BID PROCESS

Welcome to the Nigerian States Projects Procurement Board (NSPPB) official website. For any enquiry, use our contact us Form or mail directly to tender@nsppb-ng.info

Tender Participation Requirements and Procedures

Nigerian States Projects Procurement Board (NSPPB)

Government of the Federal Republic of Nigeria

1. Tender Application Letter (Letter of Intent)

All interested bidders are required to submit a Letter of Intent written on their official company letterhead. The letter must clearly state the bidder’s intention to participate in the ongoing procurement process and must reference the specific Tender Reference Number being applied for. This letter confirms the bidder’s formal interest and commitment to the tender and must be duly signed by an authorized officer (CEO, Managing Director, or Company Secretary).

2. Bidding Product Price List / Quotation

All submitted quotations must specify unit prices based on one of the following terms:
- FOB (Free on Board)
- Ex-Works
- CIF Lagos Port, Nigeria

International bidders are required to present their price quotations in USD ($), Euro (€), or British Pound Sterling (£) only.

3. Product Specifications and Technical Data

Each bidder must include a comprehensive description of all proposed products, including:
- Technical specifications
- Clear product photographs
- Quality certification documents (e.g., ISO, CE, NAFDAC where applicable)
- Website/product links (where relevant)

4. Company Profile / Business Introduction

Bidders must submit a formal corporate profile including:
- Company history and ownership
- Areas of specialization
- Major clients and past government supply contracts
- International trade experience
- Regulatory certifications

5. Certificate of Incorporation / Business Registration

All bidders must provide a certified copy of their Certificate of Incorporation or Business License, which serves as proof of legal registration and operational legitimacy in their home country or jurisdiction.

6. Documentation Format and Submission Address

Bid documents must be submitted on the company’s official letterhead and must be signed by a senior executive (CEO, Director, or Company Secretary) for authentication.

All bid submissions must be addressed to:
The Secretary
Nigerian States Projects Procurement Board (NSPPB)
Federal Secretariat Complex, Abuja
Lagos Coordination Office: Block 4, Marina Government Quarters, Lagos State, Nigeria

and be submitted by hand through the Bidder Representative, not later than the Bid submission deadline. Bids submitted upon submission deadline will be  rejected.

 

7. Financial Eligibility Requirement

Tenders from companies experiencing financial insolvency, ongoing liquidation, or inability to fulfill large orders will be disqualified. The Board seeks only credible bidders with proven financial capacity to execute awarded contracts responsibly and efficiently.

 

8. Communication and Clarification Protocol

Direct private contact between bidders and procurement board members is strictly prohibited. All requests for clarification must be routed through the bidder’s accredited local Representative or Agent in Nigeria.

Clarifications will be addressed officially by the NSPPB Tender Board Secretariat and shared publicly, in compliance with the Public Procurement Act 2007.

 

Tender Documents Submission Guidelines

9. Submission of Price Lists

All price lists must be physically submitted through the bidder’s NSPPB-accredited Nigerian Representative or Agent to the official Tender Submission Desk located at the NSPPB Lagos Coordination Office.

  • In addition to the price list, bidders are required to submit a comprehensive document package including the following:
  • Detailed Company Profile highlighting operational capacity, key personnel, and relevant experience
  • Complete Product Specifications, including technical data sheets, brochures, and certification marks (e.g., ISO, CE, NAFDAC)
  • Business Licenses and Certificates of Incorporation verifying the legal status of the company
  • Any other relevant documents that demonstrate the bidder’s eligibility, manufacturing capacity, product authenticity, and ability to supply the specified goods or services.

This consolidated submission is essential to confirm the bidder’s credibility, compliance with regulatory requirements, and readiness to engage in public procurement under the standards of the Nigerian States Projects Procurement Board (NSPPB).

10. Request for Proforma Invoice (PI)

Only bidders who have received an official Request for Proforma Invoice (RFPI) from the Nigerian States Projects Procurement Board (NSPPB) are authorized to submit a formal Ex-Works, FOB or CIF Proforma Invoice. This request will specify the exact items, quantities, and tender reference number under consideration.

  • Bidders must ensure that their submitted Proforma Invoices are:
  • Accurate and itemized, reflecting unit costs, delivery timelines, and total value
  • Aligned with the specifications and quantities outlined in the RFPI
  • Endorsed and stamped by a senior official of the company (e.g., Director, CEO, or Authorized Procurement Officer)
  • Accompanied by all supporting documentation, including technical data sheets, regulatory certifications, and proof of capacity to supply
  • All Proforma Invoices and accompanying documents must be delivered by hand to the Tender Submission Desk at the NSPPB Lagos Coordination Office through the company’s designated and accredited Nigerian Representative or Agent.

