CON – 2
Historical Contract Non-Performance, and Pending Litigation and Litigation History
[The following table shall be filled in for the Applicant and for each member of a Joint Venture]
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member’s Name:[insertfull name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
Non-Performed Contracts in accordance with Section III, Table 1 Qualification Criteria, and Requirements | |||
¨ Contract non-performance did not occur since 1st January [insert year]specified in Section III,– Table 1 Qualification Criteria, and Requirements, Sub-Factor 2.1. ¨ Contract(s) not performed since 1st January [insert year] specified in Section III,– Table 1 Qualification Criteria, and Requirements, Sub-Factor 2.1. | |||
Year | Non- performed portion of contract | Contract Identification
| Total Contract Amount (current value, currency, exchange rate and US$ equivalent) |
[insert year] | [insert amount and percentage] | Contract Identification: [indicate complete contract name/ number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Reason(s) for nonperformance: [indicate main reason(s)] | [insert amount] |
Pending Litigation, in accordance with Section III, Table 1 Qualification Criteria, and Requirements | |||
¨ No pending litigation in accordance with Section III, Table 1 Qualification Criteria, and Requirements, Sub-Factor 2.3. | |||
¨ Pending litigation in accordance with Section III, Table 1 Qualification Criteria, and Requirements, Sub-Factor 2.3 as indicated below. |
Year of dispute | Amount in dispute (currency) | Contract Identification | Total Contract Amount (currency), USD Equivalent (exchange rate) |
[insert year] | [insert amount] | Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate “Employer” or “Contractor”] Status of dispute: [Indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary] | [insert amount] |
Litigation History in accordance with Section III, Table 1 Qualification Criteria, and Requirements | |||
¨ No Litigation History in accordance with Section III, Table 1 Qualification Criteria, and Requirements, Sub-Factor 2.4. ¨ Litigation History in accordance with Section III, Table 1 Qualification Criteria, and Requirements, Sub-Factor 2.4 as indicated below. | |||
Year of award | Outcome as percentage of Net Worth | Contract Identification | Total Contract Amount (currency), USD Equivalent (exchange rate) |
[insert year] | [insert percentage] | Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate “Employer” or “Contractor”] Reason(s) for Litigation and award decision [indicate main reason(s)] | [insert amount] |
Form FIN – 3.1
Financial Situation and Performance
[The following table shall be filled in for the Applicant and for each member of a Joint Venture]
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member Name:[insertfull name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
- Financial data
Type of Financial information in (currency) | Historic information for previous _[insert number] years, [insert in words] (amount in currency, currency, exchange rate*, USD equivalent) | ||||
| Year 1 | Year 2 | Year 3 | Year4 | Year 5 |
Statement of Financial Position (Information from Balance Sheet) | |||||
Total Assets (TA) |
|
|
|
|
|
Total Liabilities (TL) |
|
|
|
|
|
Total Equity/Net Worth (NW) |
|
|
|
|
|
Current Assets (CA) |
|
|
|
|
|
Current Liabilities (CL) |
|
|
|
|
|
Working Capital (WC) |
|
|
|
|
|
Information from Income Statement | |||||
Total Revenue (TR) |
|
|
|
|
|
Profits Before Taxes (PBT) |
|
|
|
|
|
Cash Flow Information | |||||
Cash Flow from Operating Activities |
|
|
|
|
|
* Refer ITA 14 for the exchange rate
- Sources of Finance
[The following table shall be filled in for the Applicant and all parties combined in case of a Joint Venture]
Specify sources of finance to meet the cash flow requirements on contracts currently in progress and for future contract commitments.
No. | Source of finance | Amount (US$ equivalent) |
1 |
|
|
2 |
|
|
3 |
|
|
|
|
|
- Financial documents
The Applicant and its parties shall provide copies of financial statements for [number] years pursuant Section III, Table 1 –Qualification Criteria, and Requirements Sub-factor 3.1. The financial statements shall:
(a) reflect the financial situation of the Applicant or in case of JV member , and not an affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
¨ Attached are copies of financial statements[7] for the [number] years required above; and complying with the requirements
Form FIN - 3.2
Average Annual Turnover in Plant Design and/or Supply and/or Installation
[The following table shall be filled in for the Applicant and for each member of a Joint Venture]
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member Name:[insertfull name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
Annual turnover data | |||
Year | Amount Currency | Exchange rate* | USD equivalent |
[indicate calendar year] | [insert amount and indicate currency] |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
| Average Annual Turnover ** |
|
* Refer ITA 14 for date and source of exchange rate.
** Total USD equivalent for all years divided by the total number of years. See Section III, Table 1 Qualification Criteria, and Requirements, 3.2.
Form EXP - 4.1
General Experience in Plant Design and/or Supply and/or Installation
[The following table shall be filled in for the Applicant and in the case of a JV Applicant, each Member]
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member Name:[insertfull name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
[As per Section III, Table 1 Qualification Criteria, and Requirements, Sub-Factor 4.1. list contracts chronologically, according to their commencement (starting) dates.]
