Invitation to Tender for the Supply and Installation of 2 X 10 KW Solid State UHF Digital Television Transmitter and Accessories at Ministry of Information, Internal Affairs, Youth Sports and Culture Audu Bako Secretariat, Kano

Kano State Government

Ministry of Information, Internal Affairs, Youth Sports and Culture Audu Bako Secretariat, Kano

Invitation to Tender for the Supply and Installation of 2 X 10 KW Solid State UHF Digital Television Transmitter and Accessories

Kano State Government intends to modernize and upgrade the operations of Abubakar Rimi Television and Radio Kano into digitalized Television and Radio stations in line with global trends. Accordingly, bids are invited from interested and competent prospective contractors with the capacity to carry out the job.

1.       Abubakar Rimi Television

Item

 

Description
i.

 

 

ii.

 

 

iii.

 

iv.

 

v.

 

vi.

 

vii.

 

viii.

 

x.

Modern Digital HDTV Studio:- a) 4 Camera full Digital HD Studio with Virtual Studio

 

4 Camera DSNG Truck (OB Van) with motorized satellite Transmitter uplink

 

2 Camera Full Digital HD TV Studio (T/Wada)

 

Motorized fly-Away Kit

 

Earth Station with uplink/Down link system

 

2 Camera Virtual Studio Chain (Full Digital HD)

 

2×10 KW Digital ready TV Transmitter (Supply and installation)

 

WEBSITE for ARTV Station Kano

 

Digital Editing Suits (Equipment)

 

 2.       Radio Kano (AM/FM)

(A)

 

S/N

 

Description

 

Quantity
i.

 

ii.

 

iii.

 

iv.

 

v.

3 DX50 AM Harris transmitter digital exciter

 

A codec unit

 

DRM Link 60 watts.

 

5 KW Digital FM Transmitter and Dummy Load.

 

Digital audio Distribution amplifier & rack.

 

1

 

2

 

2

 

1 each

 

2 each

Turnkey Automated Studio System (AM and FM)

(B)

 

S/N

 

Description

 

Quantity
i.

 

ii.

 

iii.

 

iv.

 

v.

 

vi.

 

vii.

 

viii.

 

ix.

 

x.

 

xi.

 

xii.

 

xiii.

 

xiv.

 

 

 

Acoustics for AM and FM production and on air studios.

 

On Air Mixer

 

Production console.

 

Professional CD players and recorders

 

Professional cassette deck players and recorders

 

Microphones and head phones

 

Monitoring speakers.

 

Audio processor

 

Audio converters

 

Digital professional radio receivers

 

Digital outside broadcast van

 

Back up spars.

 

PIE Rack.

 

Relevant working tools.

 

7

 

2

 

2

 

6 each

 

6 each

 

4

 

4

 

3

 

2

 

12

 

1

 

Recommended

spares

2

 

Standard electronic tool box-2

 

Requirements

Contractors wishing to undertake this project should fulfill the following  conditions :-

a)       Must be registered with the Corporate Affairs Commission

b)      Must have the required technical know-how of the equipment being tendered for.

c)       Must have established and proper linkage with the manufacturers.

d)      Must ensure the supply of brand new equipment with guarantee.

e)       Must have evidence of performance in similar job in the past.

f)       Must be registered as contractor with the Kano State Government

g)       Must possess current and relevant tax clearance certificates

h)      All tenders must incorporate pre-shipment, shipment, clearing fees,         installation, staff training and commissioning fees.

i)      Provide a profile of it technical and management personnel

All eligible contractors wishing to tender are to pay a non-refundable prequalification fee of N250, 000.00

Perspective suppliers should apply on or before 29th July 2013

Tenders should be submitted to the office of the Permanent Secretary, Ministry of Information, Internal Affairs, Youth, Sports and Culture,

Audu Bako Secretariat, Kano.

Ada’u Lawan

Permanent Secretary

Expression of Interest for Appointment as External Auditors at Corporate Affairs Commission

Corporate Affairs Commission

(Established Under the Companies and Allied Matters Act 1990)

Expression of Interest for Appointment as External Auditors

Introduction

The Corporate Affairs Commission was established by the Companies and Allied Matters Act (CAMA) of 1990, to regulate and supervise the formation, incorporation, registration, management and wind of companies in Nigeria.

