Invitation for Bids at Nigerian Television Authority

Nigerian Television Authority

Headquarters

 

Invitation for Bids

 

The Management of the Nigerian Television Authority (NTA) invites bids from interested, competent and reputable Contractors to bid for the supply and installation of a 5KW UHF Transmitter Antennae, Feeder Cable, Programme Input Equipment (PIE), Digital Video Measurement Equipment, with optional Boards and Modules.

 

The details are:-

5 KW UHF Transmitter and Equipment

 

1.1     Transmitter Specifications:

1.1.1  Type                     R&STHU9

1.1.2  Output Power      5. 2Kw (Sync Peak)

1.1.3  RF Out                 El A 15/8

1.1.4  Cooling                Liquid Cool

1.1.5  Switching             Simple Switching over to Digital

1.1.6  Power Supply      220-240 AC, 50Hz.

 

1.2     Antennae

 

1.2.1  Type                     Panel

1.2.2  Model                   ZUVP

1.2.3  Polarization                   Vertical

1.2.4  Band                              UHF Band iv/v (Channels 27 through 69)

1.2.6  Return Loss                   Better than -20dB

 

1.3     Feeder Cable

1.3.1  Type                     Coaxial (31/8”)

1.3.2  Line Impedance    50Ω (Fifty ohms)

1.3.3  Length                  160metres

 

1.4     Programme Input Equipment (PIE)

1.4.1            Digital Video Measurement Equipment

1.4.1.1        Type/Model DVM400

 

1.4.2  Optional Boards/Modules to be included

1.4.2.1        DVM400-B1: MPEG Analysis Board

1.4.2.2        DVM400-B500: RF Carrier Board and Decoder

 

1.4.2  Optional Boards/Modules to be included

1.4.2.1        DVM400-B1: MPEG Analysis Board

1.4.2.2        DVM400-B500: RF Carrier Board and Decoder Extension

1.4.2.3        DVM-B52: DVB-T/DVB-H Receiver Module

1.4.2.4        DVM400-B30: Video and Audio Hardware Decoding

1.4.2.5        DVM-K1: TS Monitoring, activation of one channel

1.4.2.6        DVM-K10: In-Depth Analysis

 

2.1     Signal Processors and Distributors with Optic Fiber Output Option

 

S/N

 

Item Description

 

Qty

 

1. Analogue to Digital converters

 

10
2. SDI Video and Analogue Audio (XLR) Embedders

 

10
3. SDEI De-embedders (SDI video, Analogue audio (XLR)

 

20
4. Video distribution amplifiers

 

20
5. Digital-to-analogue converters

 

20
6. Audio/video alignment delay

 

1
7. DAC 7692 784

 

5
8. SDA 7692 508

 

5
9. VD A 7692 100

 

3

 

Interested Contractors are also required to submit the following documents in respect of their companies:

 

1.       Tax Clearance Certificate for the last three (3) years.

2.       Evidence of Company Registration with Corporate Affairs Commission.

3.       Evidence of Company Registration with relevant Professional Bodies in

Nigeria

4.       Profile of the Firm

5.       Having fulfilled all obligations to pay Pensions to its staff.

 

All bids must be received on or before 24th October 2012 by 12.00pm and shall be opened on Friday the 26th in the Post-Mortem Hall. Bidders or representatives of bidding companies are invited to attend the opening exercise.

 

Signed

ENGR. NOSAOSAWE

Chairman Procurement Planning Committee

For: Director General

Invitation for Bids (IFB) at Rivers State Malaria Control Booster Project Credit number: 42500 – UNI

Federal Republic of Nigeria

Rivers State Malaria Control Booster Project Credit number: 42500 – UNI

 

Invitation for Bids (IFB)

 

Procurement of Vehicles,

IFB Number: RSMCBP/NCB/GD/03/2012

 

1.       This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. GNP/002/07 of 9th September 2006 and 12th February, 2007.

