Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Abuja-Technology-VillageCall for Expressions of Interest – Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria 

Corporate Profile

Abuja Technology Village Science and Technology Park (STP) and Special Economic Zone is poised to become the preferred destination in Africa for research, incubation, development, commercialisation and outsourcing across its focus sectors of Information and Communications Technology, Biotechnology, Minerals Technology and Energy Technology. The Park offers a balanced lifestyle environment for businesses to operate with competitive advantage. Tenant businesses will have access to Africa’s largest consumer market, proximity to every part of Nigeria and easy access to key global destinations. The STP is strategically located adjacent Nelson Mandela Institution’s African University of Science and Technology (AUST) and close to other Science and Technology Institutions. These institutions collectively form a huge economic cluster along an emerging knowledge strip connecting the Abuja City Centre and Nnamdi Azikiwe International Airport.

The Abuja Technology Village masterplan sets out to create an environment built to the highest global standards of design, construction and sustainability. Key to this concept is the development of mixed-use facilities within a sizeable Green Space setting that comprises natural vegetation and habitats as well as contemporary urban landscape features encompassing outdoor recreational facilities.

The STP Management Company, ATV, is a Member of the International Association of Science Parks and Areas of Innovation; the global network for STPs that drives growth, internationalization and effectiveness for their members as well as the Aspen Network of Development Entrepreneurs among others.

PROJECT PROFILE

ATV seeks suitable Delivery Partners to develop various facilities at the STP under a scheme titled Development Plan (DP) 001. The scheme comprises the following opportunities:

Projects Target Investors
Mega Concept Area Sub-developers with the capacity for large-scale real-estate development comprising various asset classes.
Build to Suit Area Firms looking to develop facilities for their own use.
Optimum Facility Area Individuals or firms looking to develop individual units of real estate for lease to target tenants.
AlphaNub Innovation Cluster Other Science and Technology Parks looking to diversify their geographical footprints while retaining their identities.
Smart Grid Energy Network Firms interested in developing energy and energy technology projects. This scheme includes renewable energy generation, analytics and other intelligent energy systems/networks.
ICT Infrastructure Deployment and Digital Services Bouquet Firms interested in Information & Communications Technology infrastructure deployment and associated services provision. This comprises data centers, fiber optic cabling, Wi-Fi mesh and a Smarter City command center
Logistics Hub Firms interested in the development and operation of a state-of-the-art logistics facility. This comprises an automated system for tracking, storage, retrieval and management of goods.
Green Transportation Services Firms interested in providing public transportation as a service for the community within the STP.
Green Space Development including Leisure Facilities Firms interested in the development and operation of indoor and outdoor sporting and leisure facilities including a golf course and country clubhouse.
Social Services Firms interested in the development of social sector projects specifically a technology museum, school and hospital.

Interested participants are required to express their interest either by email or letter as follows:

By email:

By letter:   The Engagement Manager, DP 001,

Abuja Technology Village FZ Co.

2nd Floor, NEPZA HQ, 2 Zambezi Crescent,

Off Aguiyi Ironsi Street, Maitama, Abuja, Nigeria

SUBMISSION GUIDELINES

(a)     The email / letter should simply state “We, ‘state name of organisation’, are interested in investing in ‘indicate project(s)’ in Abuja Technology Village” and also indicate the name and contact details of the person representing the organisation for this engagement.

(b)     A short Company Profile should accompany the submission.

(c)      The subject of the submission should be ‘EoI in DP 001.

The submission deadline is 30th November 2015.

SELECTION PLAN

This engagement process entails:

(1)     Call for Expressions of Interest (EoI)

(2)     Request for Proposals (RfP). The RfP Pack includes the following:

(i)      Engagement Flow Chart

(ii)     Investors Brief

(iii)    Highlights of Each Scheme

(iv)    Proposal Template/Questionnaire

(3)     Review of Submissions

(4)     Selection of Delivery Partners according to the steps indicated in the Flow Chart

Enquiries

Queries may be sent through the contact details provided above.

The Open House Events are scheduled as follows:

Tuesday, 17th November 2015Golden Tulip Hotel

1C Evo Crescent, GRA

Port Harcourt, Nigeria

Time: 11am

Thursday, 19th November 2015Sheraton Hotel

30 Mobolaji Bank Anthony Way, Ikeja

Lagos, Nigeria

Time: 11am

Friday, 20th November 2015Eko Hotel

Plot 1415 Adetokunbo Ademola Street

Victoria Island, Lagos, Nigeria

Time: 11am

Tuesday, 24th November 2015Sandralia Hotel

Plot 295 Solomon Lar Way

Jabi District, Abuja, Nigeria

Time: 10am

The deadline for submission of Expressions of Interest is Monday, 30th November, 2015

Please send a text message or email through the contact details above to reserve your place.

Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Invitation for Bids (IFB); Procurement of Low Fuel or Carbon Efficient Cook Stoves at Nigeria Erosion and Watershed Management Project (NEWMAP)

download (13)Federal Republic of Nigeria

Invitation for Bids (IFB)

Federal Ministry of Environment

Nigeria Erosion and Watershed Management Project (NEWMAP)

Project ID: P124905

Procurement of Low Fuel or Carbon Efficient Cook Stoves

IFB No. NEWMAP/FPMU/NCB/GD/15/01 

(1)     This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. WB1990 – 07/12 dated 13th July, 2012.

(2)     The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Nigeria Erosion and Watershed Management Project (NEWMAP), and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Low Fuel or Carbon Efficient Cook Stoves.

(3)     The Nigeria Erosion and Watershed Management Project (NEWMAP) now invites sealed bids from eligible and qualified bidders for the Procurement of the following;

Lot Item No. Description of item Qty BidSecurity Delivery Period Location (s) 
1 1 LPG Stoves 5,000 2.5% of bid price 90 days NEWMAP, FPMU,170, Aminu Kano Crescent, Wuse II, Abuja
2 Institutional LPG Stoves 250 2.5% of bid price 90 days
2 1 Ethanol Single burner Stove 10,000 2.5% of bid price 90 days
3 1 Clean coal/biomass briquettes stove 5,000 2.5% of bid price 90 days
2 pack of briquettes (41 pieces each) 3,000 2.5% of bid price 90 days
4 1 Efficient wood stoves 2,000 2.5% of bid price 90 days
2 Institutional Efficient wood stoves 100 2.5% of bid price 90 days

Bidders of the different stoves are required to state clearly the strategy they would employ to ensure continuous availability of Fuel for stove options in the area where the stoves will be used. The delivery point shall be the SPMU in Abia State.

(4)     Bidding will be conducted through the National Competitive Bidding (NCB) , a procedure specified in the Procurement Guidelines; Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

(5)     Interested eligible bidders may obtain further information from the address below and inspect the Bidding Documents from 8:00am to 4:00pm Mondays to Fridays, excluding public holidays.

(6)     Qualification requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • Evidence of Manufacturer’s authorization.
  • Evidence of VAT registration.
  • Evidence of after-sales services in Nigeria.

Additional details are provided in the Bidding Documents.

(7)     A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non­-refundable fee of N 10,000.00 (Ten Thousand Naira) only or 80 USD (Eighty US Dollars). The method of payment will be through Bank Draft in favor of Nigeria Erosion & Watershed Management Project (NEWMAP) – FPMU, Abuja; the Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

(8)     Bids must be delivered to the address below on or before 12:00noon on 10th December, 2015. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12 noon on 10th December, 2015. All bids must be accompanied by a Bid Security for each individual lot as indicated in the table above or in equivalent amount in a freely convertible currency.

(9)     The address referred to above is:

National Project Coordinator

Nigeria Erosion and Watershed Management Project (NEWMAP)

170, Aminu Kano Crescent, Wuse II

Abuja, Nigeria.

Signed

National Project Coordinator

NEWMAP

 

 

Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Invitation to Tender for Intervention Projects at National Steel Raw Materials Exploration Agency (NSRMEA)

162_Logo_National Steel Raw Materials Exploration AgencyNational Steel Raw Materials Exploration Agency (NSRMEA), Kaduna

(Ministry of Mines and Steel Development) 

Invitation to Tender for Intervention Projects

National Steel Raw Materials Exploration Agency (NSRMEA) Kaduna, a parastatal of Ministry of Mines and Steel Development hereby invites tenders from competent and interested companies for the execution of the Constituency/Intervention Projects Domiciled in the Agency

The Projects are as Follows:-

LOT NO. CONTRACT DESCRIPTION
Lot l. Detailed Geological Investigation of Mineral Occurrences of economic Value in Anambra East, Anambra State.
Lot 2. Geophysical Assessment to Identify Productive Water Bearing Aquifers in Anambra West, Anambra State.
Lot 3. Investigation of Mineral Resources of Ajaokuta LGA, Reconnaissance/Geological Mapping, Detailed Mineral Inventory, Exploratory Pitting and Trenching, Topographic Survey, Chemical Analysis of about 200 Samples, Reserve Determination of Selected Minerals and Report Submission.
Lot 4. Training on Local Mining and Quarrying Methods for Local Miners in Ogori-Mangogo LGA, Kogi State.

