Background Image

TRANSMISSION COMPANY OF NIGERIA (TCN)-

INVITATION FOR TENDER FOR THE SUPPLY OF SUBSTATION EQUIPMENT AND MAINTENANCE MATERIALS

TRANSMISSION COMPANY OF NIGERIA (TCN)
INVITATION FOR TENDER FOR THE SUPPLY OF SUBSTATION
EQUIPMENT AND MAINTENANCE MATERIALS

1. INTRODUCTION
The Federal Government of Nigeria through Transmission Company of Nigeria (TCN), intends to procure critical Equipment and maintenance materials to ensure stability and reliability of the grid.  The funding of the procurement is to come from the TCN Internally Generated Revenue (GR) savings. Accordingly, reputable companies are hereby invited to apply for the bidding exercise.

2. SCOPE OF SUPPLIES
As per the detailed bidding documents and schedule of requirements.

Lot 1 60 MVA 132/33kV Power Transformer
Lot 2 500/300KVA 33/0.415kV Earthing Transformer
Lot 3 330KV Current Transformer
Lot 4 132kV Current Transformer
Lot 5 33kV Current Transformer
Lot 6 132KV & 33KV Surge Arresters
Lot 7 200AH & 400AH Battery Banks
Lot 8 Three Phase Battery Chargers
Lot 9 Supply of drums of Transformer oil
Lot 10 Supply of Silica Gel,
Lot 11 Supply of Power Cable (500mm2, 300mm 2,120mm2x4, 95mm2x4)
Lot 12 Supply of Control cable of various sizes.
Lot 13 Supply of Copper conductor
Lot 14 Supply of Line Clamps (Aluminium & Copper)
Lot 15 Supply of Composite and Glass Insulators (180/120KN).
Lot 16 Supply of complete Grounding Lead Set (132KV & 330KV)
Lot 17 Supply of Bison, Bear and Wolf Conductors.
Lot 18 Supply of Aluminium Conductors of various sizes.
Lot 19 Supply of SF6 Gas and Nitrogen Gas.
Lot 20 Supply of Tool Boxes (Electrical & Mechanical/ PC&M Tool box).
Lot 21 Supply of Big and Small Chain Saw Machines.
Lot 22 Supply of Bi-metal Sheath, Bolts and Nuts.
Lot 23 Supply of Fibre Ladder and Safety belt.
Lot 24 Supply of Alarm Annunciator
Lot 25 Supply of 100/30 KVA Standby Generator set.
Lot 26 Supply of Transformer Panel, HV and LV Control Panel.
Lot 27 Supply of 15kV Insulation Resistance Tester.
Lot 28 Supply of Transformer Ratio and Winding Resistance Analyzer.
Lot 29 Supply of Transformer oil dielectric test equipment.
Lot 30 Supply of Dissolve Gas Analyzer.
Lot 31 Supply of Earth Resistance Tester, Multimeters, clamps on Ammeter, Phase Sequence Meter and Battery Resistance Meter.
Lot 32 Supply of Circuit Breaker Analyzer.
Lot 33 Supply of Dielectric Response Analyzer.
Lot 34 Supply of Transformer Ratio Meter
Lot 35 Supply of Infrared Camera for online Power Transformer Diagnosis.
Lot 36 Supply of Primary Injection Test Set.
Lot 37 Repair and upgrade of Thermovision camera.
Lot 38 Supply of Transformer Leakage Repair Kit.
Lot 39 Supply of Differential Relay (2 & 3 windings)
Lot 40 Supply of Distance Protection Relay
Lot 41 Supply of Buchholz Relay
Lot 42 Supply of Earth Fault Relay, Over Current Relay.
Lot 43 Supply of Secondary Injection Test Set
Lot 44 Supply of 3.2 & 1.8 Tonnes of Tirfor Machine
Lot 45 Supply of Aeroshell Fluid 4 hydraulic oil