The Commission is currently going through the International Financial reporting Standards (IFRS) conversion process.

Requirements

The Audit Firm to be appointed must be registered with the Office of the Auditor General of the federation, and must be a registered member of the recognized Professional Accounting Body.

In Addition to;

a.       Evidence of registration with Corporate Affairs Commission.

b.       Full details of the Company’s Profile.

c.       Evidence of filing of Annual Returns.

d.       Curriculum Vitae of key personnel showing experience and technical qualification.

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

f.       Evidence of filing of registration with Financial reporting Council of Nigeria.

g.       Audit experience in IFRS environment is an advantage.

h.       Evidence of compliance with Section 6 of ITF Act.

Submission of Application

Applications are to be sealed with wax in an envelope indicating “Expression of Interest for Appointment as External Auditors” and should be submitted not later than 200 pm. (Nigerian Time) on Monday, 8th July, 2013 to the following address:

The Registrar General,

Corporate Affairs Commission,

Plot 420, Tigris Crescent,

Maitama, Abuja.

Interested Audit Firms which submit EOIs within stipulated period are invited to witness the public opening schedule to hold at 2.00pm Monday 8th July 2013.

Signed:

Management

Invitation for Pre-Qualification /Tender at Buji Local Government Council

Buji Local Government Council

Jigawa State

Invitation for Pre-Qualification /Tender

Buji Local Government Council wishes to construct Gantsa Friday Mosque. Therefore invites any interested competent and reputable contractor to tender for the project.

The scope of the work is the construction of Friday Mosque at Gantsa.

The pre-qualification requirement includes:

1.       Certificate of cooperation/business name registration

2.       Certificate of memorandum and article of association

3.       Registration with Jigawa State Works registration board in relevant category.

4.       Company audited account for last one year

5.       Tax clearance for last three years

6.      Evidence of financial capability and banking support

7.      Technical qualification and experience of key personnel

8.      Evidence of project s executed over the last three years

9.      List of equipments and technical capability

10.    Annual turnover

11.    VAT registration and evidence of past remittance

12.    Sworn Affidavit certified as follows;

a.      That the documents submitted are genuine and correct

b.      That none of the directors/partners of the company has been convicted by any court of law

c.                 That the firm/company is not bankrupt

d.                That none of the officers of the procuring entitle is former or present director of company.

Submission of the document, interested contractors shall submit the relevant document from Monday 17th June to Monday 1st July by 12:00 noon with non refundable fee of N50, 000.00 to Secretary Tender Board Committee Buji local Government Secretariat, Gantsa, Jigawa State.

Signed

Abubakar Bako Adamu

Director Admin & General Services

 

Invitation to Tender for the Supply of office Furniture /Equipments for Warri and Port Harcourt Ports at Nigerian Ports Authority (NPA)

Nigerian Ports Authority

Public Notice No. 3826

Invitation to Tender for the Supply of office Furniture /Equipments for Warri and Port Harcourt Ports

1.0.         Introduction

The Nigerian Ports Authority (NPA) hereby invites reputable and competent contractors to submit tender for the under listed projects. The projects are:

Lot no.

 

Description of Projects

 

Lot 1 Supply of office furniture for Port Harcourt port complex

 

Lot 2 Supply of office equipment for Port Harcourt port complex.

 

Lot 3 Supply of office furniture for Warri port complex

 

Lot 4 Supply of office equipment for Warri port complex.

 

Lot 5 Supply of photocopiers of various sees to rivers / Warri ports

 

2.0     Scope of Work

The scope of the projects generally consists of the supply of office Furniture/Equipment. The comprehensive scope of each project shall be provided in the Standard bidding document to be issued to bidders.

No bidder is expected to bid for more than two (2) Lots.

3.0     Tender Requirements

Interested companies/contractors are required to submit the following documents bound and paginated as outlined hereunder;

Mandatory Requirements

A.      Evidence of company registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittance for the past three years       (2010 – 2012).