(2)     Requirements

All registered Contractors are required to provide the following information/ documents, to accompany their proposals:-

(a)     Evidence of Registration with Corporate Affairs Commission.

(b)     Evidence of Registration in the National Database of Federal Contractors, Consultants and Service Providers by the Bureau of Public Procurement.

(c)      Evidence of compliance with Pension Reform Act and up to date remittance of employees’ pension fund contribution.

(d)     Evidence of Equipment and Technology capacity.

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

(f)      VAT Registration.

(g)     Audited Account of the Bidder for the last three (3) years.

(h)     Verifiable list of similar jobs successfully executed.

(i)      Evidence of Financial Capability/Bank Support.

(j)      Evidence of Payment of non-refundable tenders processing fee of N25,000.00 (Twenty Five Thousand Naira) only

(k)     Evidence of Registration with Financial Reporting Council of Nigeria.

(l)      Evidence of compliance with ITF Act. 

(3)     Submission of Pre-Qualification and Collection of Tender Documents

The pre-qualification documents are obtainable from Room 38 (2nd Floor) of National Steel Raw Materials Exploration Agency, Malali Village, Kaduna

Two (2) copies of pre-qualification documents for each project should be separately packaged and sent in a sealed envelope which shall clearly state the particular job and Lot No. on the top left “PRE-QUALIFICATION OF TENDER DOCUMENTS” for LOT………….and addressed to the Director General/

Chief Executive of National Steel Raw Materials Exploration Agency, Malali Village, Kaduna Closing date for submission of bids documents is Tuesday 8th December, 2015 at 12.00 noon.

Bids opening will take place immediately after closing (Tuesday, 8th December, 2015 at 12.30pm) at the Agency’s Board Room at No. 18, Rabah Road, Malali Village, Kaduna.

All tenders are to be submitted to the Agency’s Tender Box in Room 38, 2nd floor, Exploration House, 18 Rabah Road, Malali Kaduna, Nigeria

Signed:

Director General/Chief Executive.

Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Request for Expression of Interest (EOI) for Engagement of EIA Expert Advisor (International) at the Nigeria Erosion and Watershed Management Project (NEWMAP

download (13)Federal Republic of Nigeria

Federal Ministry of Environment

Nigeria Erosion and Watershed Management Project (NEWMAP)

Credit No: 5105 UNI Project ID: PI24905

Package No: FPMU/CQS/15/01

Request for Expression of Interest (EOI) for Engagement of EIA Expert Advisor (International)

This request for expression of interest follows the update of the general procurement notice for this project that appeared in UN Development Business issue of 27th April, 2012 and in Nigerian newspapers of 27th September 2012.

The Nigeria Erosion and Watershed Management Project (NEWMAP) is an 8 years multi – sectoral and multi-scale programme that, and on the other hand, to scale out to additional states in Nigeria. The project involves many relevant Federal and State Ministries, Departments and Agencies (MDAs) Local Government Councils, Communities and civil societies. The various MDAs include those responsible for Planning, Economy and Finance, Works, Agriculture, Forest, Transport, Power, Emergency Response as well as those focusing on Climate and Hydrological Information or watershed/Basin regulation. Effective implementation of this project in sustainable manner requires the engagement of an Environmental Expert that will be working with the EA Department in carrying out Environmental Impact Assessment of Erosion Control and Watershed Management projects in compliance with the ESIA Act cap E12 LFN 2004.

The Environmental Assessment Department (EA) is one of the Technical Departments established in the Federal Ministry of Environment at the inception of the Ministry in 1999. The Department is charged with the responsibility of ensuring that all developmental projects are carried out in compliance with relevant environmental laws and regulations in order to ensure environmental sustainability. Agenda 21, the blueprint agenda for environmentally sound development, adopted by Heads of State and Governments, including Nigeria at the historic Earth Summit held in Rio de Janeiro in 1992, requires that all countries should conduct Environmental and Social Impact Assessment   (ESIA) for major development projects. This informed the decision of the Federal Government to enact the ESIA Act No. 86 of 1992 as a demonstration of her commitment to environmentally sustainable development.

