Tender Opportunity: Call-Off Contract for Offshore Rig Positioning Services Contract 2012 for TEPNG Offshore Blocks at Total E&P Nigeria Limited

Total E&P Nigeria Limited

(Operator of the NNPC/TEPNG Joint Venture)         RC 2979

 

Tender Opportunity: Call-Off Contract for Offshore Rig Positioning Services Contract 2012 for TEPNG Offshore Blocks

 

1.   Introduction

Total Exploration and Production Nigeria Limited, TEPNG (Company) operator of the NNPC/TEPNG Joint Venture invites interested and reputable Contractors with suitable equipment and relevant experience to tender for the technical bidding phase for the offshore Rig positioning services 2012 for TEPNG offshore Blocks.

 

2.   Scope of Services

The scope of service consists of activities required to accomplish, as a minimum, services to be carried out on the following TEPNG concessions and others where Technical Assistance are offered: OML99, 100, 102, others are 112/117, 136 etc. The services are planned to be executed on call-off basis (as need arises) and duration is about 2 years plus 1 year optional period. The Contractor shall be able to carry out offshore Rig positioning services in our JV Blocks as summarized below:

 

The offshore Rigs classified shall be Jack Up only, (JU). Positioning shall span from wells location in open sea to fixed platform in shallow water. Positioning shall be done in 2 mode namely: JU Rig in jack up mode and JU Rig in semi-sub mode.

–         Provision of modern and suitable Differential Global Positioning System (DGPS). In addition, positioning system with Telemetry shall also be required onboard Anchor Handling Tug (AHT).

–         All equipment shall have 100% back-up

–         Qualified and experienced personnel for Offshore Rig positioning.

–         Carry out the offshore Rigs move & positioning services as required.

–         Submit a technical report on each operation completed.

 

3.       Mandatory Requirements

a.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the (3.09.06) Rig Positioning Services (ARPA, Acoustics, Anchoring, Management, Moves, Quality control, Software, Surface, Underwater, Well re-entry), product category in NipeX joint Qualification system(NJQS) database. All successfully pre-qualified suppliers in this category will receive an Invitation to Technical Tender (ITT).

 

b.       To determine if you are pre-qualified and view the product/service category you are listed for; Open www.nipexng.com  and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

c.       If you are not listed in product/service category, and you are registered with DPR to do business for similar services, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.

 

d.       To initiate the JQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action.

 

e.       To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

 

4.       Nigerian Content

Company is committed to the development of the Nigerian Oil and gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board).

 

Prospective bidders shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content % for the scopes which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigerian Content Act, in the submission of their Tender.

 

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian government shall result to disqualification from bidding this contract.

 

During the bidding stage, Contractors shall be required to:

i.        Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board.

 

ii.       Submit a plan for how you intend to give first consideration to services Provided from within Nigeria with a list of work packages, 3rd party services and subcontracts that should be reserved for Nigerian indigenous contractors and those for Community Contractors including the list of services that will be provided by companies of Nigerian origin.

 

iii.      Submit a plan for how you intend to give first consideration to raw materials and manufactured & assembled goods of Nigerian origin which shall include a breakdown of all raw materials to be utilized and identifying those that are found locally, finished products and materials that will be procured from Nigerian Manufacturing & assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported.

 

iv.      Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals in alliance with a local company, submit evidence that the local company is an indigenous company and the binding Agreement of the alliance duly signed Agreement by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.

 

v.       Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office and administrative space, storage, workshop, assembly area repair & maintenance testing, laboratory, etc) in Nigeria to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries.

 

vi.      Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians. Submit tenderer’s corporate organization’s overall human resources structure (mgt, supervisors, senior &junior skilled officers, etc) identifying positions manned/occupied by Nigerian national employees with evidence of type of employment in-country and identifying the positions manned/occupied by other non-national employees.

 

5.       Additional Information

a)       Failure to provide any of the listed documents or information may automatically disqualify the Supplier.

b)      This notice and the ensuing qualification process neither creates any commitment by TEPNG nor establish any legal relationship with TEPNG.

c)       All costs incurred in registering and pre-qualifying for this and other service categories in NJQS shall be borne solely by the Contractors/suppliers.

d)      This advertisement shall neither be construed as an invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors or agents.

e)       The ITT and any further progression of this tender shall be via NipeX. Interested bidders are therefore advised to ensure that their profiles in NipeX are active with a valid official email address accessible by their organization as this shall be the only means to transmit the ITT.

f)       Tendering process will be the NNPC contracting process requiring pre-qualified companies to submit technical tender first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

g)       Man hour figures for Capital Project Portfolios are estimates to provide definition to the scope and do not constitute guaranteed quantities.

h)      Company will only recognize and correspond with duly authorized officers of the pre-qualified bidders and NOT through individuals or agents acting on their behalf.