Starting Year | Ending Year | Contract Identification | Role of Applicant |
[indicate year] | [indicate year] | Contract name: [insert full name] Brief Description of the Contracts performed by the Applicant: [describe contracts performed briefly] Amount of contract: [insert amount in currency, mention currency used, exchange rate and US$ equivalent*] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country] | [insert "Prime Contractor” or “JV Member” or "Sub-contractor” or "Management Contractor”] |
|
| Contract name: [insert full name] Brief Description of the Contracts performed by the Applicant: [describe contracts performed briefly] Amount of contract: [insert amount in currency, mention currency used, exchange rate and US$ equivalent*] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country] | [insert "Prime Contractor” or “JV Member” or "Sub-contractor” or "Management Contractor”] |
|
| Contract name: [insert full name] Brief Description of the Contracts performed by the Applicant: [describe contracts performed briefly] Amount of contract: [insert amount in currency, mention currency used, exchange rate and US$ equivalent*] Name of Employer: [indicate full name] Address: [indicate street/number/town or city/country] | [insert "Prime Contractor” or “JV Member” or "Sub-contractor” or "Management Contractor”] |
* Refer ITA 14 for date and source of exchange rate.
Form EXP - 4.2
(Table 1, 4.2 and Table 2)
[The following table shall be filled in for contracts performed by the Applicant, each member of a Joint Venture, and Specialized Sub-contractors]
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member Name:[insertfull name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages
Similar Contract No. [insert number] of [insert number of similar contracts required] | Information | |||||
Contract Identification | [insert contract name and number, if applicable] | |||||
Award date | [insert day, month, year, i.e., 15 June, 2015] | |||||
Completion date | [insert day, month, year, i.e., 03 October, 2017] | |||||
Role in Contract [check the appropriate box] | Prime Contractor ¨ | Member in ¨ | Management Contractor ¨ | Sub-contractor ¨ | ||
Total Contract Amount | [insert total contract amount in local currency] | US$ [insert Exchange rate and total contract amount in US$ equivalent]* | ||||
If member in a JV or sub-contractor, specify share in value in total Contract amount and roles and responsibilities | [insert a percentage amount] | [insert total contract amount in local currency] | [insert exchange rate and total contract amount in US$ equivalent]* | |||
[insert roles and responsibilities] | ||||||
Description of the similarity in accordance with Section III Table 1, 4.2 |
| |||||
Physical size of required contracts items | [insert physical size of items] | |||||
Complexity | [insert description of complexity] | |||||
Methods/Technology
| [insert specific aspects of the methods/technology involved in the contract]
| |||||
Other Characteristics | [insert other characteristics as described in Section VII, Scope of Employer’s Requirements] | |||||
Employer's Name: | [insert full name] | |||||
Address: Telephone/fax number E-mail: | [indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert e-mail address, if available] | |||||
* Refer ITA 14 for date and source of exchange rate.
Table 2-PM
Contract / Project Management Capability
The applicant shall demonstrate Contract / Project Management Capability in accordance with Table 2
Table 2-ER
Understanding of the Employer’s Requirement
The applicant shall demonstrate an Understanding of the Employer’s Requirement in accordance with Table 2
Section V - Eligible Countries
Eligibility for the Provision of Goods, Works and Services in Bank-Financed
Procurement
In reference to ITA 5.1, for the information of the Applicants, at the present time firms and individuals, supply of goods, or contracting of works or services, from the following countries are excluded from this Initial Selection process:
Under ITA 5.1 (a)none
Section VI - Fraud and Corruption
- Purpose
- The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under Bank Investment Project Financing operations.
- Requirements
- The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders (applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution of Bank-financed contracts, and refrain from Fraud and Corruption.
- To this end, the Bank:
- Defines, for the purposes of this provision, the terms set forth below as follows:
- “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
- “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
- “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
- “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
- “obstructive practice” is:
- deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
- acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
- Rejects a proposal for award if the Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
- In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring mis - procurement, if the Bank determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;
- Pursuant to the Bank’s Anti-Corruption Guidelines, and in accordance with the Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such a firm or individual ineligible (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;[8] (ii) to be a nominated[9] sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project;
Requires that a clause be included in request for bid/request for proposals documents and in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers), consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel, permit the Bank to inspect[10] all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.
PART 2 – Employer’s Requirements
Contents
- Description of the Plant Design, Supply and Installation. 54
- Implementation Period. 70
- Site and Other Data. 71
- Environmental and Social (ES) Requirement 72
TABLE OF CONTENT
2.11 Automation Equipment & Plant Interfacing Works in Transmission Stations&Generation Stations 65
Transmission Company of Nigeria (TCN) is the Very High and High Voltage Electricity Carrier of Nigeria. In order to meet customer demand for electricity, TCN needs to enhance the reliability, security, stability and power quality of its power system. As a consequence, TCN has decided to research the possibility of:
- Implementation of a new SCADA System at National Control Centers and other Regional Control Centers and updating of the existing database
2 PURPOSE OF THIS RFP
TCN aims at implementing the full-scale state-of-the-art SCADA and telecommunication systems for all the country of Nigeria in order to monitor and control in a safe and reliable manner the relevant electrical network as well as monitoring energy exchanges in the zone interconnections with other zones under the authorization of the National Control Centre (NCC). The project shall also include implementation of Automation Equipment and Plant Interfacing at relevant Transmission Stations and Generation Stations.