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable)

E.      Evidence of contributions to Industrial Training Fund (ITF) (where applicable)

F.      Evidence of payment for bid document.

G.      For LOT 5, bidders should indicate addresses of their states centres and the specified locations.

Additional Requirements

G.      Company’s audited accounts for the past three years (2010 – 2012).

H.      Verifiable proof of at least two (2) similar projects executed in the past.

I.       All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

J.       Company’s profile to include names, qualifications and experiences of key personnel.

K.      Evidence of business status (vendor, manufacturer’s representative(s) and/or technical partnership, etc.)

L.      For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

M.     Bids must be in English language and signed by an official authorized to bind the bidder to a contract.

Failure to provide any of the listed mandatory requirements may lead to disqualification/rejection of a Bid

4.0     Collection of Bid Documents

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPA HQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee of N15,000.00 (Fifteen thousand Naira) only for each lot. All tender sums from N300Million and above should be conveyed with a 2% bid bond enclosed in the financial bid.

Bidders are advised to register their bids in the office of the General Manager, Procurement Room 227, 26/28 Marina, Lagos, NPA HQ Building, before dropping them into the designated tender boxes.

Tenderers are not to submit bids for more than 1st July 2013.

5.0     Submission of Tender Documents

Bidders should submit three (3) copies of Technical and financial proposals for each lot in separate envelopes and clearly marked as either “Technical or financial Proposal” appropri­ately, the name and address of the bidder should be clearly stated at the reverse side of each envelope and put together in a bigger envelope, which should be marked “Tender for the Supply of Office Furniture/Equipments for Warri and Port Harcourt Ports” Specifying Public Notice No 3826 and Lot No. 3826 and Lot No. addressed to The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Boxes located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos as follows; The submission of the tender closes at 11.00am, 30th July 2013. All tenders will be opened at 12.00noon on the same day 30th July, 2013) in the Conference room, Nigerian Ports Authority Annex building, No, 1, Joseph Street, Lagos in the Presence of bidders or their representatives.

Please Note

i.        Late submission will not be entertained

ii.       Management is not bound to accept any tender

For further enquiries, please contact General Manager, Procurement or

E-mail: info.procurement@nigerianports.org

Signed:

Management

Nigerian Ports Authority

 

Invitation for Pre-qualification / Financial for the Projects under the 2013 Appropriation of the Ministry at Federal Ministry of Communication Technology

Federal Republic of Nigeria

Federal Ministry of Communication Technology

Federal Secretariat, Phase 1, Abuja.

Invitation for Pre-qualification / Financial for the Projects under the 2013 Appropriation of the Ministry 

I    Introduction

The Federal Ministry of Communication Technology intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2013 Recurrent and Capital Budget.

In compliance with the Public Procurement Act 2007, the Ministry invites interested and reputable Contractors, Suppliers and Consultants with relevant experience and good track records to submit necessary documents for prequalification / financial for the following projects.

2.       Description of Work

Lot 1: Request for Proposal for the Establishment and Development of Citizens Information Centre, Enugu – Enugu State.

Lot 2: Request for Proposal for the Establishment and Development of Citizens Information Centre, Lagos – Lagos State.

Lot 3: Request for Proposal for the Establishment and Development of

Business Process Re – Engineering.

Lot 4:         Request for Proposal for the Establishment and Development of Integrated Documents Management Information System.

Lot 5: Construction of a Community Centre at the International Radio Monitoring Station, Ogoja – Cross Rivers State.

Lot 6: Supply and Installation of Solar Power System, Street and Security

Lights at International/ Radio Monitoring Stations, Azare – Bauchi State.

Lot 7: Supply and Installation of Solar Power System, Street and Security

Lights at International Radio Monitoring Stations, Ipaja – Lagos State.

Lot 8: Supply and Installation of Solar Power System, Street and Security

Lights at International Radio Monitoring Stations, Gusau – Zamfara State.

Lot 9: Supply and Installation of Solar Power System, Street and Security

Lights at International/ Radio Monitoring Stations, Ogoja – Cross Rivers State.

Lot 10: Supply, Installation and Commissioning of Mobile Radio Monitoring Equipment / National Spectrum Management System at the International Radio Monitoring Station at Azare, Bauchi State.