 

6.       Closing Date

Only tenderers who are registered with category 3.09.06; Rig Positioning

Services (ARPA, Acoustics, Anchoring, Management, Moves, Quality control, Software, Surface, Underwater, Well re-entry category as on or before 14th December 2012 being the advert close date shall be invited to submit Technical Bids.

 

Please visit Nigwrian Petroleum Exchange (NipeX) public opportunity portal at www.nipexng.com for a copy of this advertisement and any other required information.

 

 

 

Tender Opportunities: Provision of Well Engineering Support Services. Tender No: NG0200245 at Shell Nigeria Exploration and Production Company Limited (SNEPCo)

Shell Nigeria Exploration and Production Company Limited (SNEPCo)

 

Tender Opportunities: Provision of Well Engineering Support Services. Tender No: NG0200245

 

1.0     Introduction

SNEP Co hereby invites reputable and competent Nigerian Companies with the requisite expertise, experience, skilled manpower and technology to apply for consideration inclusion in the bid list for the above contract.

 

2.0     Scope of Work

The scope of work shall include, but not be limited to the provision of the following Well Engineering Support Services by the contractor:

 

  • Drilling Supervision Services
  • Well Completion services
  • QAQC Services
  • Data Management Services
  • NCD Consultation Services
  • SAP Support Services

 

3.0     Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Other Drilling Services category (3.04.99) in the NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive a Technical Invitation to Tender (ITT).

 

  • To determine if you are pre-qualified and to view the product/service category you are listed for, log on to www.nipexng.com  and access the NJQS with your log in details, click on “Continue to Joint Qualification Scheme Tool”, click on “Check My Supplier Status” and then click “Supplier Product Group”.

 

  • If you are not listed in a product/service category but are registered with the Department of Petroleum Resources (DPR) to do business, contact the NipeX office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.

 

  • To initiate the NJQS pre-qualification process, access www.nipexng.com  to download the application form, make necessary payments and contact the NipeX office for further action.

 

  • To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.0     Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to give full details of their relevant strategy to ensure that they fully comply with the Nigerian Oil & Gas Industry Content Development (NOGICD) Act, 2010 as non-compliance will constitute a Fatal Flaw in all tender evaluations. In line with the above, Tenderers will be required to ensure that information on the following, among others, is included in their technical submission:

 

  • Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company, as the contracting entity in genuine alliance or joint venture with a foreign company, with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies, including evidence or plans of physical operational presence and set-up in Nigeria.

 

  • International or multinational companies working through a Nigerian subsidiary must demonstrate that a minimum 50% of equipment to be deployed for execution of work and shall be owned by the Nigerian subsidiary. They must provide a list of equipment for this tender and indicate those that will be owned by the Nigerian subsidiary.
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms C02 and C07.

 

  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hour and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

 

  • Specific to this project, provide a detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training records). For Nigerian personnel include description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

5.0     Closing Date

Only Tenderers who are registered in the NJQS Other Drilling Services category (3.04.99) as at 22/11/2012 being the advert closing date shall be invited to submit Technical Bids.

 

6.0     Additional Information

  • Expected Contract Start Date: Q2 2013

 

  • Contract Duration: 2 years (+1 year extension option)

 

  • All respondents to Shell Nigeria advertisements must ensure full compliance with the Nigerian Oil & Gas Industry Content Development Act, 2010. Respondents should educate themselves on the Nigerian Oil & Gas Industry Content Development Act, 2010. Non-compliance will disqualify respondents from further consideration.

 

  • This advertisement is not an invitation to tender for the above services. There is no commitment or obligation, implied or otherwise, for SNEPCo to issue a tender or enter into a contract.

 

Please visit NipeX portal at: www.nipexng.com for this advert and other information.