Construction of all Control Centre buildings with their associated auxiliary systems will be realized by TCN.
The main drivers of this planned implementation of all Control Centers are:
o A faster identification of tripping or faults on the network leading to quicker identification of fault location and restoration of electrical supplies.
o Reduced outage duration minimizing the loss of revenue to TCN.
o Improved continuity of electrical supply resulting in reduction of non-supplied energy costs.
o Better utilization of installed equipment enabling a deferral of the investment required to reinforce networks.
o Ability to monitor and reduce the network losses.
o Accurate on-line calculation of system loads and peak power on daily, weekly, monthly and/or yearly basis.
The purpose of this RFP is to invite tenders for the EPC works for a modern, state-of-the-art National, Backup and Regional Control Centers.
3 KEY OBJECTIVES
TCN is seeking bidders with SCADA, Energy Management System, Automation Equipment and Plant Interfacing Works, Fibre Optic Cabling, Telecommunication Systems capabilities to provide a proposal that achieves the following objectives:
o Implement two National Control Centers (NCC), its Backup and 2 Regional Control Centers at Benin and Ikeja West with the provision of Remote Consoles at 6 Regional Operational Centers (ROC) at, Bauchi, Enugu, Kaduna, Osogbo, Port-Harcourt and Shiroro that meet the functional and technical requirements of TCN
o Train TCN staff to learn, maintain and support the delivered system / equipment
4 EXISTING SITUATION
The generation, transmission and distribution of electric power in Nigeria were organized under the POWER HOLDING COMPANY of NIGERIA (PHCN). In 2005, a reform in the Power Sector resulted in the creation of 18 successor companies (6 for generation, 1 for transmission and 11 for distribution).
Electricity Transmission, System Operation and Electricity Trading have been devoted to the new transmission company named Transmission Company of Nigeria (TCN), and formerly called National Electricity Power Authority - NEPA.
TCN remained the property of the Government of Nigeria, while the 6 Generation and the 11 distribution companies have been sold to the private sector.
TCN manages the Transmission System of Nigeria. It consists of 3 main disciplines:
- Transmission Service Provider (TSP) that is responsible for the development and maintenance of transmission infrastructure.
- System Operator (SO) that manages the flow of electricity throughout the power system from generation to distribution companies.
- Market Operator (MO) that administers power market rules.
At 126kWh per capita, Nigeria lags far behind other developing nations in terms of grid-based electricity consumption. Based on the country’s GDP and global trends, electricity consumption should be four to five times higher than it is today. Approximately 30% of Nigeria’s installed capacity is distributed.
Nigeria’s transmission network consists of approximately 256 Transmission stations and 20,000km of transmission lines (330 kV, 132 kV and selected 33 kV voltage levels), spreading to all parts of Nigeria and across the border to several neighboring countries.
Nigeria’s transmission system does not have the capacity to transmit the installed generation capacity. Grid stability and capacity must improve to keep up with current and future installed generation capacity.
Currently, transmission capacity is higher than average operational generation capacity, but it is below the total installed capacity. When operational generation capacity grows to the same level as transmission capacity, transmission will become a critical bottleneck to electricity delivery.
At an average 7.4% (January to July 2015), transmission losses across the Nigeria electrical network are high compared to emerging country benchmarks of 2-6%. This reflects the critical infrastructure and operational challenges.
System collapses have declined over the last 7 years, but remain a significant challenge due to insufficient maintenance and poor system management.
Nigeria is also a net exporter of power and being the member of the West African power Pool (WAPP), integration with the WAPP system is anticipated.
The major challenges currently faced by TCN result in focusing its attention to:
- Increase TCNs’ capacity to transmit power in the grid to ensure that transmission is not a constraint to power supply
- Strengthen the stability and resilience of the transmission grid
- Integration with West African Power Pool (WAPP), with the aim to establish a regional electricity market in West Africa through reinforcement of key infrastructure resulting in accessibility to economic energy resources to member countries for mutual benefits.
The WAPP would require TCN to schedule and dispatch its generation plants in a coordinated manner.
Unbundling of the TCN into two companies; one for Market Operator (MO) &Independent System Operator (ISO) while the second company dedicated for Transmission System Provider (TSP)
Within this frame, TCN to deal with many ambitious goals:
- Improve quality and reliability of electricity supply throughout the country, and in the meanwhile, reduce the cost of electricity to the consumer;
- Transmit electricity to areas that are currently not supplied;
- Evacuate power from planned generation plants;
- Develop interconnections and electricity trade in the region;
- Reduce transmission losses.
