by SNGZ | Apr 12, 2016 | News, Tenders
Transmission Company of Nigeria (TCN)
Invitation to Tender; Supply of Grid Energy Meters, Accessories and General Supplies
The Transmission Company of Nigeria (TCN) intends to urgently procure various types of Energy Meters, Accessories, and General Supplies.
Reputable Companies are invited to apply for the supply of these items as stated below.
Scope of Supplies
LOT 1: Supply of Energy Meters and Accessories
LOT 2: Supply of Test Equipment
LOT 3: Supply of Working Tools and Cables
LOT 4: Supply of Computers and Office Equipment
Quotation Pre-Requisite
Interested companies are to provide the following:
(1) Certificate of Incorporation in Nigeria or overseas.
(2) Evidence of source of supply, including product brochure(s).
(3) Current Tax Clearance Certificate for the past three Years (2013, 2014 and 2015).
(4) Three years Audited Financial Statement (2013, 2014 and 2015)
(5) Evidence of VAT Registration Certificate.
(6) Evidence of compliance with the provision of Pencom Act 2004
(7) Evidence of compliance with the provision of ITF
(8) Evidence of company registration with BPP database
(9) Evidence of experience with contract awards in at least two (2) jobs of similar natures for all the LOTs in the last five years. HT meters 0.2 or 0.5 Class in the Nigeria grid or any other in the last 5years with verifiable letters of Contract Awards.- for LOT 1
(10) Evidence of partnership with a reputable manufacturer for a reasonable period of time -for LOT 1
(11) Evidence of financial capacity to supply more than 500No HT or MD Meters with minimum average annual turnover of W100M- for LOT 1
(12) Company profile showing curriculum vitae of key personnel with evidence of experience on similar jobs
(13) Evidence of local content inclusion -personnel and some assembly parts in Nigeria (lot 1)
(14) Evidence of Meter Certification by NEMSA
Collection of Tender Document
Interested applicants are requested to indicate their interest by requesting for the “TENDER DOCUMENT” from the office of:
General Manager (Procurement) TCN,
PHCN Corporate Headquarters,
Plot 441 Zambezi Crescent, Maitama, Abuja, Nigeria.
Applicants shall pay a non-refundable Tender Fee as follows;
LOT 1; N50.000.00
LOT 2-4: N30, 000.00 per Lot.
All payment should be made in bank draft payable to the Transmission Company of Nigeria (TCN), Abuja, before collection of the tender document(s).
Submission of Documents
(1) Completed Technical and Financial bid documents shall be submitted in separate envelopes, sealed and clearly marked “Technical Proposal” and “Financial Proposal”, respectively, for the LOT of your choice.
Tenders shall be submitted to:
The General Manager (Procurement) TCN,
Room 122/129, PHCN Corporate Headquarters, Plot 441
Zambezi Crescent, Maitama, Abuja
(2) Separate Quotations in separate envelopes shall be submitted for each LOT of your interest. The name and mailing address of the Applicant Company must be clearly marked on the envelope(s).
(3) Technical Proposals must bear the relevant Quotation Pre-requisites and technical details (to be issued with the Tender Document).
Closing Date
Collection of tender document will commence immediately and submission of tenders shall close on Tuesday 24th May, 2016, by 12noon.
Opening of Bids
The Technical Proposals shall be opened immediately after the closing time on Tuesday 24th May, 2016.
NOTE
Failure to provide information/supporting document that is essential for the evaluation of the applicant’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the applicant.
TCN reserves the right to verify any claim by applicants. Applicants should therefore include in their submissions necessary authority and guarantee for such verification.
This advertisement shall not be construed as a commitment on the part of TCN to award contract to any contractor.
For further information and/or clarification, please contact the following e-mails:
(i) smohammad@mhi.mb.ca
(ii) tcn.procurement@tcnmail.com
Signed
Management
Transmission Company of Nigeria (TCN)
by SNGZ | Feb 22, 2016 | News, Tenders
Comissao Da Cedeao
Ecowas Commission
101, Yakubu Gowon Crescent,
Asokoro District,
P.M.B. 401.
Abuja, Nigeria.