This process ensures that only pre-evaluated and qualified suppliers participate in the final procurement phase, guaranteeing quality, compliance, and value-for-money in all public project procurements.

11. Production/Delivery Schedule

All bidders submitting a Proforma Invoice (PI) must also attach a detailed Production and Delivery Proposal. This document should clearly state the production schedule and estimated delivery timeframe for the goods and quantities listed in the PI, along with critical logistics details.

The Production and Delivery Proposal must include:

  • A well-defined manufacturing timeline covering possible production start date from date of payment, duration, and quality control milestones
  • Shipping and logistics arrangements, including mode of transport (air, sea, or land) and clearly stated Delivery Warehouse Address or Port of Lading (point of shipment)
  • Expected arrival time at Port of Discharge Lagos Port, Nigeria, if shipped with the Bidder's Forwarder.
  • Evidence of the bidder’s production capacity and ability to meet the order volume
  • A risk management strategy to ensure on-time production and delivery despite unforeseen circumstances
  • Written assurance of compliance with NSPPB’s procurement standards, timelines, and conditions

This requirement ensures that only bidders with demonstrated logistical readiness, production efficiency, and capacity to meet delivery obligations participate in the final procurement phase thereby reinforcing accountability and value-for-money in public sector contracting.

Bidder  Mandatory Registration

12. Company Registration and Refundable Tender Bid Bond Requirement

All international bidding companies that do not hold an active business registration in Nigeria are required to complete a mandatory one-time registration with the Nigerian States Projects Procurement Board (NSPPB). This registration must be carried out at the time of Proforma Invoice (PI) submission and must be facilitated through the bidder’s officially accredited local representative or agent.

As part of this process, bidders are required to deposit a refundable Tender Bid Bond, which serves as both a commitment guarantee and a verification of the bidders financial credibility.

Key Terms:

  • The Tender Bid Bond amount ranges from USD $1,700 to USD $5,000, depending on the specific Tender Reference Number and the estimated value of the contract.
  • The bond is 100% refundable within five (5) working days after the final decision is made, provided the bidder is not awarded the contract.
  • This requirement is compulsory for all foreign entities intending to participate in NSPPB tenders and applies only once per tender submission.
  • Failure to meet this obligation will result in automatic disqualification on the grounds of insufficient financial capacity or lack of operational seriousness.

The Tender Bid Bond is a critical tool used by the NSPPB to ensure that only serious, financially stable, and contract-ready bidders are considered for public procurement awards. It discourages speculative bidding and strengthens the credibility of the tendering process.

 

Post-Submission Process and Evaluation

Supplier Selection and Contractual Procedures

 

13. Supplier Nomination Criteria

Suppliers will be nominated based on:

  • Product quality and compliance
  • Proven track record in procurement and logistics
  • Financial strength and integrity
  • Performance references and recommendations from their accredited local Agent/Representative
  • Technical capability and delivery timeframe

 

14. Contract Payment Terms

Upon successful nomination, the contract payment structure shall range from 50% to 100% upfront, depending on the nature of the supply and mutual agreement between the NSPPB and the contractor. Acceptable payment methods include:

  • Bank Wire Transfer (SWIFT/TT)
  • Irrevocable Letter of Credit (L/C)
  • Certified Bank Cheque

Each bidder is required to clearly state their preferred payment terms in their Proforma Invoice (PI). These terms will be reviewed during the evaluation process and must align with NSPPB’s financial policies and timelines.

Bidders proposing favorable and realistic payment options that reflect industry standards and project risk will receive preferential consideration during contract award evaluations.

 

15. Administrative Procedures for approved bids

All suppliers whose bids are approved by the Nigerian States Projects Procurement Board (NSPPB) must undergo the following administrative procedures to finalize the contract award:

  • Notarization and Stamp Duty Clearance
  • All contract documents and Proforma Invoices must be notarized and endorsed for stamp duty compliance in accordance with Nigerian fiscal regulations.
  • Formal Contract Award Acceptance
  • The nominated supplier must formally acknowledge the award in writing and accept all terms and conditions stipulated in the contract.
  • Contract Execution and Legal Binding Formalities
  • Contract documents must be signed by both parties NSPPB and the supplier witnessed, and sealed to become legally binding.
  • Initial Contract Payment Processing (50% to 100%)
  • Upon fulfillment of documentation and compliance steps, the initial payment (as agreed upon) will be processed and disbursed to enable production and delivery.

 

For Clarifications and Support:

All inquiries regarding tender procedures, documentation, or approvals must be channeled through the bidder’s officially accredited Nigerian Representative or Agent, who is recognized by the NSPPB. This ensures streamlined communication, regulatory compliance, and expedited resolution of any procedural matters.

Welcome to the Nigerian States Projects Procurement Board (NSPPB) official website. For any enquiry, use our contact us Form or mail directly to tender@nsppb-ng.info