Figure 1 - TCNs’ Current 330kV & 132kV Network
Transmission network of TCN:
Transmission network of TCN comprises voltage levels of 330kV, 132kV, and 33kV. The Generating stations are connected to TCN Network at 330kV and 132kV voltage level. The voltage levels of 330kV are classified as extra high voltage, whereas 132kV are classified as high voltage levels whereas 33kV is considered as medium voltage level
Transmission Stations:
The existing TCN electrical network includes following types of Transmission Stations:
.. 330kV Transmission Stations
.. 330/132/33kV Transmission Stations
.. 132/33kV Transmission Stations
.. 132kV Transmission Stations
Region wise Nos. of Existing / Under Construction (UC) / Proposed New Transmission Stations and Nos. of Automation Equipment {AE} (RTU or SAS) are summarized as below:
Sr. No. | Region | TS (AE) | 330kV TS (AE) | 132/33kV TS (AE) | ||||
Existing | UC | New | Existing | UC | New | |||
1 | Osogbo | 23 (25) | 5 (5) | - | - | 16 (18) | 2 | - |
2 | Lagos | 45 (49) | 10 (11) | - | 4 | 26 (29) | 3 | 2 |
3 | Benin | 16 (18) | 5 (5) | 1 | - | 7 (9) | 3 |
|
4 | Port Harcourt | 39 (39) | 6 (6) | 5 | - | 20 (20) | 8 | - |
5 | Abuja | 25 (26) | 6 (6) | - | 3 | 13 (14) | - | 3 |
6 | Enugu | 22 (27) | 6 (6) | 2 | - | 9 (14) | 5 | - |
7 | Shiroro | 22 (24) | 7 (7) | 1 | 3 | 7 (9) | - | 4 |
8 | Kaduna | 40 (43) | 2 (2) | 2 | 2 | 16 (19) | 8 | 9 |
9 | Bauchi | 25 (27) | 4 (4) | 2 | 1 | 9 (11) | 2 | 5 |
| Subtotal |
| 51 (52) | 12 | 13 | 123 (143) | 31 | 23 |
Total | 256 (277) | 76 (77) | 180 (200) |
Note:Some Transmission Stations have separate Automation Equipment for 330kV voltage level and 132/33kV voltage level.
Generation Stations:
Region wise Nos. of existing/Under Construction Generation Stations and No. of Automation Equipment (TCN RTU in associated Transmission Stations, Legacy stations) are summarized as below:
Sr. No. | Region | Nos. of GS (AE) | |
Exist | UC | ||
1 | Osogbo Region | 2 | - |
2 | Lagos Region | 4 (1) | 1 |
3 | Benin Region | 5 (2) | 1 |
4 | Port Harcourt | 11 (2) | - |
5 | Abuja Region | 2 | - |
6 | Enugu Region | 1 | - |
7 | Shiroro Region | 3 (3) | 1 |
8 | Kaduna Region | - | 1 |
9 | Bauchi Region | - | 2 |
| Subtotal | 28 (8) | 6 |
Total | 34 |
1 POWER SYSTEM OPERATION REQUIREMENTS
When taking into consideration the main phenomena that occur on a transmission grid, the main principles a grid operator must follow are to:
Then we will design the SCADA/EMS functions necessary to do that. These functions require the Control Centre to have global control, collecting and sending information from substations and power plant through a Telecommunication network.
- Optimize grid operation
- operate within the voltage range of each equipment,extending life expectancy for each component
- Reduce transmission losses
- Reduce impacts of local incidents (e.g. blackouts)
- optimize the production plan using the cheapest energy
- Reduce energy not servedand thus save money
2 Scope of Works and Supply
o The Contract for the “Rehabilitation of SCADA/EMS Control Centre Systems in Nigeria” is on a Turn-Key basis.
o The Contractor shall survey, investigate, collect data, design, manufacture, supply, procure, transport, install, test and commission all necessary works for the turnkey implementation of “Rehabilitation of SCADA/EMS Control Centre Systems in Nigeria” Project including:
- SCADA & EMS System
- Automation Equipment and Plant Interfacing Works
- Telecommunication Network
- 48 V DC System & UPS System
- Training
o It is understood that the work includes everything requisite and/or necessary to finish the entire work properly, and the equipment installed has to be complete and operational in every respect, notwithstanding the fact that every item may not be specifically mentioned.
o The Contractor shall provide all project related documentation such as the Statement of Work, manuals, user guides, testing procedures and plans, “As-Built” documents for all executed works
o All system and equipment shall be supplied with spare parts to be estimated by the Contractor which shall be sufficient for normal operation of the system, except for consumable spares, such as printer toner, data back-up media, etc., and standard computer material such as workstations, monitors, printers, etc., which shall be supplied sufficient for two years of availability and performance to be met.