E-Mail: info@ecowas.int
Commission De La Cedeao
Tel: (234 – 9)314-74 27 -9, (234 – 9)314-74 27 -9
Fax: (234 – 9)314-76 46, (234 – 9)314-30 05
Expressions of Interest
Recruitment of an Individual Consultant for Project Design: Ecowas Geo-Extractives Observatory & Cadastre System
The Economic Community of West African States (ECOWAS) is a regional grouping with 15 Member States in West Africa (three landlocked and one island) with a population of about 300million and an annual economic growth rate of around 6%. The ECOWAS Commission is one of the eight Regional Economic Communities supporting the African Union to coordinate the implementation of continental and regional integration and development programmes in the West African region.
(2) As part of the mandated activities towards the realization of the main objective of ECOWAS, the Commission is soliciting the services of a reputable and highly-competent person(s) to assist the Directorate of Mining & Geo-extractives Development draft a comprehensive Technical Feasibility Report/Implementation Strategy for an ECOWAS Geo-extractives Observatory & Cadastre System which aligns with the Community’s vision of – “create a borderless, peaceful, prosperous and cohesive region, built on good governance and where people have the capacity to access and harness its enormous resources through the creation of opportunities for sustainable development and environmental preservation”.
(3) For this purpose, The Economic Community of West African States (ECOWAS) seeks to engage the Services of an Individual Consultant for Project Design of ECOWAS Geo-extractives Observatory & Cadastre System (1st Benchmark Result-Complete Draft Technical Feasibility Report/Implementation Strategy).
(4) The general objective of the study is to assist the Community towards its mandate to develop a comprehensive, useful, and internationally acceptable ECOWAS Geo-extractives (Mining & Hydrocarbons Sectors) Observatory & Cadastre System for the realization of the Community’s vision.
(5) Duties and responsibilities of the Consultant:
Within the above context, the consultant will be required to do the following:
- Draft a comprehensive Technical Feasibility Report (Conceptual Design and Cost) / Implementation Strategy for a GIS-based ECOWAS Geo-extractives Observatory & Cadastre System as described above and submit it through the Commissioner, Energy & Mines within a specified number of days
- Assist the Directorate of Mining as the Commission’s Resource Person(s) in the review and statutory validation process of this document (at intervals as required);
- Assist the Directorate of Mining as a Resource Person in the internal ECOWAS Commission Technical Retreats on this draft document.
(6) The qualifications of the Consultant(s) should include, among others:
- Demonstrated academic competence from a related-field(s) within the geo-extractives sector.
- Demonstrated appreciation of the Community’s developmental policy-orientation for the geo-extractives sector.
- Demonstrated practical experience in multi-sector policy conceptualization and programme development within an international best practice context.
- Proven ability to write reports in clear and concise legal and technical context, communicate effectively, present concepts with limited slides, and meet operational deadlines.
- Proven ability to maintain excellent interpersonal skills and to establish and maintain effective working relationships within a multi-lingual and cultural environment of an international development organization.
(7) The ECOWAS Commission now invites eligible Consultants (Individual) to indicate their interests in providing these services. The interested Consultants must provide all information supporting their qualification to perform the services (Kindly attach detailed Curriculum Vitae that highlights the following: Curriculum and Certificates; Past Experiences of similar jobs over the past ten (10) years; Computer knowledge; knowledge of the area; language and any other information useful for the accomplishment of this project). Please note that if individual consultants are proposed by firms, only the experience and qualifications of the individuals shall be used in the selection process, their corporate experience shall not be taken into account, and the contract, if given, will be signed with the proposed individuals.
(8) The selection will be done on the basis of a comparison of curricula vitae and the selected Consultant will be invited to produce Technical and Financial Proposals which will serve as the basis for negotiation for the conclusion of the Contract Agreement. (Selection method: Individual Consultant based on the Consultant’s Qualification). Please note that the selected consultant will be expected to submit all required reports in English or French. Also note that the estimated budget for this assignment must not exceed Forty Five Thousand US Dollars ($45,000.00)
(9) Interested consultants may obtain further information at the address below during office hours:Monday to Friday from 9:00 a.m. (GMT+1) to 5.00 p.m. (GMT+1). ECOWAS Commission, Directorate of General
Administration, Procurement Unit, 101,Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria,
Email: procurement@ecowas.int
(10) Expressions of interest must be delivered in sealed envelopes and clearly marked:“Recruitment of an Individual Consultant for Project Design: Ecowas Geo-Extractives Observatory & Cadastre System, do not open except in presence of the Tender Committee”to the address below by Thursday, 17th March, 2016 at 11.00 a.m (GMT+1).
