Invitation to Tender at National Film & Video Censors Board

National Film & Video Censors Board

Invitation to Tender

 

Introduction

The National Film and Video Censors Board an agency of the Federal Ministry of Information saddled with the responsibility of regulating the film and video industry in Nigeria, in pursuant of execution of its 2013 capital budget, hereby invites interested reputable, competent consultants, firms and companies to participate in this year’s capital budget implementation:

 

CONSULTANCY:

1. LOT I – RESEARCH (MAPPING) OF FILM AND VIDEO INDUSTRY IN NIGERIA

 

SUPPLY:

2. LOT 2A – HIACE- HIGHROOF BUSKS (4 nos)

3. LOT 2B – GENERATORS FOR THE SIX ZONAL OFFICES. (One 60K VA and five 30KVA respectively)

 

Eligibility for Expression of Interest

Interested and competent companies, firms and consultants who wish to participate are required to submit the following under listed documents in envelope marked “technical”:

  1. Evidence of incorporation of business name
  2. List of similar jobs executed with evidence of names of clients and location.
  3. Evidence of Tax Clearance Certificate for the last three (3) years
  4. Evidence of financial capability and banking support
  5. Value added Tax (VAT) registration and evidence of past remittances
  6. Evidence of compliance with Pension Reform Act of 2004.
  7. Evidence of Company’s Group Life Insurance.
  8. Company’s 3 years Audited Accounts
  9. Evidence of remittance to ITF
  10. Evidence of payment of appropriate non refundable tender fees
  11. Evidence of annual return to Corporate Affairs Commission for the last three (3) years
  12. Any information or document that will place the company on a comparative advantage of others.

Collection of Tender Documents:

Tender Document containing details of scope of work for the consultancy service and specifications for the supplies arc to be collected from the office of the Secretary, Procurement and Planning Unit on presentation of evidence of payment of non-refundable tender fees of N25.000.00 only (by bank draft payable to National Film and Video Censors Board.

Submission of Expression of Interest:

The prequalification and tender documents should each be sealed and labeled “Technical” and or “Financial” bids as appropriate separately and the two envelopes put in another envelope that should also be sealed and labeled with the name of the project and lot number CLEARLY marked at the top left side of the envelope and addressed to:

 

The Secretary

Room 201

Procurement & Planning Unit

National Film & Video Censors Board

No 20, Alexandria Crescent, Wuse II, Abuja.

 

Closing Date for Submission

Submission of Tender documents for all the lots ends on July 24, 2013, at 12:00noon and tenders shall thereafter be opened at 2pm on Tuesday July 30, 2013 in the Conference Room of the Board. Bidders or their representative are strongly-advised to be present.

 

Please note

1.       All submissions should be by hand. Courier delivery will not be considered

2.       Late submission will not be considered

3.       NFVCB is under no obligation whatsoever to select contractors from submissions received if none meets the above eligibility requirement

4.       Failure to comply with the above slated instruction would automatically disqualify the tenderer.

5.       This advert shall not be construed as a commitment on the part of NFVCB nor shall it entitle responding companies to seek indemnity from NFVCB by virtue of such companies having responded to the advertisement

6.       The decision of   NFVCB Procurement and Planning Committee shall be final

7.       Please visit NFVCB  Procurement Notice Board  for further information

 

Signed:

Director General,

National Film and Video Censors Board

Plot 20, Alexandria Crescent, Wuse II, Abuja

Invitation for Expression of Interest (EOI) for Development of East-North Gas Pipeline Transmission Systems at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

NNPC Towers, Herbert Macaulay Way, Central Business District, P.M.B. 190, Garki, Abuja – Nigeria

 

Invitation for Expression of Interest (EOI) for Development of East-North Gas Pipeline Transmission Systems

 

  1. Pursuant to the delivery of the last leg of the gas master-plan infrastructure blueprint, NNPC on behalf of the FGN wishes to invite interested parties to express interest in the co-development of the Northern and Eastern pipeline network comprising;

 

1.0            Northern Network Ajokuta-kaduna, Kano (AKK) Pipeline:

  • 40” x 187 Km pipeline from Ajaokuta – Abuja
  • 40” x 196 Km pipeline from Abuja – Kaduna
  • 40” x 65 Km pipeline from Kaduna – Zaria
  • 40” x 238 Km pipeline from Zaria – Kano

Total = 40” x 683 Km

2.0     Eastern Network: Qua Ibo/Calabar Ajaokuta Pipeline (CAP) system

  • System (a): QIT – Obigbo – Node – 06/08:
    • 36” x 58 Km pipeline QIT to Ikot Abasi
    • 36” x 37 Km pipeline from Ikot Abasi – Ukanafun
    • 36” x 44 Km pipeline from Ukanafun – Obigbo Node
    • 36” x 81 Km pipeline from Obigbo Node to Ob/Ob