3. QUALIFICATION PRE-REQUISITE
Interested companies are to provide the following:
(a) Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) in Nigeria with forms CO2 and C07 (or CAC 1.1).
(b) Current Tax Clearance Certificate for the past three Years (2017, 2018 and 2019) valid till 31st Dec. 2020 with Minimum average turnover of N10M for each Lot.
(c) Three years company Audited Financial Account duly Signed and stamped by a registered Auditor for the year (2017, 2018 and 2019)
(d) Evidence of current Pencom compliance Certificate valid till 31st December 2020,
(e) Evidence of current Industrial Training Fund (ITF) certificate valid till 31st December 2020.
(f) Evidence of current Company Registration on the BPP database by submission of Interim Registration Report (IRR) expiring 30th June, 2020 or valid Certificate issued by BPP.
(g) Evidence of current Nigeria Social Insurance trust fund compliance certificate valid till 31st December 2020.
(h) Evidence of Experience with contract awards and Completion certificates of supplies in at least three (3) Jobs of similar nature executed in the last five years.
(i) Evidence of Certificate of Registration with NEMSA as certified Electrical Installation contractor/Companies.
(j) Evidence of equipment/materials manufacturer Authorization of the equipment/material bidding for submission of original Product Brochure(s) detailing performance and technical specifications of equipment/ materials.
(k) Evidence of Financial capability to execute the supply by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the job.
(l) Company’s profile and technical qualification showing curriculum vitae of key staff. This should include copies of their Academic/professional qualifications.
(m) For Joint Venture/Partnership, Memorandum Of Understanding (MOU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).
(n) All document for submission should be transmitted with company covering letter head paper bearing among others, Company registration number (RC) by Corporate Affairs Commission (CAC), contact address, Telephone number, (GSM No.), email address. The letter head paper must bear the names and nationality of the Directors of the company at the bottom of the page duly signed by the authorised officer of the firm.
(o) A sworn affidavit disclosing whether or not any officer of the relevant committee of Transmission Company of Nigeria or the Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in this bid are true and correct in all particulars.
(p) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

You need to login to view the rest of the content. Please . Not a Member? Join Us

RIMIN GADO LOCAL GOVERNMENT KANO STATE

– INVITATION TO TENDER FOR CONSTRUCTION WORKS

RIMIN GADO LOCAL GOVERNMENT KANO STATE
TENDER NOTICE

Invitation for pre-qualification of tender of projects for the construction with due process in RIMIN GADO Local Government Area. This invitation for expression of interest is for the purpose of pre-qualification of bidders that would like to express interest for the projects under listed;

S/N DESCRIPTION OF WORK LOCATION
1. EXTENSION OF ELECTRICITY SUPPLY IN VARIOUS THAT INCLUDE:
A. Gidan Gwido, B. Hayin Tati C. Malgari Hayl. D. Katakau. E. Yango. F. Gandu Rimin Gado Local Government Area

2. Electrification of Dawakin Gulu, Rimin Gado Local Government Area

You need to login to view the rest of the content. Please . Not a Member? Join Us

TRANSMISSION COMPANY OF NIGERIA (TCN)- AMENDMENT/EXTENSION –

INVITATION TO TENDER FOR THE CONSTRUCTION OF 391KM 132KV DC TRANSMISSION LINE AND SIX (6) 132KV SUBSTATIONS IN JIGAWA AND KATSINA STATES

TRANSMISSION COMPANY OF NIGERIA (TCN)
PUBLIC NOTICE
AMENDMENT/EXTENSION – INVITATION TO TENDER FOR THE CONSTRUCTION OF 391KM 132KV DC TRANSMISSION LINE AND SIX (6) 132KV SUBSTATIONS IN JIGAWA AND KATSINA STATES

The Federal Government or Nigeria Through Transmission company or Nigeria (TCN), intends to carry out procurement or Engineering Design, procurement, manufacture, supply, construction & commissioning or 132KV Double circuit Transmission Line (391km) and construction or six (6) number 132/33KV substations).