 

 

Publication of Contract Award at Katsina State Agency for the Control of Aids

Katsina State Government

Katsina State Agency for the Control of Aids

 

Katsina State Second HIV/AIDs Programme Development Project II (HPDPII) General Hospital Premises, Katsina

 

Publication of Contract Award

 

Contract     -Nigeria

Project        -HPDPII

Contract     Renovation of 32 HCT & 32 PMTCT Centres and Supply of Goods & Equipments to 32 HCT & 32 PMTCT Centres

Credit No:  – 45960-UNI

Project ID   – P102119

IFB             – KTS/HIV/WK/NS/01/12 and KTS/HIV/GD/02/12

 

1.       The publication of contract award follows the invitation for bids and its addendum for the Renovation of 32 HCT & 32 PMTCT Centers and Supply of Goods and Equipments to 32 HCT and 32 PMTCT Centers that appeared in the National Dailies (Daily Trust & People’s Daily of 11th September, 2012.

 

2.       The Katsina State Second HIV/AIDS Program Development Project (HPDPII) hereby publishes the award of the contract for the Renovation of 32 HCT and 32 PMTCT Centers and Supply of Goods and equipments to 32 HCT and 32 PMTCT Centres as listed below:

 

Renovation of 32 HCT and 32 PMTCT Centers

 

Lot Scope of

work

Duration

 

Contract

sign Date

 

Name & Address of Awarded Bidder

 

Bid price at opening Final Bid Price

 

HCT1

 

Renovation of 17 HCT Centers

 

12 weeks

 

  Saltine Engineering Services Ltd plot 1003. Abuoakar Koto Avenue- Gwarimpa, Life Camp FCT Abuja.

 

N5,727,517.00

 

N 5,727,517.00

 

HCT2 Renovation of 15 HCT Cantors 12 weeks

 

  ATY &K Integrated Services Ltd. No 02 Dosa dose. U/Dosa Kaduna

 

N5,969,989.50 N5,969,989.90
PMTCT Lot 1 Renovation of 16 PMTCT

canters

60 days   Alh Ayuba Sullubawa Investment Ltd Sullubawa quarters P.O Box 541 Katsina N5,777,796 N5,230,602.00
PMTCT Lot 2

 

Renovation of 16 PMTCT Centers 60 days   WET Channel Nigeria Ltd No 126 Yahaya Madaki Way Katsina N5,850,815 N5,265,733.50

                   

Rejected Bidders for the Renovation Work of 32 HCT and 32 PMTCT Centres

 

Lot No

 

Name and Address of rejected bidders

 

Final Bid Price Reason for rejection of Bids

 

HCT LOT1

 

GAFAI VENTURES LTD No 10 Gafai Quarters. Katsina

 

N6,424,648.90

 

No Bid security. No Tax Clearance, No annual fin statement. No Power Attorney, Bids Not duty sign.
HCT LOT 1 MOSCOM CONCEPT GLOBAL NET WORK LTD Plot 101 zone A, Gidan Mangoro Along Karshi Road Abuja

 

N10,861,618

 

No warrant and validity period, No Power of Attorney and High Prices.

 

HCT LOT 1

 

NEW MAKES ENGINEERING SERVICES LTD No 5 Sulaiman Abdullahi Cresent Bamawa G.R.A P.O. Box 4092,   Kaduna

 

N7,164,442.50 Bids not duly signed and high prices
PMTCT LOT1 HAVAGE ENGINEERING SERVICES LTD Standard Plaza Plot1248 Kutsi close off Aminu Idano Cresent wuse II FCT Abuja N7,164,442.50 Bids not duly signed and High Prices

 

 

Supply of Goods and Equipments for 32 HCT and 32 PMTCT Centers

 

Lot Quantities

 

Duration

 

Contract

sign Date

 

Name & Address of Awarded Bidder

 

Bid price at opening Final Bid Price

 

HCT1 Assorted Goods and Equipments

 

90 days

 

  ABUG INVESTMENT LTD

No 10 Yahaya

Madaki way, P.O.

Box 229KKatsina

 

N7,809,600

 

N 7,341,024

 

HCT 2 Assorted Goods and Equipments 60 days

 

  SKYLOLO NIGERIA

LTD No 9 Machika

Street, Kofar Kaura

Lay-out Katsina.

 

N 6,873,570 N 6,804,834.30

 

PMTCT Lot 1 Assorted Goods and Equipments

 

30 days

 

  SAN-AD UNIVERSAL CONCEPT LTD No 141 I.B.B way Katsina.