o The Contractor shall perform the formal tests (Type Test, Routine Test, Factory Acceptance Test (FAT), Reliability Test, Point to Point Test P2P, Site Acceptance Test (SAT), Availability Test for the overall delivered Systems
o The Contractor shall provide training's for all delivered systems for TCN personnel
o The Contractor shall be responsible to supply Spare Parts & Tools for all delivered Systems
o The Contractor is required to submit a detailed Time Plan for the Scope of Works/Supply described hereafter. This Time Plan shall clearly identify all key activities and milestones, e.g., design stage, manufacturing, shipment, site installation and commissioning.
o The Time Schedule from the Contractor shall include the following key duration's, from Contract Commencement Date:
■ Completion of all Works Execution & Start of Warranty Period – 24 Months
■ Completion of Warranty period & Completion of Project – 36 Months
The expected milestones are:
These following parts will be done by TCN:
■ New NCC Building Completion - 12 Months
■ Refurbishing of 2 RCC – 12 Months
■ Access to dust-free Critical Rooms (1 Computer Room + Communication Room + UPS Room) - 12 Months
■ Electrical Main Equipment Installation (Diesel Generator +UPS + 48V DC Chargers & Batteries) - 14 Months
■
The following part will be done by EPC:
■ Completion of all SAT for SCADA, Hardware, Software, RTU, Telecoms and Point-to-Point tests -24 Months
■ Availability Tests Completion and issuance of Take-Over Acceptance Certificate (TAOC) at NCC - 24 Months.
The Bidders shall procure/supply and install the equipment, material etc. in line with TCN specifications.
EPC Contractor shall be required to perform site survey of the existing facilities, e.g., typical 330/132 kV Transmission Stations and Generation Stations to collect the switch gear drawings, in order to get familiar with the prevailing facilities and assess the materials required for wiring of signals.
EPC Contractor will also have to update the Grid Telecoms Network Data during the Survey.
The Site Survey report from EPC Contractor shall be submitted for review and approval.
o The Contractor shall investigate, collect data, design, manufacture, supply, procure, transport, install, test and commission all system engineering, software design, integration, development and implementation work for all Control Centers related to Supervisory Control and Data Acquisition (SCADA) & Energy Management System Applications (EMS).
o The Contractor shall provide the design, supply, installation, commissioning and testing of the System equipment, including Servers, Consoles, Network Equipment, Video Wall Display, Printers, Local RTU, Weather Stations, Cyber Security Equipment and all related support material at all Control Centers.
o The delivered system shall meet the system sizing and classical performance requirements which can be evaluated as follow :
Estimated in 2027
Quantity of dynamic elements estimated in 2027 | ||||||
DS | SS | DC | AI | PC | Topological elements | Total |
110,082 | 75,260 | 21,665 | 50,397 | 24,054 | 79,100 | 360,558 |
o The Contractor shall provide the design, supply, installation, commissioning and testing of the complete System (all displays and database) at all Control Centers.
o Data engineering scope shall cover all works and activities to: site survey, data collection, construction, data modelling, ICCP data entry, reports creation, building of displays, database and tuning of database for proper working of SCADA and EMS applications. Data engineering shall be carried out in conjunction with TCN staff.
o The scope of data engineering covers the current as well as the future substations to be monitored and controlled by all Control Centers. The station lists include the number of bays in each substation.
o The Contractor shall provide a method and software tool for TCNs’ personnel to automate the method of data engineering, to create substation Single Line Diagrams (SLDs) and to populate the SCADA / EMS database.
o The Contractor shall provide the necessary communication interfacing equipment to guarantee the exchange of information between all Control Centers and the RTUs(existing functional RTUs may be used or replaced at the Contractors discretion), SAS/PAS and other systems.
o The SCADA System shall support the communication protocols:
■ IEC 60870-5-101, IEC 60870-5-104,for data exchange between all Control Centers and RTUs/SAS/PAS equipment in transmission and Generation stations.
■ Inter-Control Centre Communications Protocol (ICCP or IEC 60870-6/TASE.2) for data exchange between NCC and other Control Centers, including:
o NCC, Osogbo
o NCC, Gwagwalada
o SNCC, Shiroro(back-up)
o RCC Lagos
o RCC Benin
o ROC Enugu
o ROC Bauchi
o ROC Kaduna
o ROC Port Harcourt
■ The data to be exchanged over ICCP protocol shall be finalized during detailed engineering design stage.
o The Contractor shall provide all licenses for the software. These licenses shall not expire within the duration of implementation works or shortly after the completion of the project or they shall be renewed at least for 5 years after the Completion of the Project.
o The Contractor shall provide and demonstrate the capability of automatic exchange of information with other possible future IT utility systems.
o The Contractor shall perform the formal tests (Type Test, Routine Test, Factory Acceptance Test (FAT), Reliability Test, Point to Point Test P2P, Site Acceptance Test (SAT), Availability Test for the overall SCADA/EMS and Telecoms Systems.
o The Contractor shall propose an optional Maintenance Framework service contract for a period of two (2) years after the completion of the warranty period.
o This Maintenance Framework contract shall be requested as an optional item.
o The Maintenance Contract shall be for 2 years period, but maybe renewed on an annual basis.
o The main purpose of the required maintenance services is to maintain the required functions and performance levels of the Telecoms, SCADA & EMS systems.
o The proposed maintenance contract should include at least the following services:
■ Software Maintenance: shall include patch management system to ensure that Operating Systems applications & hardware firmware patches are deployed on a timely basis, etc.