TCN in the July 20th 2020 editions or Guardian, Daily Trust and Federal Tenders Journal placed an advertisement for the invitation or Tenders for the construction or 391km 132KV DC Transmission Line and six (6) 132KV substations in Jigawa and Katsina states with the closing date for submission slated for 1st september 2020.

TCN management has found it necessary to further separate some or the projects sites into Lots as against what was stated in the earner advertisement which invariably affects the Bill or Quantities (BOQ) and other qualification requirements.

The changes affects Lots 1B and 2B under substation works or the previous advertisement, while Lots 1A and 2A remain as advertised. The affected Lots are now subdivided as follows;

LOT SITE REQUIRED TURNOVER (US$) REQUIRED CASH FLOW REQUIRED SIMILAR EXPERIENCE
                                              SUBSTATION WORKS
IB Kazuare 132KV substation 5,000,000.00 1,250,000.00 4,000,000.00
1C Baourai32KV substation 5,000,000.00 1,250,000.00 4,000,000.00
1D Mashi 132KV Substation 5,000,000.00 1,250,000.00 4,000,000.00
2B Birnin Kudu 132KV substation 5,000,000.00 1,250,000.00 4000,000.00
2C Ningi 132KV substation 5,000,000.00 1,250,000.00 4000,000.00
2D Missau 132KV substation 5,000,000.00 1,250,000.00 4,000,000.00

You need to login to view the rest of the content. Please . Not a Member? Join Us

FEDERAL RADIO CORPORATION OF NIGERIA, (FRCN)

– INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL RADIO CORPORATION OF NIGERIA, FRCN
(RADIO HOUSE)
INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Radio Corporation of Nigeria, FRCN, in compliance with the requirement of the Public Procurement Act, 2007, invites interested reputable companies, with relevant experience to tender for the under listed 2020 capital projects:

2. SUPPLY/INSTALLATION OF:

LOT NO ITEM DESCRIPTION LOCATION QUANTITY
LOT 1 80 KVA UPS ABUJA 1
LOT 2 60 KVA GENERATOR SOKOTO 1

3. ELIGIBILITY CRITERIA
i. Evidence of registration with the Corporate Affairs Commission, (CAC) including Form CAC2 and CAC7:
ii. Evidence of Income Tax Clearance Certificate for the past three (3) years (2017, 2018, 2019) valid till 31st December 2020.
iii. Evidence of Current Pension Compliance Certificate valid till 31st December, 2020.
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020.
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020.
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report, (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP;
vii. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Radio Corporation of Nigeria or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder; and to confirm that all information presented in its bid are true and correct in all particulars
– that the company is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to effectively discharge its responsibility if engaged:
– none of the Company’s Director has been convicted in any Country for financial fraud;
viii. Company’s Audited Accounts for the last three (3) years- 2017, 2018 and 2019; Evidence of financial capability to execute the project by submission of Reference
ix. Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; Evidence of OEM accreditation/authorization letter,
x. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
xi. All documents for submission must be transmitted with a covering/forwarding letter under the company/firm’s Letterhead Paper bearing amongst others, the Registration Number (RC), as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address, The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page duly signed by the authorised officer of the firm.

You need to login to view the rest of the content. Please . Not a Member? Join Us

RURAL ELECTRIFICATION AGENCY

– REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR ENGAGING A FIRM TO CONDUCT TRAINING ON PRODUCTIVE USE OF ENERGY UNDER THE NIGERIA ELECTRIFICATION PROJECT (NEP)

REQUEST FOR EXPRESSION OF INTEREST (REOI)
CONSULTING SERVICES-FIRM SELECTION
NIGERIA
NIGERIA ELECTRIFICATION PROJECT
ADB LOAN NO.:200200003401
AGTF LOAN NO.: 5050200000551
ASSIGNMENT TITLE: CONSULTANCY SERVICES FOR ENGAGING A FIRM TO CONDUCT TRAINING ON PRODUCTIVE USE OF ENERGY UNDER THE NIGERIA ELECTRIFICATION PROJECT (NEP)

The Federal Government of Nigeria (FGN) has received financing from the African Development Bank (AfDB) for the cost of the Nigeria Electrification Project (NEP). The Rural Electrification Agency, the implementation Agency of the FGN, intends to apply part of the proceeds of this loan to payment under the contract for the Consultancy Services of a Firm to Train Project Beneficiaries on Productive use of Energy under the Nigeria Electrification Project(NEP).