 

N 7,339,886.04

 

N 7,009,591.17

 

PMTCT Lot 2 Assorted Goods and Equipments

 

60 days

 

  ZAMAM PROPERTIES NIGERIA LTD No1 Abukur Extension, Kano road Katsina N 7,683,200

 

N 7,145,376

 

 

 

 

Rejected Bidders for the Supply to Goods and Equipments for 32 HCT and 32 PMTCT Centres

 

Lot No

 

Name and Address of rejected bidders

 

Final Bid Price Reason for rejection of Bids

 

HCT Lot 2

 

BAFIR NIGERIA LTD   Barhim Village along Mani Road Batagarawa KATSINA

 

N6,767,607

 

No warrant & Validity period, no evidence of experience, no power of attorney & Bids not duly signed.
PMTCT Lot 1 NATIJA LTD 2A goron Gida P.O. Box 1272, KATSINA N7,814,400 No tax clearance, No Vat registration & No annual financial statement.

 

PMTCT Lot 2

 

ABQUE ENTERPRISES NIGERIALTD Sabuwar Kasuwa Quarters  KATSINA N 7, 219, 600 Bids not duly signed

 

For more information contact the Project Manager Katsina State Second HIV/AIDS Programme Development Project (HPDPII) KATSACA Office, General Hospital Premises, PMB 2051 Katsina.

 

Dr. Muntari Hassan

Project Manager

GSM No: 08033029995, 08036141986

Email- katsaca30@yahoo.com

 

1.       Contract Agreement

(The successful Bidder shall fill in this form in accordance with the instructions indicated)

THIS CONTRACT AGREEMENT is made The (03) (July), (2012).

BETWEEN

(1)     KATSINA STATE SECOND HIV/AIDS PROGRAMME DEVELOPMENT PROJECT (HPDPII) KATSACA OFFICE, GENERAL HOSPITAL PREMISES, KATSINA

(2)     HOSQUIPS NIG LTD, 3 BOMPAI RD, PO BOX 4500 KANO, KANO STATE

 

WHEREAS the purchaser invited bids for certain Goods and ancillary services, Viz., procurement of Determine Hiv Test Kits of 1.800 Pkts by 100testes (180,000 testes) with its Chase buffer and Start pack Hiv Test of 825 Pkts by 20 testes (16,500 testes) with its Running buffer and has accepted a Bid by the supplier for the supply of those Goods and services in the sum of (Nineteen Million Nine Hundred and Eighty thousand Naira Only) N19,980,000=00 (hereinafter called the “Contract Price”).

 

Now this Agreement Witnesses as follows:

1.       In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the conditions of Contract referred to.

2.       The following documents shall constitute the Contract between the purchaser and the Supplier, and each shall be read and construed as an integral part of the Contract:

(a)     This Contract Agreement

(b)     Special Conditions of Contract

(c)      General Condition of Contract

(d)     Technical Requirements (including Schedule of Requirements and Technical Specifications)

e)       The Supplier’s Bid and original Price Schedules

f)       The Purchaser’s Notification of Award

(g)     (Add here any other document(s)) performance Guarantee

(h)     Advance payment Guarantee.

 

Section VIII. General Condition of Contract

3.       This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract Documents, then the documents shall prevail in the order listed above.

4.       In consideration of the payments to be made by the purchaser to the supplier as hereinafter mentioned, the supplier hereby covenants with the purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the contract.

5.       The purchaser hereby covenants to pay the supplier in consideration of the provision of the Goods and Services and Services and the remedying of defects therein, the Contract price or such other sum as many become payable under the provisions of the Contract at the times and in the manner prescribed by the contract.

6.       Goods are to be deliver in two ways, first delivery on 3rd quarter of (900 pkts of Determine Test Kits and 425 pkts of Stat Pack Test Kits) while the 2nd delivery on the 4th quarter of ( 900 pkts of Determine ‘Test Kits and 425 pkts of Stat Pack Test kits) All at SACA Office General Hospital Katsina premises.

 

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of (insert the name of the contract governing law country) on the day, month and year indicated above.

For and on behalf of the purchaser

 

Signed: (Dr Muntari Hassan)

In the capacity of Project Manager

 

In the presence of Procurement Officer

(Isyaku Audi Kofarbai)

 

For and on behalf of the supplier

In the capacity of Signed: (Adeyemi Oyewo)

 

In the capacity of (General Manager)

 

In the capacity of (Abdullahi Bale Abukur (Community Mobilization Officer)

 

Please note that your failure to comply with submitting of Acceptance letter and submitting of performance security will constitute sufficient ground for the annulment of the contract.