 

2.       The Federal Government of Nigeria has received credit from the international Development Association toward the cost of Nigeria Malaria Control Booster Project (MBCP) and intends to apply part of the proceeds of this credit to payments under the contract for Procurement of Vehicles.

 

3.        The Rivers State Malaria Control Booster Project now invites sealed bids from eligible and qualified bidders for the supply and delivery of Vehicles as follows:

 

Lot No

 

Description of Goods

 

Qty

 

Bid security

 

1 4- Wheel Drive Double Cabin Pick Up Van 4 no. N700,000.00

 

2A.

 

2B.

4-Row seating Bus

 

Bus Panel Delivery Van

 

1 no.

 

1 no.

 

 

N600,000,00

 

 

The latest delivery periods is 1 04 days

 

1.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits (May 2004, Revised October 1, 2006 and May 1, 2010) and is open to all bidders from Eligible Source Countries as Guidelines: Bidders shall quote for one or two lots

 

2.       Interested eligible bidders may obtain further information from the address below and inspect the Bidding Documents at the same address from 10:00a.m. to 4:00p.m. on working days Nigeria time (Monday to Friday) starting from 4th October. 2012.

 

3.       Qualification requirements include: the Bidder shall have been engaged in the business of supply of vehicles for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. Evidence of adequacy of working capital for this contract shall be furnished by the by the Bidder.

 

4.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of N10,000.00 (Ten thousand naira). The method of payment will be by Cash at the Project Office. The Bidding Documents can be collected at the address below or sent by courier service on request.

 

5.       Bid must be delivered to the address below on or before 2nd November, 2012 by 11.30 a.m. Electronic Bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives, who choose to attend in person at the conference Room, 2nd I Floor, Room 25, Ministry of Health, Block A, State Secretariat Complex, Port Harcourt, Rivers State, at 12: noon on November 2nd, 2012. All bids must be accompanied by a bid security of N700,000.00 for Lot 1, and N600,000.00 for Lot 2 or equivalent amount in a freely convertible currency.

 

The address referred to above is:

 

The Program Managert

Malaria Control Booster Project

Ministry of Health,

Block A, Room 25

State Secretariat Complex

Port Harcourt

Mobile: 08033413902, 08037455225

 

Signed:

Project Manager

Invitation for Tender- MYTO 2012 at Power Holding Company of Nigeria Plc.

Power Holding Company of Nigeria Plc.

Kano Electricity Distribution Plc

 

Invitation for Tender- MYTO 2012

 

Introduction:

 

In line with Federal Government’s desire to further enhance Electricity supply in the Country, Management of Kano Electricity Distribution Company intends to execute some projects and hereby invites interested, competent and reliable Companies to bid for the execution of the under listed projects.

 

Lot MY 01: Rehabilitation of Bichi 33KV leg from Bichi Town to GidanMutumDaya (R-L = 50km)

 

Lot MY 02: Replacement of obsolete switchgear at dub and Briscoe 3x15MVA, 33/11kv Injection

Substation, i.e.

Supply of

–         4No33KV outdoor breaker

4NoTransformer Control Panel.

Lot MY 03: Rehabilitation of Distribution Substations – Procurement of Transformer Oil

 

Lot MY 04: Maintenance of DistributionNetwork- Procurement of 10.06 RC poles and 8.56tn RC poles

 

Lot MY 05:

 

Maintenance of Distribution Network -Procurement of 150mm2 Aluminium Conductor AAC

 

Lot MY 06: Maintenance of Distribution Network- Procurement of 33Kv Silicon J&P ‘D’Fuse Complete (set)

 

Lot MY 07: Maintenance of Distribution Network-Procurement of 500mm2 x 1 core LT cable and 300mm2 x 1 core LT cable.

 

Lot MY 08: Maintenance of Distribution Network- Procurement of 150mm2 x 4 core LT Cable.

 

Lot MY 09: Maintenance of Distribution Network- Procurement of 33KV fiber cross-arm and 11 KV fiber cross arm.