■ Database Maintenance: shall include data validation and tuning for proper working of EMS applications, on-Job training or supervising for integration of new stations in every SCADA/EMS System, etc.
■ Corrective and preventive maintenance.
■ Telecoms Maintenance: shall include upgrade/update and configuration of the equipment for new sub stations.
.. The Contractor shall survey all the relevant sites to assess the prevailing provisions, collect data and propose the detailed engineering design. The necessary data collection for the relevant existing facilities shall cover all station process details (needed drawings for existing switch-gears, control, protection, metering panels, Generating units schematics), existing RTUs(contractor may choose to replace existing functional RTUs for Transmission Substations with new ones at his discretion) and SAS equipment, Room Layouts for new equipment arrangement, Cable Routing, etc ..
.. The equipment supply and the works shall comply with the specifications
For 330kV Transmission Stations: Interface Cubicles and Transducer Cubicles are provided at some sites. Therefore, New RTU connection works shall include wiring from the existing terminal blocks of already adapted signals from Interface Cubicles /Transducer Cubicles/Control panels/tap changer panels/protection panels. Adaptation works for new elements and energy metering signals from the process panels and wiring /connection to the new RTU.
.. For 132/33kV Transmission Stations: Interface Cubicles and Transducer Cubicles are not provided. Therefore, New RTU connection works shall include wiring from the existing terminal blocks of already adapted signals mainly from the Control panels or tap changer panels or protection panels. Adaptation works for new elements and energy metering signals from the process panels and wiring/connection to the new RTU
-.... Updating of existing database and Data Engineering works in New SCADA at NCC/RCC including Tuning, testing and commissioning
-.... Establish data exchange between Transmission Station and NCC/RCC via IEC 60870-5-104/101 transmission protocol through redundant telecommunication links and shall be integrated in the New SCADA system
-.... Dismantling of faulty existing Siemens SICAM eRTU/ABB RTU560, cables, materials, etc. and their delivery to the TCN stores is included in the scope
Generation Stations:
- Legacy Generation Stations
-.... 8 Nos Generation Stations (Legacy Stations) are equipped with TCN Siemens SICAM eRTU in associated Transmission Stations. Generation Stations equipped with TCN Siemens eRTU in associated TS (Legacy Station)
-.... Provision of New RTU/Automation Equipment shall be made by the Generation Station and integration works carried out in the New SCADA at NCC. Other works to be carried out include but not limited to the following: Database and Data Engineering works at NCC including Tuning, testing and commissioning
-.... Establish data exchange between Generation Station and NCC via IEC 60870-5-104/101 transmission protocol through redundant telecommunication links and shall be integrated in the New SCADA system
- Generation Stations without TCN Automation Equipment
-.... Generation Stations without Automation Equipment shall be provided with new Automation Equipment by the Generation Stations and Integration works in the New SCADA will be carried out at NCC.
-.... Database and Data Engineering works at NCC including Tuning, testing and commissioning
-.... Establish data exchange between Generation Stations and NCC via IEC 60870-5-104 transmission protocol through redundant telecommunication links and shall be integrated in the New SCADA system
-.... Generation Stations equipped with automated system shall be integrated in the new SCADA system in the NCC.
-.... Other works to be carried out include but not limited to the following:
-.... Configuration of signals (SS, DS, DC, ATM, DTM, Set points, Site common signals) via IEC 60870-5-101 / IEC 60870-5-104 protocol level for Signal Mapping of the data list corresponding to NCC, at the gateway level in PAS equipment in the Generation Station.
-.... Connection of PAS equipment ports in Generation Station, to establish data exchange between PAS and NCC including wiring between the SAS equipment and modem/router in the Telecommunication cubicle located in the Generation Station.
-.... PAS Gateway/port activation and configuration for establishing data exchange on duplicated channels IEC 870-5-101 / IEC 870-5-104 protocol between PAS equipment and NCC through redundant telecommunication links and integration works in New SCADA
-.... Data base and Data Engineering works in NCC including Tuning, testing and commissioning
-.... Coordination and participation with GENCOs/ for point to point tests for Generation Station
Scope of Works for Local Remote Terminal Units and Training Remote Terminal Units in NCC, SNCC RCCs and ROCs
Local RTUs:
The Contractor shall deliver and install Local RTU (where required) to collect alarms and measurements of Power Supplies alarms, Fire detection system, Security system, communication equipment, weather stations forNCC Osogbo, NCC Gwagwadala, SNCC- Shiroro, Lagos RCC, Benin RCC, Port Harcourt ROC, Enugu ROC,Osogbo ROC, Kaduna ROC and Bauchi ROC.