Lot 11: Supply, Installation and Commissioning of Mobile Radio Monitoring Equipment / National Spectrum Management System at the International Radio Monitoring Station at Gusau, Zamfara State.

Lot 12: Supply, Installation and Commissioning of Mobile Radio Monitoring Equipment / National Spectrum Management System at the International Radio

Monitoring Station at Ipaja, Lagos State.

Lot 13: Supply, Installation and Commissioning of Mobile Radio Monitoring Equipment / National Spectrum Management System at the International Radio Monitoring Station at Ogoja – Cross Rivers

3.       Eligibility Requirements

Prospective bidders are required to submit the following documents:

i.        Certificate of Incorporation/Registration with Corporate Affairs Commission

(CAC)

ii.       Evidence of Certification/Exemption from PENCOM in accordance with the

Pension Reform Act, 2004 including evidence of remittances of Employees’ Pension Contributions/Deductions;

iii.      Evidence of Technical Capability for Construction/Renovation Works;

iv.      Evidence of Tax Clearance Certificates for the last three years (2010 2011 &

2012) corresponding to declared turnover;

v.       Company Audited Accounts for the last three years (2010, 2011 & 2012) showing annual turnover

vi.      Evidence of VAT Registration with TIN No and past remittances for the last 3 years,

vii.     Evidence of Industrial Training Fund (ITF) Contribution.

viii.    Verifiable list of similar job ssuccessfully executed in the last three years including letters of award of contracts, projects costs, job completion certificates and payments (please provide contact addresses of the Clients)

ix.      Evidence of financial capability to execute the project(s) Bank Guarantees from reputable banks will form part of the evaluation criteria.

x.       Company profile and technical qualifications of key personnel with evidence of experience on similar jobs;

xi.      A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence; and

xii.     A sworn Affidavit confirming that all information given and attached are true and correct and that no officer of the Federal Ministry of Communication Technology is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

xiii.    Interested bidders on Lots 10 to 13 are required to submit documents for pre – qualification only and would be required to give a 30 minute Power Point Presentation on different types, workings and capabilities of the equipment to be procured as one of the pre – qualification requirements.

4.       Collection of Bidding Documents

Standard Bidding Documents will be available for collection from 12:00 noon, Monday, 17th June, 2013 upon presentation of evidence of payment of non-refundable tender fee of N25,000.00 (Twenty five Thousand Naira) only, for Lots 1 – 9 made payable to the Ministry’s account as follows:-

Account Name: Federal Ministry of Communication Technology

Bank: DBA BANK

Branch: Maraba Branch

Account Number: 1017257209

5.       Submission of Qualification Documents:

Interested bidders can submit their technical bidding documents for all the Lots at the Federal Ministry of Communication Technology.

  1. The Documents should be enclosed in a sealed tamper proof envelope indicating the Lot (s) at the Top Right Hand Corner of the Envelope and addressed to:

Secretary

MTB Secretariat

Federal Ministry of Communication Technology

Room 5 A, 303, 3rd Floor Federal Secretariat Complex, Phase I

Annex III, Shehu Shagari Way, Abuja.

  1. The documents should be deposited in the Tenders Box at the Federal Secretariat, Room 5A, 303, 3rd Floor, Federal Secretariat Complex, Phase 1 Annex III, Shehu Shagari Way, Abuja. Company names should be written at the reverse side of the envelope.
  2. Closing date /time for all submissions is as follows:

a.   Date: 30th July, 2013

b. Time: 12.00 noon

Late submissions will not be entertained.

6.    Opening

Opening of the received documents will commence at 1.00pm on 30th July, 2013 at the Conference Room of the Ministry on the 3rd Floor. All Bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly.

7.    PLEASE NOTE THAT:

a.       All CAC, VAT, PENCOM and TAX Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for verification

b.       Only successful bidders will be invited for the next stage of the bidding process.

c.       The Federal Ministry of Communication Technology reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

d.       The Evaluation of the received documents shall be based strictly on the requirements specified above.

8.       Subsequently, within the year, Procurement Notice for contracts within the approval threshold of the Ministry’s Accounting Officer will be placed on the Ministry’s Notice Board for interested Contractors/Suppliers.

Signed

Permanent Secretary

Federal Ministry of Communication Technology