(11) The ECOWAS Tender Box is located in the Office of the Commissioner, General Administration & Conference, 5th Floor ECOWAS Commission, 101 Yakubu Gowon Crescent, Asokoro District, P. M. B. 401 Abuja Nigeria.
(12) This request for EOI can also be viewed on this website: www.ecowas.int .
Commissioner, General Administration & Conference
by SNGZ | Feb 22, 2016 | News, Tenders
Invitation to Bid for the Supply of Transformers (Consumable) at Cross River State Electrification Agency (SEA)
State Electrification Agency
Ministry of Works Premises
Ekorinim Road,
Calabar.
10th February, 2016
Our Ref.: CRSEA/DG/Vol. 1/006
Invitation to Bid
The Cross River State Electrification Agency (SEA) intends to procure the services of qualified contractors to supply transformers to upgrade electricity supply in the state.
Consequently, applications are invited from reputable companies registered with the Cross River State Due Process and Price Intelligence Bureau to tender/bid for the following lots:
Lot 1:
S/N |
Capacity of Transformers |
Quantity |
1 |
500KVA 11/0.415KV |
95 |
|
Total |
95 |
Lot 2:
S/N |
Capacity of Transformers |
Quantity |
1 |
500KVA 33/0.415KV |
13 |
2 |
300KVA 33/0.415KV |
13 |
3 |
200KVA 11/0.415KV |
13 |
4 |
200KVA 33/0.415KV |
1 |
|
Total |
40 |
Lot 3:
S/N |
Capacity of Transformers |
Quantity |
1 |
300KVA 11/0.415KV |
46 |
|
Total |
46 |
To qualify for consideration, your bid documents should be accompanied with the following:
(i) Technical and financial bid/tender documents
(ii) Evidence of registration with CAC
(iii) Evidence of registration with Due Process, Cross River State.
(iv) Company audited account for three (3) years
(v) Evidence of similar work done in the past
(vi) Current Tax Clearance Certificate (3 years up to December, 2015)
(vii) VAT registration and evidence of past VAT remittances/returns.
(viii) Evidence of knowledge of the industry
(ix) Evidence of financial capacity and Bank support
(x) Any other relevant information.
Bid/tender documents are to be collected from the procurement office, State Electrification Agency, (2nd Floor) and be submitted not later than 8th March 2016. All completed bids are to be submitted in duplicate in one sealed envelope measuring 29.5 x 35.5cm and marked “Bids for Supply of Transformers (consumable) ” and addressed to:
The Director General
Cross River State Electrification Agency,
Ministry of Works Premises,
Ekorinim Road,
Calabar.
To reach the procurement unit of the Agency on or before Thursday, 10th March, 2016 by 12:00 noon.
For further information and clarification pertaining to this invitation, contact the procurement officer of the Agency or call 08069329801, 08088165955.
The Bids/tenders will be opened on the last date of submission by 1:00pm in the Agency’s conference room.