While congratulating you for the Award, you are to adhere strictly to the condition of the contract Agreement please

Isyaku Audi Kofarbai

 

Procurement Officer

KATSACA

For Project Manager

Invitation to Bid for the Construction of New Neighbourhood Open Stalls/Markets and the Rehabilitation and Renovation of Some Existing Business Complexes in Oyo State at Oyo State Government

Oyo State Government

 

Public Notice

 

Invitation to Bid for the Construction of New Neighbourhood Open Stalls/Markets and the Rehabilitation and Renovation of Some Existing Business Complexes in Oyo State

 

A.      Introduction:

It is the fervent desire of the current administration in Oyo State to sanitise trading activities in the State and. as well, ensure that commercial activities are conducted in conducive, secure and environmentally friendly terrains all over the State.

 

2.       In furtherance of this lofty objective, and in compliance with Due Process requirements, applications are hereby invited from suitable, competent and qualified contractors with good pedigree to bid for the following projects:

 

Lot 1:         Construction of Modern Neighbourhood Open Stalls/market at Toll-Gate, Lagos-Ibadan Express Road, side A, at Oluyole Local Government Area.

 

Lot 2:         Construction of Modern Neighbourhood Open Stalls/market at Toll Gate, Lagos-Ibadan Express-Road, Side B. at OJuyole Local Government Area.

 

Lot 3:         Construction of Modern Neighbourhood Open Malls market at Temidire market, New Ife Road, Egbeda Local Government Area.

 

Lot 4:         Construction of Modem Neighbourhood Open Stalls/market at Scout Camp, Challenge, Ibadan South East Local Government Area.

 

Lot 5:         Construction of Modem Neighbourhood Open Stalls/market at Samonda, adjacent to Oyo State Trade Fair Complex, Ibadan North Local Government Area.

 

Lot 6:         Rehabilitation of Oke-Bola Shopping Complex at Oke-Bola Area, and construction of additional Modern Neighbourhood Open Stalls, at Ibadan South West Local Government Area.

 

Lot 7:         Rehabilitation of Adamasingba Shopping Complex at Ibadan North West Local Government Area.

 

 

B. Bid Requirements:

Interested and competent contractors are expected to provide the following documents:

  • Evidence of Incorporation by the Corporate Affairs Commission.
  • Evidence of Registration with Oyo State Bureau of Public Procurement
  • Evidence of Registration of Business Premises with Oyo State Ministry of Trade, Investment and Cooperatives.
  • Evidence of payment of Companies Income Tax Clearance in the last three (3) years.
  • Evidence of payment of Personal Income Tax Clearance by at least two (2) Directors covering the last 3 years.
  • Experience of similar projects executed in the last five (5) years i.e. letters of award and certificates of completion
  • Proof of Financial Capability and Banking support.
  • Evidence of payment of non-Refundable Tenders Fee in the following two (2) categories:

 

(a)       Construction –          N50, 000.00

(b)      Rehabilitation –         N25, 000.00

 

Payable in certified Bank cheques issued in favour of Ministry of Trade, Investment and Cooperatives, Oyo State.

 

C.      Other Relevant Information:

 

(i)      Early submission of bid documents will be an added advantage;

(ii)     The State government reserves the right to take final decision(s) on any of the documents received and no further correspondence will be entertained there-upon.

 

D.       Collection of Bid Documents:

 

Pre-qualification and Tender documents should be collected from Room 72, Ministry of Trade, Investment and Cooperatives, Secretariat, Ibadan.

 

E.       Submission of Bid Documents

The    tender documents, with accompanying relevant documents which must be signed and duly sealed, should be submitted to The Cabinet

Office, Room 27, Office of the Executive Governor, Secretariat, Ibadan in sealed wax envelopes and marked on top left corner: “Tender Contract Award” on or before 12noon on Friday, November 16th, 2012.

 

Bids will be opened by 1pm on the same day at the above address in the presence of bidders or their representatives who choose to attend.

 

 

Signed

The Hon. Commissioner,

Ministry of Trade, Investment and Cooperatives,

Secretariat,

Ibadan.