Main objective of the Environmental Services

The purpose of this proposal is to select an Environmental Expert Advisory Firm that will coordinate and collaborate with EAD of FMEnv to carry out Environmental Impact Assessment of the proposed Erosion Control and Watershed Management projects in affected States of Nigeria. 

Institutional Frameworks

The Expert Advisory firm shall work in line with existing laws and standards or as required by the Environmental Assessment Department of Federal Ministry of Environment and the World Bank. The Environmental Expert Advisors’ office shall be in the FPMU building complex of NEWMAP.

The study will be completed in a period of 12 months starting from the date of commencement of the contract.

Submission of Expression of Interests (EOIs)

The Federal Project Management Unit of the Nigeria Erosion and Watershed Management Project (NEWMAP) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services.

Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The shortlisting criteria are; (i) evidence showing the fields of specialty of the firm (consultant’s profile/brochures) (ii) evidence showing that the firm is a legal entity (certificate of registration), (iii) evidence of registration with relevant authorities and professional bodies, (iv) evidence showing the technical and managerial capabilities of the firm in the field of assignment, (v) experience of working in a similar geographical region, (vi) Description of similar assignments, (vi) availability of appropriate skills among staff, and availability of essential technology etc.). For each previous project performed, the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers [July 2014] (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications.

A Consultant will be selected in accordance with the Consultant’s Qualification Selection method (CQS) set out in the Consultant Guidelines.

Further information can be obtained at the address below during office hours (10.00am to 4.00pm).

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) on or before 25th November, 2015

Nigeria Erosion and Watershed Management Project

Attn: Federal Project Coordinator

Federal Ministry of Environment,

No. 170, Aminu Kano Crescent, Wuse II,

Abuja, Nigeria.

Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Invitation for Prequalification and Tender/Bids for capital projects at Standards Organisation of Nigeria

son-1Standards Organisation of Nigeria

Invitation for Pre-qualification and to Tender/Bids

Introduction

The Standards Organisation of Nigeria SON in furtherance to its statutory mandate intends to implement some capital projects under goods, works, consultancy and non consultancy in accordance with Public Procurement Act 2007. The Organisation, therefore invites interested and competent companies to submit their prequalification documents for projects as follows;

S/N DESCRIPTION OF WORKS
Procurement of Goods (LOT 1)
1a Supply Of Desktop Computers, Laptop And Accessories
1b Supply Of Office Equipment And Software For Statistics And Storage Devices
1c Supply Of Various Laboratory Chemicals
1d Supply Of Various Office Furniture, File Cabinet, Office Equipment And Stationeries
1e Supply of Operational Vehicles
1f Supply Of Electrical Appliances (Bulbs, Ceiling Fan, Extension Boxes, Table Lamps And Ups)
1g Supply Of Printers, Photocopiers, Scanners Multimedia And Their Projectors And Their Accessories
1h Supply Of Various Laboratory Equipment
1i Supply Of Various Load Cells Equipment
1j Supply Of Water Dispensers
1k Supply Of Regents And Other Consumables For Microbiology Lab
1l Supply Of Block Testing Machines
1m Supply Of Air Conditioners And Installation
1n Supply Of Water Testing Kits
1o Procurement Of Mobile Laboratory Testing Van And Equipment
1p Supply Of Mobile Pressure Testing Equipment
1q Furnishing Of Son Office Awka
Procurement Of Works (Lot 2)
2a Renovation/Reconstruction Of Son Office Niger State
2b Construction Of Gate House And Perimeter Fencing Of Son Plot Of Land Gudu
2c Construction Of Perimeter Fence And Gatehouse Of Son Plot Of Land Kwara State
2d Completion of Son office Ogun state
Procurement of consultancy and non-consultancy services(LOT3)
3i Market Research On Substandard Products
3ii Consultancy On Interactive Sensitisation Of Stakeholders On Son Activities
3iii Capacity Building Of Sme On Standardization And Certificat Ion
3iv Consultancy For Creation Of Awareness Of Son Activities
3v Consultancy For Various Traning Programs
3vi Sectorial Stakeholders Workshop
3vii Consultancy For Creation Of-Awareness For Accreditation Committee
3viii Consultancy On Public Awareness Campaign Programme On Standards And You On Various Television And Radio Networks
3ix Support Services For Capaoty Building Training On Product Standardisation And Conformity Assesment
3x Bi-Annual Market Research On The Level Of Substandard Products In Nigeria
3xi Consultancy On The Review And Assesment Of Son Projects And Properties Nationwide
3xii Mechanical /Electrical Firms For Repair And Maintence Of Son Vehicles And Equipment
3xiii Mechanical /Electrical Firms For Repair And Maintence of Photocopiers, Printers, Air Conditioners And Accessories
3xiv Mechanical /Electrical Firms For Repair And Maintence Of Computers And Accessories
3xv Mechanical /Electrical Firms For Repair And Maintence Of Generators
3xvi Printing services
3xvii Production And Rental Of Bill-Boards In Five Geographical Zones In Nigeria
3xviii Consultancy and advocacy on sub-standard products
3xix Provision of courier services
3xx Consultancy On Creation Of Awareness For Son/Mancap Certification
3xxi Consultancy on collection of the level of substandard products in the six Geopolitical zones
3xxii Campaign on son e-procedure certification
3xxiii Consultancy on nationwide sensitization on new cement standards and certification of sand crete block and allied cement products
3xxiv Meeting with stakeholders on the new Son 2015 ACT
3xxv Consultancy on the creation of awareness and campaign on updated iso 90001/14001
3xxvi Stakeholders review on Iso standards in Nigeria