Total = 36”x220Km

System (b): Obigbo Node – Ajaokuta:

  • 36” x 114 Km pipeline from Obigbo Node to Umuahia
  • 36” x 124 Km pipeline from Umuahia – Enugu
  • 36” x 180 km pipeline from Enugu – Ajaokuta

Total = 36” x 418 Km

System (c): QIT – Umuahia

  • 24” x 43 Km pipeline from QIT to Okopedi
  • 24” x 18Km pipeline from Okopedi to Uyo
  • 24” x 38 Km pipeline from Uyo to Ikot Ekpene
  • 24” x 75 Km pipeline from Ikot Ekpene – Umuahia

 

Total = 24” x 174Km

2. Overview: The Nigerian gas sector is undergoing a major   expansion,   growing   from    less   than 500mmcf/d a few years ago to over 5,000mmcf/d by 2018. This expansion has necessitated a major revamp and growth of gas infrastructure. The EOI refers to a critical element for extending the network to the North and East, potentially extending in the future into the Sahara enroute Europe. The proposed pipeline network will thus serve existing customers along the network including cement, Power and other industrial sectors. More importantly, the expanded network will provide robustness for serving new customers in the North and East as well as bridge the shortfall in the ELPS network in the Western area. Customers in the network will include Power plants, Industrial customers, CNG off takers and will also augment supplies to West African Gas Pipeline.

 

3.       Investment Principles: For the purpose of this expression of interest, the following assumptions/principles will apply;

a.       Total estimated cost of the entire pipeline network is $5bn

b.       It is   intended that   pipeline will   be funded preferably, through a combination of debt/equity 60/40 ratio. Consequently, interested parties desire to provide both equity and debt will be preferred.

c.       NNPC, on behalf of the FGN, will co-invest, providing equity and debt from a combination of planned sources including annual appropriation through FGN budget process and other sources such as the ongoing Ministry of Finance Eurobond issue.

d.       Although the pipeline construction is to be implemented commercially in segments, the pipeline will operate as an integrated network i.e. revenues from any part of the segment will be consolidated in one pot, from which liabilities will be serviced.

e.       The network is intended to operate commercially, with revenues coming in the form of commercially determined gas transmission tariff embedded in the Gas Transmission Agreements (GTAs) that will underpin the pipeline flows.

f.       The GTAs will indicate the appropriate revenue securitization scheme applicable for the type of customer

g.       The pipeline network currently exists in parts, much of which will be expanded and extended. However, the existing segments serve customers; hence there is cash-flow in the system.

h.       It is anticipated that by the end of 2018, effective throughput across the network will be about 1.5bcf/d.

I.       Conceptual engineering has been completed for the network and FEED about to start.

j.        Construction will be implemented in segments leveraging an optimum number of EPC contractors to enable speedy completion of the pipeline. It is planned that construction will commence by Q1 2014.

k.       If final structure is based on selection of interested parties that are willing to invest equity, the pipeline will be developed and operated by an SPV comprising NNPC and the selected parties. The SPV will operate on a Built Own and Operate (BOO) basis.

I.       In the event that selected investors are all providing debt and EPC only, then the pipeline will be operated by NNPC and the default scheme will be on a Built and Transfer (BT) basis. As mentioned, preference is for SPV construct as above, but all options will be considered

 

4.   Expression of Interest (EOI)

EOI is invited from the following entities to indicate interest in providing funding either as financiers providing debt financing, equity holders, contractor financing, project financing as well as project EPC execution.

  • Reputable Engineering, Procurement and Construction (EPC) companies with capacity to raise financing for the project.
  • Financial Institutions
  • Export Credit Agencies
  • Third parties equities
  • Consortium made of entities in the above categories
  • And any other interested party

The EOI is divided into two parts; Part A is for companies to provide their company profile. Part B is for companies to indicate their scope of interest either for the entire pipeline segments or part thereof or financing only as well as to provide specific information about the pre-qualification criteria upon which the company’s submissions will be evaluated.

 

5.1     PART A: General Requirement:

5.1.1 Interested   company   shall    provide   their company profile detailing the following;

  • Name of Company
  • Registered Business Address
  • Country of Incorporation
  • Country of Domicile / HQ
  • Date of Incorporation
  • Shareholding Structure of Company; (please attach details)
  • Core Business of company
  • Name of Principal contact with appropriate authorization
  • Contact e-mail Address
  • Contact Telephone Number

 

5-2      PART B: Specific Requirement:

  1. Investors to clearly state out of the following the particular scheme of interest;
    1. EPC with Financing (ECA)
    2. Procurement with financing
    3. Construction with financing
    4. Equity financing
    5. Debt financing

 

