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.
No Comments