 

Lot MY 10: Maintenance of Distribution Network – Procurement of Line post and Long Rod Silicon Insulators

 

 

Tender Requirements

 

The following Tender documents are required:

1.       Photocopy of Certificate of Incorporation/Business Registration in Nigeria.

2.       Photocopy of Current Company Tax Clearance Certificate for the last three (3) years.(2009, 2010 and 2011)

3.       Photocopy of Value Added Tax (VAT) Registration Certificate and evidence of VAT remittances.

4.       Evidence of compliance with the Federal Government Pension Reform Act.

5.       Evidence of Compliance with Industrial Training Fund Act

6.       Evidence of financial capacity from a recognized bank (Including bank Statement).

7.       Verifiable evidence of similar jobs executed in the past.

8.       Signing and stamping of each page of the Bid Document.

9.       Payment for Bid Documents.

 

Important Information

i.        Non-Compliance with the conditions would lead to disqualification of submitted bids.

 

ii.       All other conditions are indicated in the Tender Documents

 

iii.      Tender documents must be arranged in the order listed bid document. Submissions could also be disregarded for failure to comply with this instruction.

 

iv.      Any Company that submits fake documents shall be disqualified.

Authenticity of documents submitted will be reviewed with relevant authorities.

 

v.       Bidders should accompany every bid with a disclosure whether any officer of Kano Electricity Distribution Company is a former or present Director, Shareholder or has any peculiar interest in the Company.

 

vi.      Contractors with history of abandoned projects/ lack of capacity need not to apply.

 

vii.    Only correctly addressed bids will be opened.

 

viii.    A person duly authorized to sign on behalf of the company must sign every page of all submitted documents. Evidence of such authorization in a written form should be attached and shall form part of the eligibility criteria.

 

Closing Date

Interested Applicants should collect Bid Documents on payment of non-refundable fee of N50,000.00 and submit two (2) copies each of the Tender documents (Technical and Financial) in separate sealed envelopes and both of them in another sealed envelope, boldly marked “Tender for 2012 MYTO Projects” and the Lot number. This must be delivered by hand or registered mail to reach the undersigned on or before Monday 19th November2012 by 12.00noon.

 

The Chief Executive Officer,

Power Holding Company of Nigeria

Kano Electricity Distribution Company,

1 Niger Street, Kano.

(Attn: PM Procurement)

 

Payments are to be made into the following account: –

Account Name: PHCN, Kano Electricity Distribution Bid Account

Account Number: 1012255462

Bank: Zenith Bank PLC, Hotoro Branch, Maiduguri Rd, Kano

 

Important Information

1.       The Technical Bid documents submitted will be opened on Tuesday 20th November 2012. by 10.00am at Kano Electricity Distribution Company’s Conference Room.

2.       Only Companies that passed the Technical Evaluation will have their Financial Bid Documents opened at a later date.

3.       Kano Electricity Distribution Company shall not enter into any correspondence with any unsuccessful Company.

4.       All prospective bidders are to adhere strictly to the terms and condition of this advert and bid document in order to avoid disqualification.

 

This advert shall not be construed to be a commitment on the part of Kano Electricity Distribution Company nor shall it entail the Company to make any claim(s) whatsoever and/or to seek any indemnity from Kano Electricity Distribution Company by virtue of such Company having responded to this Advertisement.

 

For further enquiries, please contact

PM Procurement,

Power Holding Company of Nigeria,

Kano Electricity Distribution Company,

1 Niger Street, Kano.

 

0803 703 6130, 0809 7101 578 or

phcnkanoprocurement@yahoo.com ,

 

Signed:

Management

Kano Electricity Distribution Company.

 

Invitation to Tender at Oyo State House of Assembly

Oyo State House of Assembly

P.M.B. 5018, Secretariat,

Ibadan

 

Invitation to Tender

 

The Oyo State House of Assembly, Secretariat, Ibadan intends to execute some project in the 2012 Capital Expenditure.