Signed:
Dr. Jocob Out Enyia
Director General
by SNGZ | Jan 13, 2016 | News, Tenders
Office of Establishments and Training
Ado – Ekiti, Ekiti State
Re: Invitation to Tender
(1) Introduction;
The Ekiti State Government is conducting verification towards establishing a biometric databank for pensioners in the State Public Service. In compliance with the State Public Procurement Law, the State Government hereby invites tender from well qualified IT/Systems specialist companies in order to achieve this objective
Location of the project: Ado Ekiti
(2) Prerequisite for Tender
(i) Evidence of current registration with Ekiti State BPP
(ii) Comprehensive Company’s profile
(iii) Certificate of incorporation with CAC
(iv) Evidence of current registration of business premises with Ekiti State Government
(v) Evidence of registration with the Office of Establishments and Training
(vi) Evidence of company’s Tax clearance in Ekiti State (Three (3) consecutive year including the tenderyear)
(vii) Evidence of Tax Clearance of two (2) company’s Directors (current year)
(viii) Evidence of payment of Ekiti State Development Levy (Three (3) consecutive years including the tender year)
(ix) Evidence of payment of appropriate Tender fee
(x) Evidence of financial capability to execute the project
(xi) Evidence of the company’s three (3) years audited account
(3) Other Tender Requirements
(i) Tender documents to be collected at the Office of Establishments and Training, Ado Ekiti
(ii) Tender fee payable: N100,000
(iii) Tender Fee account details
Account Name: Office of Establishments and Training
Account no: 1000877265
Bank: Keystone
(4) Submission of Tender
This invitation to tender is being re-advertised to enable more bidders to participate in the tender process. Therefore, interested bidders are to submit their tender documents enclosed in wax-sealed envelopes clearly marked on top right hand corner as follows;
TENDER FOR VERIFICATION AND THE ESTABLISHMENT OF A BIOMETRIC DATABANK, Allapplications for Tender MUST reach the Permanent Secretary, Cabinet and Special Services Department, Governor’s Office, Ado Ekiti, Ekiti State NOT later than seven 20th January, 2016. All submitted applications shall be opened immediately after the close of submission by 12 noon on Wednesday 20th January, 2016 at Cabinet and Special Services Department, Governor’s Office, Ado Ekiti. Interested bidders who desire to witness the opening are encouraged to do so.
Tender Warning:
(i) Late submissions will be rejected.
(ii) The Office of Establishments and Training is not legally bound to enter any contractual negotiation with any party based on this advertisement.
Signed;
Permanent Secretary
by SNGZ | Dec 10, 2015 | News, Tenders

The Nigeria National Petroleum Corporation(NNPC) through its Renewable Energy Division (RED) is re-positioned to seek core-Investors to implement Nigeria’s Automotive Biofuels Industry Programme through a series of planned Special Purpose Vehicles(SPVs).The Automotive Biofuels Industry Programme through a series of Planned Special Purpose vast agricultural potentials with abundant skilled and unskilled labour in the Country; and the synergy of NNPC Downstream assets, capabilities and infrastructural facilities. The rationale for the Automotive Biofuels Industry Programme is to develop Low-Carbon Energy for the Transportation Sector with significant financial returns, mitigate Climate Change, create wealth and employment and attain Sustainable Development across the Country.
NNPC has secured suitable land portions to develop Fuel-Ethanol and Biodiesel Projects from Local and State Authorities and has completed Site-specific, bankable, detailed Feasibility studies using International Experts and registration with appropriate Public Institutions. The Corporation is seeking to create special purpose Vehicles with strategic core Investors having proven operational and managerial expertise in Large-scale Integrated Biofuels Plantations and Plants envisaged for the Programme .While NNPC will indicate its negotiable shareholding of 20-30% in each of the partnerships, the Core Investor(s) would be expected to undertake 100% funding of the project(s) under a Carry Agreement in the first Phase.
To demonstrate the feasibility, the Corporation intends to start with the proposed Sugarcane Fuel-Ethanol Project in Agasha-Guma area of Benue State, Nigeria.
Investors being sought must have the following characteristics:
- Ability to take majority equity ownership, as sole investors or as a leader or, group of investors;
- Proven competence in the following:
- Ownership/or management of large-scale Sugarcane Plantations;
- Ownership/or operation of large-scale Sugarcane mill, Fuel-Ethanol processing,
- Redefined sugar production, Bagasse cogeneration under a zero-waste concept.
- Commodity trading (Ethanol, Sugar, etc.)
- Clean Development Mechanism Projects Activities;
- Joint Venture partnering track records
-
BRIEF DESCRIPTION OF THE PROJECT(SCOPE OF WORK)
The first phase of the project will cover at least 50,000 hectares of Sugarcane plantations in close proximity, fitted with:
- Fuel –Ethanol processing plant;
- Cane Mill and Refined Sugar Plant;
- Bagasse Cogeneration plants;
- Carbon Dioxide recovery and bottling plant, and
- Other Utilities as appropriate
3.0 PRE-QUALIFICATION REQUIREMENTS
NNPC in compliance with the provisions of the public procurement Act 2007 request interest Companies to submit the detailed requirements listed below in their pre-qualification bid documents:
3.1 full details of Company profile with Certification of Incorporation, certified true copies of memorandum and articles of Association of the Company and CAC form of CO2 AND CO7(particulars of Directors) – where applicable;
3.2 company Tax clearance Certificate for the last three (3) years (2012, 2013, and 2014)
3.3 Evidence of VAT Registration
3.4 Evidence of current registration of PENCOM and section 1(2) Pension Reform Act 2004
3.5 Evidence of compliance with the Industrial Training Fund (ITF) amendment act 2001 by inclusion of copy of compliance certificate from the industrial training fund.