FIND THE FULL NOTICE BELOW:

You need to login to view the rest of the content. Please . Not a Member? Join Us

RURAL ELECTRIFICATION AGENCY

– REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR ENGAGING A FIRM TO CONDUCT MARKET STUDY TO SUPPORT THE NIGERIA ELECTRIFICATION PROJECT (NEP)

REQUEST FOR EXPRESSION OF INTEREST (REOI)CONSULTING SERVICES-FIRM SELECTION NIGERIANIGERIA ELECTRIFICATION PROJECTADB LOAN NO.:200200003401AGTF LOAN NO.: 5050200000551ASSIGNMENT TITLE: CONSULTANCY SERVICES FOR ENGAGING A FIRM TO CONDUCT MARKET STUDY TO SUPPORT THE NIGERIA ELECTRIFICATION PROJECT (NEP).REFERENCE NO.: REA-NEP/AFDB/QCBS/07/2019 The Federal Government of Nigeria (FGN) has received financing from...

Read More

TRANSMISSION COMPANY OF NIGERIA (TCN)

– INVITATION TO TENDER FOR THE CONSTRUCTION OF 391KM 132KV DC TRANSMISSION LINE AND SIX (6) 132KV SUBSTATIONS IN JIGAWA AND KATSINA STATES

TRANSMISSION COMPANY OF NIGERIA (TCN)
PUBLIC NOTICE
INVITATION TO TENDER FOR THE CONSTRUCTION OF 391KM 132KV DC TRANSMISSION LINE AND SIX (6) 132KV SUBSTATIONS IN JIGAWA AND KATSINA STATES.
THIS PARTICULAR ADVERTISEMENT SUPERSEDES AND REPLACES THE ONE DATED MAY 11, 2020

1. INTRODUCTION
The Federal Government of Nigeria through Transmission Company of Nigeria (TCN), intends to apply parts of TCN Internally Generated Revenue for the payment of Engineering Design, Procurement Manufacture, Supply, Construction & Commissioning of 132kV Double Circuit Transmission Line (391km) and (6) Number 132/33KV Substations.

Accordingly, Reputable Companies Manufacturers or their Representatives are hereby invited to participate in the bidding exercise.

2. SCOPE OF WORKS
TRANSMISSION LINES
a. Design, Manufacture, Supply, Installation & Commissioning of 132V DC Transmission Lines across Jigawa and Katsina States

LOT 1A
• Construction of new 149km 132kV Double Circuit Line from Daura Kazaure-Dambatta – Babura

LOT 2A
• Construction of new 242km 132KV Double Circuit Line from Azare- Misau – Gwaram (with Turn-In-Turn Out to Ningi) – Birnin Kudu – Dutse

Substation Works
b. Design, Manufacture, Supply, Installation & Commissioning of 132/33KV Substation in Jigawa and Katsina States.

LOT 1B
i. Kazaure 132/33KV Substation with 2x132kV Line Bay Extension at Daura
ii. Babura 132/33KV Substation with 4x132kV Line Bay Extension at Danbatta
iii. Mashi 132/33kV Substation with 4x132kV Line Bay Extension at Mashi