The scope of work for Local RTUs shall include but not limited to the following:
-.... New RTU & RTU Cabinet(s), Transducers & Transducer Cabinet(s), Interface Cabinet(s) and its related material, Plant Interfacing Works including necessary material, cables, etc. to acquire required signals as per specified Signal List Philosophy,
-.... Database and Data Engineering works at NCC including Tuning, testing and commissioning
-.... Establish data exchange between Generation Station and NCC via IEC 60870-5-104/101 transmission protocol through redundant telecommunication links and shall be integrated in the New SCADA system in the NCCs, SNCC, RCCs and the ROCs as applicable
Training RTUs:
The Contractor shall deliver and install a Training RTU with some transducers, dummy switches, analog setters, etc. to train TCN maintenance engineers and Operation engineers to test RTU cards, for NCC Osogbo, NCC Gwagwalada, SNCC Shiroro, Lagos RCC, Benin RCC, OsogboROC, Port Harcourt ROC, Enugu ROC, Kaduna ROC and Bauchi ROC.
Scope of Works for Weather Stations:
The Contractor shall deliver and install a fully equipped Weather Stations 2No. NCCs, SNCC, 2RCCs and Six ROCs as described below:
- For NCC Osogbo: Six (6) weather stations, one (1) at NCC and five (5) at other substation locations.
- For NCC Gwagwalada: Six (6) weather stations, one (1) at NCC and five (5) at other substation locations.
- For SNCC Shiroro: Six (6) weather stations, one (1) at SNCC and five (5) at other substation locations.
- For each of the 2 RCCs and 6 ROCs: Six (6) weather stations, one (1) at respective RCC/ROC and five (5) at other substation locations.
- Lagos RCC
- Benin RCC
- Port Harcourt ROC
- Enugu ROC
- Kaduna ROC
- Bauchi RCC
The number of weather stations will be a total of 54, which is 6 per each of the 9 Regions.
.. Scope of works: Room fit out Works-Transmission Stations & Generation Stations
Contractor shall survey, provide site survey report including the result of site survey and propose the location for installation of new equipment in each Transmission Stations and Generation Stations. The corresponding works shall include the following:
o Room fit out in available Room:
Room fit out works shall include but not limited to converting an available Communication Room / Empty Room / Stores Room / Workshop Room in to a technical Room for installation of new equipment, by providing panel installation on raised floor (if raised floor exists in the designated room) or on plinth with base frame, erection of cable routing (cable trays, cable racks, cable shelves, wall/floor openings, cable trunking, new cable trench, extension of existing cable trench, etc.), air conditioning, painting, lighting, AC sockets, sealing of glass windows, etc.
The scope for the Room Fit Out works shall be considered for all concerned Transmission Stations (256 Nos. TS) to accommodate New SCADA equipment (New RTU panels, New Marshalling cabinets, New Transducers cabinets, New Telecoms equipment cabinets, weather stations etc.
2.12.1 Main Scope of Works
- TheApplicant shall propose appropriate 48V DC System at relevant Transmission Stations and Generation Stations for new SCADA equipment (Telecoms equipment, New RTU panels, marshaling cabinets, Transducer cabinets, weather station, etc., as listed in
- Transmission Stations without Automation Equipment or with defective Siemens SICAM eRTU or with non-commissioned ABB RTU560 - to be equipped with New RTU and Integration works in the New SCADA at NCC/RCC
- New 48 V DC System shall be provided at NCC Osogbo, NCC Gwagwalada, SNCC Shiroro 2 RCCs (Lagos, Benin) and 6 Nos. ROCs (Osogbo, Port Harcourt, Enugu, Shiroro, Kaduna and Bauchi) for new SCADA equipment (Telecoms equipment, New RTU panels, Marshaling cabinets, Transducer cabinets, weather station, etc.)
- The Scope also includes providing redundant DC / DC 110/48V Converters with DC Distribution Board and connection of new SCADA equipment (Telecoms equipment, weather station, etc.) at SAS based Transmission Stations.
- The Scope also includes replacement of all defective existing 48V DC Charger and/or Battery Banks with new ones and providing New 48V DC System in Transmission Stations and connection of new SCADA equipment (RTU Cabinets, Interface Cabinets, Transducer Cabinets, Telecoms equipment, weather station, etc. as applicable).The equipment supply and the works shall comply with the specifications.
o The scope of the Telecommunication Network covers the Survey, design, supply, delivery, installation, testing and commissioning of all the equipment and works
o The Applicants shall ensure that all necessary prerequisites and / or actions will be taken to ensure that the work is done properly and the equipment will be complete and operational in all respects (e.g., power supply cables, accessories, etc.…) notwithstanding that each item may not have been specifically mentioned.
o As far as possible, the Applicants must propose a system and / or standard / off-the-shelf products (equipment and software, etc.). The Applicants must clearly identify and detail in their proposals for the standard and customized products (equipment, software, installations, functions, interfaces ...) and the relative proportions.