3.6 Audited account for the past (3) years (2012, 2013 and 2014)
3.7 Nigerian content plan that demonstrates full utilization of Nigerian labour and services with detailed description of role, work scope and man-hours in order to achieve maximum target as set out in the requirement of the NOFICD Act, 2010
3.8 Current and in-place organizational structure with detailed experience and skills of key management personnel with names. Provide evidence (personnel list and position organizational chart) percentage of managements that are Nigerian Nationals and the percentage of total workforce that are Nigerians
3.9 Detail past/present commitment to staff training and development of Nigerian Personnel.
3.10 Evidence of Financial capability
3.11 Bank reference letter from credible bank
3.12 Evidence of relevant verifiable investment/partnership experience in Biofuels Projects anywhere in the world over the past (5) years .Please attach reference letters.
3.13 List of verifiable similar service detailing companies that the service was rendered to: Company full address (not P.O BOX), functional phone numbers and email addresses.
3.14 Company’s CASHES and QA/QC policy and detail of safety records for accidents, incidents injuries and damages for the past three years e.g. lost tine incident, down time, etc.
3.15 Any additional information that will enhance the potential of the company.
4.0 SUBMISSION OF EXPRESSION OF INTEREST
All prospective companies wishing to express their interest to tender for the procurement of the works described in 2.0 above shall submit relevant documentation for pre-qualification as stipulated in 3.0 above. The requested information and any other supporting document in respect of this requirement should be submitted in ONE original plus ONE hard copy and two electronic copies (CD ROM). The document which should be in separate packages shall be sealed and clearly marked “EXPRESSION OF INTEREST: INVESTOR PARTNERSHIP FOR NNPC BIOFUELS PROJECTS to reach the address below on or before SIX (6) weeks from the date of pulication.The closing for the expression of interest is on the 4th of January, 2016 at 12noon.The bids shall be opened immediately after the due date.
THE SECRETARY,
R&T DEXCOM TENDERS BOARD,
1st FLOOR, Block D, ROOM 45B,
HERBERT MACAULAY WAY
NNPC TOWERS, CENTRAL DISTRICT
ABUJA, F.C.T. NIGERIA
5.0 IMPORTANT INFORMATION
It must be noted that:
5.1 Only shortlisted companies will be contacted
5.2 Late submissions shall be rejected
5.3 Registration at the NIPEX portal shall be an added advantage
5.4 Your company shall provide NNPC with a letter of authority to verify claims made in your submissions
5.5 Please note that this is not an invitation to tender; only companies adjudged qualified by NNPC under this pre-qualification procedure will be invited to participation in the competitive tender.
5.6 All claims must be adequately substantiated and verifiable.NNPC shall deal with only authorized officers of the interested companies and not through individuals or agents (ownership is therefore essential).
5.7 All cost incurred by your company as a result of this pre-qualification exercise and any subsequent for information shall be to your account.
5.8 The expression of interest and any other related process neither creates any commitment by; NNPC nor any legal relationship.
NNPC is now inviting eligible firms to indicate their interest in creating a Special Purpose Vehicle (SPV) with the Corporation to develop a thriving Biofuels Industry in Nigeria. Interested firms must provide information indicating that they are qualified to become core investors in the proposed SPV and possess the relevant expertise and financial capacity for a Carry Agreement.
All requests for clarification, which must be concluded not later than 21st of December, 2015 should be addressed to:
Group General Manager,
Renewal Energy Division,
Block B;6th Floor; Room 06.04,
Nigerian National Petroleum Corporation, Herbert Macaulay Way,
Central Business District, Abuja,
NIGERIA.
by SNGZ | Nov 21, 2015 | News, Tenders
Nigerian Communications Satellite Ltd.