LOT 2B
i. Birnin Kudu 132/33kV Substation with 2x132kV Line Bay Extension at Dutse
ii. Ningi 132/33kV Substation with 2x132kV Line Bay Extension at Birnin Kudu
iii. Missau 132/33KV Substation with 2x132kV Line Bay Extension each at Gwaram and Azare

c. Design, development production.
d. Evidence of type test carried out by KEMA/KERI /CESI independent Labs on the product
e. Evidence of Environmental, Social Health & Safety (ESHS), certification which must be valid at least 2 Months before the closing date for the Request for Bids.
f. For Joint Venture Partnerships:
i. A maximum of three (3) members is allowed with one member having 40% share and others having 25% each
ii. The Joint Venture agreements must be signed by all the parties, a copy of which must be attached, (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR and Sworn Affidavit are compulsory for each JV Partner If they are both local companies, for foreign Companies; Company Registration certificate, Company Audited report & Tax certificate).
g. A Sworn Affidavit disclosing whether or not any Officer of the relevant Committee of Transmission Company of Nigeria or the Bureau of Public Procurement (BPP) is a former or present Director/Shareholder of has any pecuniary interest in the bidder and to confirm that all information presented in the bid are true and correction all particulars
h. All Documents for Submission should be transmitted with Company covering Letterhead Paper bearing among others, Company Registration number (RC). Contact address, Telephone Number (GSM Number), E-mail address

The Letter head paper must bear the Name and Nationality of the Director of the Company at the bottom of the page duly signed by the Authorised Officer of the Firm.

3. COLLECTION OF TENDER DOCUMENT
Interested companies are to collect the Bidding document from the office of:
General Manager (Procurement) TSP
Room 122, 1 Floor TON Headquarters,
Plot 14 Zambezi Crescent,
Maitama, Abuja 900271, NIGERIA

Bidders shall pay non-refundable Fees of N10,000.00 per LOT before collection of the Bidding document through CBN Remita platform payable to the Transmission Company of Nigeria.

4. QUALIFICATION REQUIREMENTS
The under listed bidding requirements applies to both local and foreign companies, including joint ventures
• Minimum average Annual Construction turnover over the past five (5) years as shown below:

5. LOCAL CONTENT REQUIREMENT
In compliance with Mr President’s executive order No 5 of 2018 on Local content, prospective Bidders must observe the following:
I. Submission of evidence of Local Content plan showing indigenous personnel participation, transfer of technology, capacity development and in-Country maintenance and support plan.
II. Foreign Companies willing to participate in the Bidding process must be in joint venture with a local Company

6. SUBMISSION OF DOCUMENTS
All documents shall be submitted in soft and two hard copies each of Technical and Financial bids with financial bid in MS Excel Format. Completed Technical and Financial bid documents shall be submitted in separate envelopes, sealed and clearly marked “Technical Bid” and “Financial Bid”, respectively.

The name and mailing address of the Company must be clearly written on the envelope(s) and put together in a larger envelope. The Technical Bid must bear the relevant Qualification Prerequisites and Technical details (to be issued with the Bidding Document). Bids shall be submitted to the address indicated in item 4 above.

All the information requested for bidding must be provided in English Language by all bidders.

Failure to provide information/supporting documents that is essential for the evaluation of bidder’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the Bidder.

Completed Bidding documents should be submitted in sealed envelopes clearly marked “BIDDING DOCUMENT for Engineering Design, Procurement, Manufacture, Supply, Construction & Commissioning of 132kV Double Circuit Transmission Line (391km) and six (6) Substations LOT………… delivered by hand or registered mail to the address stated in 4 above to reach her NOT later than 12:00 Noon on Tuesday, 1st September, 2020.

7. OPENING OF BIDS
Opening of technical bids will be at 12:00 Noon on Tuesday, 1st September, 2020 at Conference Room, TCN-HQ, Power House, Plot 14 Zambezi Crescent, Maitama, Abuja – NIGERIA.
Technical bids will be opened first while financial bids will be kept in a safe place unopened until after the evaluation of the Technical bids is concluded and qualified companies communicated,

8. PLEASE NOTE
a. All conductors for transmission lines are to be procured locally from any of the following Nigerian Manufacturers:
I. Coleman Wires and Cables, Lagos state
Details of the above descriptions and scope of work are contained in the Bidding Documents.