 

2.       In order to ensure competitive bidding, tenders are invited from interested contractors/vendors for the under-listed projects:

 

S/No Description of Projects
1. Renovation of House of Chiefs

 

2. Renovation of Western Mall and Canteen

 

3. Purchase of Heavy Duty 800 KVA Generating Plant

 

4. Renovation of Hon. Members Office Complex and Purchase of Office Furniture and equipment

 

5. Renovation of Honourable Speaker’s and Honourable Members Guest

Houses

 

6. Purchase of Saloon Cars for the House

 

7. Purchase and Maintenance of Communication and Sound/Editorial Hanzard equipment

 

8. Computerization of the Chambers and Offices

 

9. Construction of Gate House

 

10. Purchase of Metal Detectors and Bomb Detecting Machine

 

11. Printing of House Diary/Calendar

 

12. Development of Library Books and Equipment

 

 

3.       Bidding Criteria:

 

Submission of the following items:

 

(a)     Payment of Non-refundable fee of One Hundred Thousand Naira (N100,000.00)

(b)     Evidence of Registration with the Corporate Affairs Commission (CAC)

(c)      Evidence of registration with Oyo State Bureau of Public Procurement

(d)     Verifiable list of previous works carried out in the recent past with their locations and clients (copies of completion certificates/final payment certificate should be attached).

(e)      Evidence of Companies Income Tax for the last three (3) years (2010, 2011, 2012)

(f)      Evidence of Tax payment of Personal Income Tax by two Directors (Tax Clearance Certificate issued by the Oyo State Board of Internal Revenue)

(g)     Evidence of Registration of business premises with Oyo State Ministry of Trade, Investment and Co-operatives.

 

4.       Interested bidders can obtain, tender documents and other details from the Director (Finance and Administration), Room 57, Oyo State House of Assembly upon payment of the non-refundable fee between 10.00 a.m. 3.30 p.m. daily from 3rd October, 2012.

 

5.       Submission

All tender documents should be submitted in sealed, waxed envelopes to Office of the Clerk of the House, Oyo State House of Assembly on or before 22nd October, 2012 by 12.00 noon.

 

6.       Bib Opening

Received Bids will be opened at the above address on 22nd October 2012 at 12 noon in the presence of bidders who choose to attend.

 

Please note that Management of the House of Assembly is not bound to accept the lowest or any particular tender.

 

Signed:

Permanent Secretary/ Clerk of the House

 

Please Note that this advertisement was slated for publication for publication yesterday, Wednesday.

 

 

 

Request for Expressions of Interest at Infrastructure Concession Regulatory Commission (ICRC)

Infrastructure Concession Regulatory Commission (ICRC)

 

The Public Private Partnership (PPP) Project

Environmental Impact Assessment (EIA) Reconstruction and Rehabilitation of Lagos – Kano and Port Harcourt – Jos and Extensions of Apapa – Tin Can Island and Port Harcourt –Onne Rail Lines

 

Request for Expressions of Interest

 

The Federal Government of Nigeria (FGN) has obtained a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payments for the services of a reputable and qualified consultant to conduct an Environmental Impact Assessment (ESIA) for the reconstruction and rehabilitation of Lagos- Kano and Port Harcourt-Jos Rail lines and the port related railway extensions, namely Apapa to Tin Can Island and Port Harcourt to Onne which the ICRC plans to implement in Nigeria.

 

In seeking to implement the rehabilitation and extension and/or concession of the rail lines, ICRC intends to comply with all relevant national and international environmental requirements in order to meet legal obligations.

The EIA study activities to be carried out by the Consultant are outlined in the tasks specified below:

  • Conduct baseline studies that are required to characterize the existing environment.
  • Assess the types of alternatives to be considered.
  • Assess consultations with relevant stakeholders via Stakeholder mapping.
  • Assess the significance of both positive and negative impacts by weighting them against local conditions and establish limits to acceptable change.
  • Assess detailed project descriptions, including general layout & physical descriptions, ancillary systems & facilities, operational control systems, and project implementation descriptions
  • Detailed descriptions of the existing environmental and socio-economic situation that incorporates stakeholder consultations, literature reviews and field studies.
  • Health & safety, environmental and socio-economic impact assessments that include qualitative and quantitative risk assessments among other tools and techniques.
  • Proposed mitigating and ameliorating measures as applied to the rail lines’ rehabilitation/construction and operations impacts.
  • Environmental Management Plans that appropriately incorporate monitoring, mitigation and management systems that are consistent with identified impacts and that provide a contingency for unforeseen impact.