Invitation to Tender
Introduction
The Ministry of Communication Technology charged with the management and operation of Nigeria’s Communications Satellite. including NigComSat-1R. with a mission to manage and exploit the commercial viability of Nigerian Communications Satellite for the socio-economic benefit of the nation and a Vision to be the leading satellite operator in Africa. NIGCOMSAT Limited is wholly I committed to providing high-quality, reliable and professional services to meet the nation’s Telecommunication, Broadcast. Aviation Maritime. Defence and Strategic Security needs.
In order to accomplish the stated mission and actualize the mandates hereto. NIGCOMSAT Limited is upgrading some of the facilities at its Ground Station in Abuja.
To this end, competent contractors are invited to tender for the projects.
Ground Infrastructure for Nigcomsat-1R
LOT1 4.8 Meter compact Cassegrain Antenna C Band 2 port, circular polarized feed. Rx only Rx (3.4- 4.200 GHZ) with antenna control unit.
LOT2 4.8 meter Compact Cassegrain Antenna Ku – Band 2 port, Linear Polarized feed. Rx only. Rx (10.70 – 12.75 GHZ) with antenna control unit.
LOT 3 Antenna Accessories.
LOT4 UPS
LOT 5 IOT Services
Tender Requirements
All interested contractors are required to forward the following documents along with the financial bids:
(a) Evidence of Company Registration with the corporate Affairs Commission (CAC)
(b) Company profile and Organizational structure: including names and curriculum vitae of key technical staff:
(c) Previous experience and verifiable list of similar projects previously undertaken including evidence of the projects such as letters of award, completion certificates etc;
(d) Current Tax Clearance for the last three years,
(e) Evidence of VAT Registration Certificate including TIN Numbers:
(F) Audited Accounts for the last three years. 2012, 2013 and 2014;
(g) Evidence of Financial strength and banking Support,
(h) Evidence of Pension Fund Remittances:
(i) Evidence of compliance with the amended Industrial Training Fund Act. 2011:
(j) Evidence of registration with relevant professional bodies:
(k) List of Equipments for the proposed project where necessary;
(l) Evidence of Registration with Financial Reporting Council (FRC) of Nigeria
(m) Name, e-mail address and telephone numbers of contact person for the project;
(n) Affidavit of disclosure that none of the persons connected with the bid process in the procuring entity has any pecuniary interest and that the company is in receivership or any form of insolvency/bankruptcy nor in debarment and that the company nor any of the Director (s) of the company have been convicted of financial crime
Important Information
Bidding will be conducted through National Competitive Bidding (NCB) procure as specified in the public procurement Act. 2007. The general public is invited to note that procurement below the national Competitive Bidding Threshold would be carried out during the course of the year by placing advertisement on the Company’s Notice Boards for interested Contractor s/Suppliers.
Collection of Tender Documents
Details of scope of work and specifications tor the projects are to be collected in the Procurement Department upon presentation of evidence of payment of non-refundable Tender fees of ₦50.000 for each lot/Project. This must be through remita payable to Nigerian Communications Satellite Limited.
Submission of Tender Documents
All submissions should be neatly packaged, placed in sealed envelope with the name of the project and lot number clearly marked on the top left side of the envelope The Financial Tender must be submitted in a separate envelope marked ‘Financial Tender’ with clear indication of project name and lot number and addressed to:
The Managing Director,
Nigerian Communications Satellite Ltd.
Obasanjo Space Centre,
Umaru Musa Yaradua Way, Abuja
Closing of Submission
All submission of tender documents ends on Monday 28th December, 2015. Ail bidders, Civil Society Organizations, Relevant Professional Bodies and interested Stakeholders are invited to tender opening scheduled to take place immediately after the close of submission on 28th December, 2015 at NIGCOMSAT Limited Auditorium by 12 noon.
This advertisement shall not be construed as a commitment on the part NigComSat Limited to responding bidders to seek tor any compensation, damage or award from NIGCOMSAT Limited by virtue of any bidder(s) having responded to this advertisement. NIGCOMSAT Limited reserves the right to reject any or all submissions or discontinue the process if need be without any inability whatsoever.
Signed
Management