9. ELIGIBILITY REQUIREMENTS
I. FOR NIGERIAN COMPANIES ONLY
Suitable Companies are invited to participate in the bidding exercise by submitting the following pre-requisite requirements:
a. Certificate of Incorporation with the Corporate Affairs Commission (CAC) in Nigeria with forms CO2 and C07)
b. Current Tax Clearance Certificate for the past three Years (2017, 2018 and 2019) valid till Dec. 2020
c. Five years company Audited Financial Account duly stamped by a registered Auditor for the year (2015-2019)
d. Evidence of current PENCOM compliance Certificate valid till 31st December 2020,
e. Evidence of current Industrial Training Fund (ITF) certificate in compliance with the provision of Industrial training Fund (ITF) Valid till 31st December 2020
f. Evidence of Registration on the National database of Federal Contractors, Consultants and Service providers by Submission of Interim Registration Report (IRR) expiring 31st December, 2020 or valid Certificates issued by BPP.
g. Evidence of Certificate of Registration with NEMSA as certified Electrical Installation contractor/Companies,
h. Evidence of current Nigeria Social Insurance trust fund Compliance certificate valid till 31st December 2020.

You need to login to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN OFFICE FOR TRADE NEGOTIATIONS

– INVITATION TO TENDER FOR PROCUREMENT OF GENERATING SET

NIGERIAN OFFICE FOR TRADE NEGOTIATIONS
EXPORT HOUSE, PLOT 424 AGUYI IRONSI STREET, MAITAMA, ABUJA.
INVITATION TO TENDER

1.0 INTRODUCTION
The Nigerian Office for Trade Negotiations (NOTN), in furtherance of its statutory mandate, intends to implement its Capital Projects, in line with the proposed budget for the financial year2020 and in accordance with the Procurement Act, 2007.

The Nigerian Office for Trade Negotiations (NOTN) to this end is, therefore, inviting interested, experienced, and competent contractors to tender for the execution of the project.

2.0 SCOPE OF SERVICE

S/NO LOT NO. DESCRIPTION
1 A PROCUREMENT OF GENERATING SET

3.0 ELIGIBILITY REQUIREMENTS:
Interested Competent Companies/Bidders who wish to participate in the exercise are required to submit their Company’s profiles, including but not limited to the following documents, separated by divider and should also be arranged in the same order:
(i) Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7;
(ii) Evidence of Company Income’s Tax Clearance Certificates for the last three (3) years(2017, 2018, 2019), valid till 31st December 2020;
(iii) Evidence of current Pension Compliance Certificate, valid till 31st December 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate, valid till 31st December, 2020;
(v) Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate, valid till 31st December, 2020;
(vi) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2020 or valid Certificate issued by the BPP.
(vii) Sworn Affidavit disclosing the following:
(a) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Office for Trade Negotiations or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented its bid are true and correct in all particulars;
(b) That neither the Company nor any of its Directors is Bankrupt or in receivership and
(c) That none of the Directors has been convicted in any court of law on any criminal offence
(viii) Company Profile, with Curriculum Vitae of Key Staff, including copies of their academic/Professional qualifications;
(ix) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five years, including letters of awards/job completion certificates;
(x) Company’s Audited Accounts for the last Three years (2017, 2018, 2019);
(xi) Evidence of Financial Capability to execute the project, by submission of reference letter from a reputable Commercial Bank, indicating the willingness to provide credit facility for the execution of the projects when needed;
(xii) Proof of OEM’S Representative or Accredited Dealership or Sub Dealership; and
(xiii) All Documents for submission must be transmitted with a Covering/forwarding letter on the Company’s/Firm’s Letter- headed paper bearing amongst others, the registration No (RC), as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone No (preferably GSN No) and e- mail address. The letter-headed paper must bear the names and Nationalities of the Directors of the Company at the bottom of the page and duly signed by the authorized officer of the Firm;

You need to login to view the rest of the content. Please . Not a Member? Join Us