 

Prequalification Requirements

  • Evidence of registration with the Corporate Affairs Commission;
  • Provide detailed company profile;
  • Evidence of compliance with PENCOM reform Act of 2004;
  • Company audited account for the ia.st three years.
  • Evidence of Tax clearance certificate (2011-2013) verifiable from the Federal Inland Revenue Service (FIRS);
  • Evidence of compliance with Industrial Training Fund (ITF) Act of 2011 as amended:
  • Evidence of VAT registration with TIN
  • Letter of financial capacity and banking support;
  • Evidence of 2-3 similar jobs previously executed or currently in progress (including copies of letter of awards completion certificates payments etc.);
  • Evidence of company registration certificate with professional bodies;
  • Evidence of affidavit to show that all documents submitted are true and directors are not convicted for fraud, firm not bankrupt and that no former or present staff of SON/BPP is a director in the firm;
  • Curriculum vitae of key personnel for the project and professional certificates;
  • Any other document(s) to support the qualification and tender documents as may be contained in the standards bidding,

(3)     Collection of Bid Documents

Bid documents containing full specification of works/goods, consultancy and non consultancy services, scope, terms and conditions of contract for the LOTs above can be obtained from the Office of Head of procurement of the standards organization of Nigeria at No.52,Lome crescent; Zone 7,wuse Abuja ,upon payment of none refundable Tender sum of N20,000.00 Naira only.

(4)     Submission of Document/Opening of Documents

The closing date and time for receipt of documents in our office at Abuja Headquarters for both pre-qualification documents and submission of Bids are respectively by 12 noon on Monday 7th ,December 2015. Thereafter, the prequalification documents and bid for the Tender documents shall be opened immediately at the address below on the same date of closing. Interested bidders, representative of bidders and members of public arc invited to witness the opening.

Interested contractors find suppliers must submit one original and 3 copies of their document. The documents must be duly signed and enclosed in a sealed envelope indicating the lot number at the top right hand comer of the envelope and addressed to:

The Director General

Standard Organisation of Nigeria SON

No.52, Lome crescent,

Wuse zone 7. Abuja.

Attention: HOD Procurement)

The documents must be recorded and deposited in the SON Tender Box at THE Organisation Office located at. No. 52, Lome crescent, Zone 7, Wuse, Abuja.

(5)     General Information

  • Post qualification in line with the PPA 2007 shall be conducted.
  • Bidders are to participate in one lot only for this programme
  • The names and address of the company should be written boldly at the reverse side of the envelope with the contact telephone n umbers and email
  • please note that electronic copies sent through emails will be rejected.
  • Any tender not properly recorded and sent to Tender Box shall be rejected.
  • The standards Organisation of Nigeria reserves the right to reject all the applications on as submission of the documents shall not be construed to be a comment on the part of the organization or that the organization is under any obligation contact any contractor.
  • The advers shall not give any entitlement to any firm submitting quotation to claim any indemnity from the organization
  • Interested and eligible contractor may obtain further information between 9.00 am to 5.00pm, Monday through Friday except public holidays at the address below
  • The full details of the terms and conditions for bidding will be supplied to pre-qualified contractors upon payment of fee.