 

Task 1        Description of the proposed project.

The Consultant shall provide a detailed description of the proposed project components.

 

Task 2.       Legislative and Regulatory Considerations.

The Consultant shall identify and briefly discuss the pertinent regulations and standards governing environmental quality, health and safety, protection of sensitive areas, protection of endangered species, CITES, etc., at international, national regional and local levels.

 

Task 3.       Description of the Baseline Environment

The consultant shall assemble and evaluate baseline data on the environmental characteristics of the study area. Include information on any changes anticipated before the project commences.

 

Task 4.       Determination of the Potential Impacts of the Proposed Project

 

The Consultant shall assess the impacts from changes brought about by the project on the relevant baseline environmental conditions as described above under Task 3.

 

Task 5A. Analysis of Alternatives to the Proposed Project. The Consultant shall include an analysis of reasonable alternatives to meet the ultimate project objective.

 

Task 5B, Selection of the ROW for Apapa-Tin Can Island. Assess the optimal railway routing for the Apapa-Tin Can Island railway extension in order to minimize environmental impact and avoid involuntary resettlement.

 

Task 6, Development of an Evironmental Management Plan (EMP).

Estimate the impacts and costs of the mitigation measures and of the institutional and training requirements to implement them.

 

Task 7. Public Consultations process or Stakeholder involvement:

The consultant will conduct stakeholder mapping that will enable ICRC to gain an appreciation of who is interested and may be involved.

 

Task 8. Development of Environmental Management Plans (EMPs)

Environmental Management Plans (EMPs) will be developed and used as a tool in the construction and operation of the rail lines to minimize and mitigate significant negative

 

Task 9. Identification of Institutional Needs to Implement Environmental Assessment Recommendations.

The consultant shall carry out a review of the authority and capability of institutions at local, regional, and national levels and recommend steps to strengthen or expand them.

 

Task 10. Development of a Monitoring Plan.

The Consultant shall prepare a detailed plan to monitor the implementation of mitigating measures and the impacts of the project during construction and operation phases.

 

Task 11. Assist in Inter-Agency Coordination and Public/NGO Participation.

The Consultant shall assist in coordinating the environmental assessment with other government agencies, in obtaining the views of local NGO’s and interested and affected groups.

 

Submission of Expressions of Interest (EOIs

Prospective consultant should submit an Expression of Interest detailing the following information as basis for pre-qualification:

  • Profile of the firm including ownership
  • Track records in Environmental impact Assessment
  • Relevant experience in the rail sector (including technical competence).
  • Copies of unabridged audited financial statement for the last 3yrs
  • Experience working in Nigeria or Sub-Saharan Africa
  • Evidence of alliance/partnership between consortium member if applicable

 

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers January 1997 (Revised September 1997, January 1999, May 2002, May 2004 and October 2006)

 

Expressions of interest must be submitted in six (6) copies in a sealed envelope clearly marked “Expressions of Interest for Environmental Impact Assessment of Rail Lines Rehabilitation and Extension”. A CD-ROM version should also be included

 

The expressions of interests should be addressed and delivered on or before 23rd October 2012 as addressed below:

 

Nelson T. Hundumofore

Project Procurement

Infrastructure Concession Regulatory Commission

Plot 1270, Ayngba Street

Area 11, Garki,

Abuja

E-mail: n.hundumofore@icirc.gov.ng

 

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday through Friday (except public holidays)

 

Only short-listed Consultants will be contacted.

Expression of interest through email or fax will not be entertained.