TRANSMISSION COMPANY OF NIGERIA has floated a tender for Supply of Substation Equipment and Maintenance Materials Supply of Copper Conductor. The project location is Nigeria and the tender is closing on 06 Jan 2020. The tender notice number is , while the TOT Ref Number is 38118229. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Supply of Substation Equipment and Maintenance Materials Supply of Copper Conductor

Deadline : 06 Jan 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 38118229

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : TRANSMISSION COMPANY OF NIGERIA
General Manager (Procurement) TSP, Room 122, 1st Floor, PHCN Headquarters, Plot 14 Zambezi Crescent, Maitama, Abuja
Nigeria
Email :tcn.procurement@tcnmail.com

Tender Details

Tenders are invited for Supply of Substation Equipment and Maintenance Materials Supply of Copper Conductor

Interested companies are to provide the following:
(a) Certificate of Incorporation issued by Corporate Affairs Commission (CAC) in Ni¬geria with forms C02 and C07).
(b) Current Tax Clearance Certificate for the past three Years (2016, 2017 and 2018) valid till 31st Dec 2019.
(c) Minimum average turnover of N10M for each Lot
(d) Three years company Audited Financial Account duly stamped by a registered Auditor for the year (2016, 2017 and 2018)
(e) Evidence of current Pencom compliance Certificate valid till 31st December 2019.
(f) Evidence of current Industrial Training Fund (ITF) certificate in compliance with the provision of Industrial training Fund (ITF) valid till 31st December 2019.
(g) Evidence of current Company Registration on the BPP database by submission of Interim Registration Report (IRR) expiring 31st January 2020 or valid certificate issued by BPP.
(h) Evidence of current Nigeria Social Insurance trust fund compliance certificate valid till 31st December 2019.
(i) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, lob Completion Certificates and Photographs of the projects.
(j) Evidence of equipment/materials manufacturer representatives of the equipment/material bidding for.
(k) Submission of original Product Brochure(s) detailing performance and technical speci¬fications of equipment/materials
(l) 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.
(m) Company profile and technical qualification showing curriculum vitae of key staff. This should include copies of their Academic/professional qualifications.
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be pro¬vided (CAC Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).
(o) A sworn affidavit disclosing whether or not any officer of the relevant committee of Transmission Company of Nigeria or 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 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.

4.0 COLLECTION OF TENDER DOCUMENT
Interested companies are to collect the Standard Bidding document (SBD) for the supply from the office of:
General Manager (Procurement) TSP,
Room 122, 1st Floor, PHCN Headquarters,
Plot 14 Zambezi Crescent,
Maitama, Abuja, Nigeria

Applicants shall pay a non-refundable Tender Fees of N10, 000.00 Per LOT before collec¬tion of the Tender document through CBN Remitta platform payable to the Transmission Company of Nigeria.

5.0 SUBMISSION OF DOCUMENTS
All documents shall be submitted in one copy each of Technical and Financial bids with soft copy of financial bid only in MS Excel format.

Completed Technical and Financial bid documents shall be submitted in separate enve¬lopes, sealed and clearly marked “Technical Bid” and “Financial Bid” respectively, for each LOT of your choice. The name and mailing address of the Company must be clearly written on the envelope(s) and put together in a larger envelope for each LOT.

The Technical Proposals must bear the relevant Qualification Prerequisites and Technical details (to be issued with the Tender Document).

Tenders shall be submitted to the address indicated above not later than 12:00 noon on Monday, 6 January, 2020.

6.0 OPENING OF TECHNICAL BIDS
Only technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday, 6 January, 2020 while the financial bids will be kept unopened

The opening of the TECHNICAL bids takes place at the Conference Room, TCN HQS, Plot 14 Zambezi Crescent, Maitama, Abuja,

7.0 PLEASE NOTE
(a) Please ensure that you sign the Bid submission register in the office for submission indi¬cated above as TCN will not be held liable for misplaced or wrongly submitted bids.
(b) Bids submitted after the deadline of submission would be returned unopened.
(c) Bids must be in English language and signed by an official authorised by the bidder.
(d) TCN reserves the right to verify any claim by Applicants and should, therefore, include in their submissions necessary authority and guarantee for such verification.
(e) This advertisement shall not be construed as a commitment on the part of TCN to award contract to any contractor.
(f) TCN reserves the right to annul the procurement process at any time without incurring any liability in accordance with Section 28 of the Public Procurement Act 2007.
(g) Bidders should not bid for more than two (2) Lots
(h) Equipment of Manufacturers that has record of failure in the system will not be consid¬ered.
(i) Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.
For further information and/or clarification, please contact the following E-mails: tcn.procurement@tcnmail.com

Documents

 Tender Notice