o The scope of Telecoms network covers the two National Control Centers (Osogbo&Gwagwalada), Supplementary National Control Center (Shiroro), all the RCC (x2) and 6 ROCs, the current as well as the future substations to be monitored and controlled by NCC & RCC(s). Additionally, it will cover the provision to establish communication connection between NCC & SNCC to other RCCs/ROCs. This part of scope will require to establish connection through existing communication facilities (SDH, FO, Microwave or PLCC) in the substations.
o The Telecoms network shall be based on current technology such as MPLS – TP with backward compatibility with existing TCN equipment such as PLCC, SDH/ equipment and also compliant with future technology: MPLS-TP (Multi-Protocol Label Switching – Transport Profile).
o In order to optimize the budget of Telecommunication System, the Applicants have to maintain only the existing SDH/PDH equipment already installed which are compliant with the future technology of MPLS-TP (Power Stations and 330kV links).
o The Applicants have to change obsolete, non-functional SDH/PDH equipment with MPLS-TP equipment or equivalent which will allow exchange of data between these substations and the Control Centres via the CommunicationNetwork.
o
o The scope of the Telephone System including voice recorder covers the survey, design, supply, delivery, installation, testing and commissioning of all the equipment and works.
- The scope of Telephone System covers the National Control Centers (NCC) & Supplementary National Control Center (SNCC) & all RCCs (X2)/ROCs (x6), the current as well as the future substations to be monitored and controlled by NCC and Interface with existing/new TCN PABX based System.
An extensive training of the Telecoms, SCADA and Operations staff shall be carried out for all components of the system, in order to allow autonomous operation and maintenance by TCN staff at the end of the guarantee period.
It shall concern all staff involved either in the Planning,Operations or Maintenance of any type of Control Centers (National and Regional), i.e.:
.. Network dispatcher,
.. Power control engineers (operational planning, past operation analysis),
.. SCADA System software and database maintenance staff,
.. SCADA Hardware maintenance staff,
.. Telecommunications equipment maintenance staff for control centre and substation,
.. Substation equipment maintenance staff,
The trainings are recommended to preferably take place prior to site installations and commissioning of the particular equipment, in order that TCN personnel could participate in commissioning and on-the-job training.
- Attention: TCN will be in charge of the civil works and the EPC will have to coordinate his tasks with TCNs’ civil contractors.
- The Time Schedule from the Contractor shall include the following key duration, from Contract Commencement Date:
■ Completion of all Works Execution & Start of Warranty Period – 24 Months
■ Completion of Warranty period & Completion of Project – 36 Months
The expected milestones are:
These following parts will be done by TCN:
■ New NCC Building Completion - 12 Months
■ Refurbishing of 2 RCC – 12 Months
■ Access to dust-free Critical Rooms (1 Computer Room + Communication Room + UPS Room) - 12 Months
■ Electrical Main Equipment Installation (Diesel Generator +UPS + 48V DC Chargers & Batteries) - 14 Months
The following part will be done by EPC:
■ Completion of all SAT for SCADA, Hardware, Software, RTU, Telecoms and Point-to-Point tests -24 Months
■ Availability Tests Completion and issuance of Take-Over Acceptance Certificate (TAOC) at NCC - 24 Months.
All the sites concerned by this Application are mentioned in the previous paragraphs.
As a reminder, they are located at Osogbo and Gwagwalada for the National Control Centers, at Shiroro for the Supplementary National Control Center and in the following cities for the RCCs/ROCs: Osogbo, Shiroro, Lagos, Benin City, Port Harcourt, Enugu, Kaduna and Bauchi.
[The Employer’s team preparing the ES requirements should include a suitably qualified Environmental and Social specialist/s.
Based on the ES assessment, the Employer shall provide key ES risks and impacts and expectations on contractors to manage the risks and impacts. This may include as appropriate, but not limited to a summary of: key expectations in addressing Sexual Exploitation and Abuse (SEA) and Sexual Harassment (SH) risks and impacts, managing labor and working conditions, protection of the environment, security of the site, community health and safety, management of safety of hazardous materials, resource efficiency and pollution prevention and management, biodiversity conservation etc. Any summary (key) information provided here shall not be inconsistent with the more detailed requirements in the RFP Document.]
[1]Nonperformance, as decided by the Employer, shall include all contracts where (a) nonperformance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts where Employers decision was overruled by the dispute resolution mechanism. Nonperformance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the applicant have been exhausted.
[2] This requirement also applies to contracts executed by the Applicant as JV member.
[3] The Applicant shall provide accurate information on the related Application Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years. A consistent history of awards against the Applicant or any member of a joint venture may result in rejectionof the Application.
[4] Substantial completion shall be based on 80% or more of the contracts completed.
[5] For contracts under which the Applicant participated as a joint venture member or sub-contractor, only the Applicant’s role and responsibilities shall be considered to meet this requirement.
[6] In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.
[7] If the most recent set of financial statements is for a period earlier than 12 months from the date of Application, the reason for this should be justified.
[8] For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
[9] A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification Application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
[10] Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
Leave a Reply
Be the First to Comment!