Supply and Installation of Television Equipment at Ministry of Information, Youths, Sports and Culture, Jigawa State

Jigawa State of Nigeria

Ministry of Information, Youths, Sports and Culture

3rd Floor, New State Secretariat, Dutse

 

Sequel to our earlier advertisement on ‘Daily Trust’ and ‘This Day’ newspapers the following companies have been prequalified to tender for the Supply and Installation of Television Equipment.

 

1. Spider Network Consultancy Limited

2. Klosa & Staas Aussenhandels GMBH Limited

3. Pinnacle Communications Limited

4. AI-Miraj Multi Services Limited

 

Scope

A.         Transmitting Stations:

 

1.       Main Transmitting Station

2 No. 20KW Digital transmitter main/reserve – (lot)

(a)     600KVA Generator-(lot)

(b)      100KVAUPS-(lot)

(c)     300 meters/10dB antenna gain, panel type UHF and vertically polarized with return loss of -30dB – (lot)

(d)      320m 31/8″ coaxial feeder cable-(lot)

(e)      31/8″ El A flanges with mast members-(lot)

(f)      4-Cameras Digital Studio equipment-(lot)

(g)     6m Dish Earth Station (Uplinks) equipment-(lot)

(h)     4m Dish TVRO (Down links) equipment

 

 

1.1     4-camera Digital OB van with:

(a)     Pair of microwave links (lot)

(b)     Portable satellite transmission (DSNG) equipment-(lot)

(c)      40 KVA Towable Generator

 

 

2.    BOOSTER STATION

(a)     1 No. 5KW Digital transmitter at a Special Location-(lot)

(b)     60KVA Generator-(lot)

(c)      40KVAUPS-(lot)

(d)     10dB antenna gain, panel type UHF and vertically polarized with return loss of-30dB-(lot)

(e)      300m Mast /150m 31/8″ coaxial feeder cable-(lot)

(f)      31/8″ EIA flanges with mast members-(lot)

(g)     4m Dish TVRO (Down links) equipment-(lot)

 

 

3.    Booster Stations

(a)     3No. 2KW Digital transmitter Installation at 3 different locations – (lot)

(b)               3 N0.60KVA Generator-(lot)

(c)      3No.40KVAUPS-(lot)

(d)     3No. 80m 10dB antenna gain, panel type UHF and vertically polarized with return loss of-30dB- (lot)

(e)      3No. 80m Mast / 90m 31/8″ coaxial feeder cable-(lot)

(f)      3No. 31/8″ EIA flanges with mast members-(lot)

(g)     3 No.4m Dish TVRO (Down links) equipment- (lot)

 

 

B.      Studio On-Air and Production Equipment

(a)     Supply and Installation of 1 No. Fully Digital 4- Camera Television Studio and TC control Room Equipment with Professional Studio AV (Audio   Video)

(b)     Supply and Installation of 1 No. Fully Digital 3-Camera Television Studio

(c)      Supply and Installation of 1 No. Two fixed Camera Virtual Television Studio (Lot)

(d)     Supply and Installation of 3 No. Non-Linear Edit Suites with Edit Suite Professional AV (Audio Video) Furniture (Integrated)- (lot)

(e)      Supply of 6 No. ENG Cameras-(lot)

 

 

C.      Supply of office furniture for various offices in the Broadcasting House complex.

 

All bidders are also requested to:

  1. Inspect the project sites
  2. Ensure that their bid prices adequately cover the execution of all works without further demands on government(No Variations will be accepted later)
  3. It has to be noted that the Ministry is not bound to accept the lowest bidder
  4. Submit their work plan, methodology and logistics
  5. Bids should be submitted separately with the title of the project clearly written and without any indication of the bidder’s identity whatsoever.
  6. Enclose a photocopy of tender documents purchase receipt
  7. The bids document shall be purchased by interested prequalified companies at the non-refundable fee of N250, 000.
  8. Submit a bid security in  an amount not less than 3% of the bid price in the form of bank Guarantee issued by a reputable bank and addressed to:

 

The Secretary,

Ministerial Tenders Board,

Ministry of Information, Youths, Sports and Culture,

3rd Floor New State Secretariat,

DutseJigawa State

 

Tenders are to be submitted not later than 13th November, 2012. The opening of the bids shall be performed on Wednesday 14th November, 2012 at the Conference Hall of the New State Secretariat, Dutse – Jigawa State by l2:00noon.

 

 

Signed

Permanent Secretary

Ministry of Information, Youths, Sports and culture,

Dutse-Jigawa State