ENERGY COMMISSION OF NIGERIA

– INVITATION FOR THE EXECUTION OF 2020 APPROPRIATION BIDS (TECHNICAL AND FINANCIAL)

ENERGY COMMISSION OF NIGERIA
NATIONAL CENTRE FOR ENERGY RESEARCH AND DEVELOPMENT
UNIVERSITY OF NIGERIA, NSUKKA
INVITATION FOR THE EXECUTION OF 2020 APPROPRIATION BIDS (TECHNICAL AND FINANCIAL)

1. INTRODUCTION
The National Centre for Energy Research and Development hereby invites interested and credible companies with verifiable track records of performance to submit Technical and Financial Bids of various projects of the Centre for the 2020 Fiscal Year.

2. SCOPE OF WORKS/SUPPLY
The Scope of Work/Supply are:

LOT 1:  Provision of Solar Powered Street Lights
LOT 2:  Provision of Solar Powered Borehole with overhead Tank (Plastic)
LOT 3:  Erosion Control Project for Rural Farmers
LOT 4:  Supply and lnstallation of 300KVA and 500KVA Transformers
LOT 5:  Training and Empowerment of Youth on Installation and Maintenance of Alternative Energy Technology
LOT 6:  Construction of 8km Road with Asphalt and Drainage
LOT 7:  Purchase of Solar Submersible Pump / Casing pipes, Solar Panels, and other materials for water for all programmes
LOT 8:  Procurement and Installation of All in One Solar Street Light

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(b) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Centre for Energy Research and Development or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
(h) Company’s Audited Accounts for the last three (3) years – 2017, 2018, 2019;
(I) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.);
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(l) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(m) Letter of Authorisation as representative of the Original Equipment Manufacturer (where applicable);
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(o) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

You need to login to view the rest of the content. Please . Not a Member? Join Us

RURAL ELECTRIFICATION AGENCY

– REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR ENGAGING A FIRM AS TRANSACTION ADVISOR FOR THE MINI GRID PROGRAMME WITHIN THE NIGERIA ELECTRIFICATION PROJECT

RURAL ELECTRIFICATION AGENCY
PROJECT MANAGEMENT UNIT
NIGERIA ELECTRIFICATION PROJECT IN PJ
REQUEST FOR EXPRESSION OF INTEREST (REOI) CONSULTANCY SERVICES-FIRM SELECTION

NIGERIA
NIGERIA ELECTRIFICATION PROJECT
ADB LOAN NO.: 200200003401
AGTF LOAN NO: 505020000055
ASSIGNMENT TITLE: CONSULTANCY SERVICES FOR ENGAGING A FIRM AS TRANSACTION ADVISOR FOR THE MINI GRID PROGRAMME WITHIN THE NIGERIA ELECTRIFICATION PROJECT
REFERENCE NO.: REA-NEP/AFDB/QCB5/03/2019

The Federal Government of Nigeria (FGN) has received financing from the African Development Bank (AfDB) for the cost of the Nigeria Electrification Project (NEP). The Rural Electrification Agency, the implementation Agency of the FGN, intends to apply part of the proceeds of this loan to payment under the contract for the Consultancy Services of a Transaction Advisor for the Mini Grid Programme within the Nigeria Electrification Project (NEP).

The Transaction Advisor shall, among others, carry out the following major activities:
1. Technical Review Of the Project and recommendations in an optimal transaction structure:
2. Support the PMU and Snr Procurement Specialist the preparation and execution of the bidding process for the 300 mini-grids. It Is envisaged that tendering for the mini grids may be in three phases of average of 100 sides per phase: support the Snr Procurement Specialist in the evaluation bias at each of the phases:
3. Participate in Contract Negotiation with wiring bidders:
4. Review financial proposals and recommend optimal financial structure:
5. Provide support at Financial Close and post-transaction reporting
6. Post-award tracking and monitoring of project execution by winning bidders

You need to login to view the rest of the content. Please . Not a Member? Join Us