HOD(Procurement)

Call for Expressions of Interest; Investments in Buildings, Infrastructure and Technology Facilities Development in Abuja Technology Village, Nigeria

Invitation for Bids for the Supply and Installation of Substation Essential Power Equipment at the Transmission Company of Nigeria Plc – Project Management Unit (TCN-PMU)

Transmission-Company-of-Nigeria-TCNTransmission Company of Nigeria Project Management Unit

 Invitation for Bids Nigeria Electricity and Gas Improvement Project-Additional Financing:Supply and Installation of Substation Essential Power Equipment

Date: 28th October, 2015

Loan No: CR 46200 UNI

IFB No: NGP-T6

(1)     The Federal Republic of Nigeria has received a Credit from the International Development Association (IDA) towards the cost of Nigeria Electricity and Gas Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Supply and Installation of Substation Essential Power Equipment: (NGP-T6).

(2)     The Transmission Company of Nigeria Plc – Project Management Unit (TCN-PMU) now invites sealed bids from eligible bidders for the Supply and Installation of Substation Essential Power Equipment; (NGP-T6).

Lot 1:          Kaduna Mando 330/ 132/33kV substation, Kaduna Power Station 132/33kV substation, Kainji 330/132/33kV substation, Zaria 132/33kV     substation, Bida 132/33kV substation, Hadejia 132/33kV substation, Minna 132/33kV substation and Tegina 132/33kV substation

Lot 2:          Jos 330/132/33kV Substation, Katampe 330/132/33kV Substation, Apo 132/33kV Substation, Suleja 132/33kV Substation, Keffi 132/33kV Substation, Enugu 330/132/33kV Substation, Calabar 132/33kV Substation and Onitsha 330/132/33kV Substation.

Lot 3:          Ado Ekiti 132/33kV Substation, Ejigbo 132/33kV Substation, Old Abeokuta 132/33kV Substation, Ayede 330/132/33kV Substation, Alimosho 132/33kV Substation, Papalanto 330/132/33kV Substation, Akure 132/33kV Substation and Olorunshogo 330/132/33kV Substation.

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

(3)     Interested eligible bidders may obtain further information from and inspect the bidding documents at Transmission Company of Nigeria Plc, Project Management Unit (TCN-PMU) at address given below from 9:00a.m to 5:00p.m week days Nigeria time starring from 28th October, 2015.

(4)     Complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of Fifty Thousand Naira (N50,000.00) or two hundred and fifty US Dollars (US$250.00). The method of payment will be by Certified Bank Cheque in favour of TCN.

(5)     The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Documents: Procurement of Plant, Design, Supply, and Installation.

(6)     Bids must be delivered to the address below on or before 12:00pm on 13th January, 2016. All bids must be accompanied by a bid security of

Lot 1:     Two hundred and forty-one thousand US Dollar (USD241,000.00)

Lot 2:    Three hundred and eighty thousand US Dollar (USD380,000.00)

Lot 3:    Two hundred and forty-five thousand US Dollar (USD245,000.00) or equivalent amounts in a freely convertible currency. Late bids will be rejected.

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

(a)     Average annual turnover requirement

Minimum average annual turnover of

Lot 1 – Twelve Million and fifty thousand US Dollars (US$12,050,000)

Lot 2 – Nineteen Million US Dollars (US$19,000,000)

Lot 3 – Twelve Million, one hundred thousand US Dollars (US$12,100,000)

Calculated as total certified payments received for contracts in progress or completed, within the lastFive (5) years

(b)       Financial Resources:

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

Lot 1 – Two Million and forty-five thousand US Dollar (US$2,045,000)

Lot 2 – Three Million, two hundred thousand US Dollar (US$3,200,000)

Lot 3 – Two Million and fifty thousand US Dollar (US$2,050,000)

(c)        Specific Experience:

Participation as contractor, management contractor, or subcontractor, in at least Two (2) contracts within the last Ten (10) years each with a value of at least:

Lot 1 – Nine Million, six hundred and fifty thousand US Dollar (US$9,650,000) Lot 2 – Fifteen Million, two hundred thousand US Dollar (US$ 15,200,000)

Lot 3 – Nine Million, seven hundred thousand US Dollar (US$9,700,000)

(8)     Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address (2) below not later than 12:15 pm., on 13th January, 2016.

Address

Engr. AJ. Ciroma

General Manager, Project Management Unit

7, Hombori Street,

Off Adetokunbo Ademola Crescent

Wuse II, Abuja 900288,

Nigeria