  1. Investor to attach a full description of the following items in separate sheet(s);
    1. Proposal, including conditions precedent applicable for own scheme
    2. Planned source of funds for equity and supporting documentary evidence of ability to provide stated level of equity
    3. Planned   source   of   debt   and    supporting documentary evidence of ability to raise such debt, including, where possible, valid letters from credit source including applicable conditionalities, tenor etc.
    4. Planned strategy for EPC with financing options where applicable and state examples  of similar projects handled in the past.
    5. Strategy  to   maximize   local   content   in   overall proposal
    6. Other   suggestions   that   may   be   relevant   to enhancing the bankability of the project or overall success (state supporting investment type if any; such as power plants, gas base industries etc)
    7. Provide 3-year company(ies) audited account

 

All responses shall conform to the specified requirements given above; otherwise your submissions may be disqualified.

 

The requested information and any supporting documentation in respect of this pre-qualification process should be submitted in one (1) original plus three (3) copies not later than 7th August, 2013. The documentation should be sealed and clearly marked “EOI FOR DEVELOPMENT OF TRANS NIGERIA GAS PIPELINE SYSTEM”

 

The submission address is as indicated below:

The Group General Manager,

Gas Infrastructure Division,

Block A, Room 023, NNPC Towers

CBD Abuja, FCT.

 

 

This invitation does not constitute a commitment on the part of NNPC to award Contract to any company expressing interest in the work, and the submission of documents shall not entitle any of the companies to any claims whatsoever from NNPC by virtue of such Company having responded to the invitation.

 

All costs incurred by respondents as a result of this pre-qualification invitation and any subsequent request for information shall be to the respondent’s account.

 

Signed:

NNPC Management

 

Invitation to Tender at Saki West Local Government Saki, Oyo State

Saki West Local Government Saki, Oyo State

Invitation to Tender

This is to notify the general public that Saki West Local Government, Saki, Oyo State intends to embark on the following projects within the Local Government Area.

1.       Construction of a block of three classrooms with Headmaster’s Office and Toilet at:

(a)     L.A. Primary School Onikeke, Saki.

(b)     Kajola Community Primary School, Sango, Saki

 

2.       Tenders are therefore invited   from interested, reputable and competent contractors for the said project.

3        The condition required for fulfillment by the interested Tenderers are given hereunder:

4.  (a) Each tender must have registered with the Corporate Affairs Commission (CAC) Abuja in the appropriate categories.

(b)     Tenderers must have registered with the State Government or Local Government and paid necessary taxes and fees (evidence of payment must be attached)

(c)      Evidence or proof that the contractor has handled proper project of similar magnitude.

(d)     Evidence of payment of Tender fees of N20, 000.00 which is non-refundable.

(e)      All tenderers are therefore enjoined to liaise with the Director of Works of Saki West Local Government for job description and specification between the hours of 8:00a.m to 4:00p.m., Mondays to Fridays.

5.       All tenders, which should be submitted in sealed envelope and marked appropriately, should be address to:

The Chairman Transition Committee,

Saki West Local Government, Saki Oyo State

6.       All tenders are to be submitted to the undersigned not later than 24th July, 2013

 

Signed:

Dr. R.O Adebayo

Head of Local Government Administration

For: Chairman, Transition Committee

Saki West Local Government, Saki

Extension of Invitation for Pre-Qualification and Tender for Procurement and Supply of Tertiary Education trust Fund (Tetfund) Intervention Library development Equipment and Service at Akwa Ibom State University (AKSU)

Akwa Ibom State University (AKSU)

P.M.B 1167, Uyo, Akwa Ibom State

Main Campus:

Ikot Akpaden, Mkpat Enin L.G.A

 

Obio Akpa Campus

Abio Akpa, Oruk Anam L.G.A

Extension of Invitation for Pre-Qualification and Tender for Procurement and Supply of Tertiary Education trust Fund (Tetfund) Intervention Library development Equipment and Service.

Applications are hereby invited from suitably qualified, competent and reputable contractors to bid for pre-qualification and tender for the procurement and supply of the under-listed items for the Tertiary Education Trust Fund (TETFUND) special Intervention in Library Development in Akwa Tbom State University which has been extended.

 

S/No.

 

Item Ref. No.

 

Description of Item

 

1 AKSU/TF/LIB/001

 

–   Procurement of   2,710 (Two Thousand, seven Hundred and Ten) Nos. of various Assorted Textbooks
2 AKSU/TF/LIB/002

 

–   Procurement of ICT components Hardware, software, Establishment set up and Professional Services
AKSU/TF/LIB/003

 

–   Procurement of  15   (Fifteen) Nos. Bindery Equipment

 

3 AKSU/TF/LIB/004

 

–    Procurement of 83 (Eighty three) Nos. Furniture

 

4 AKSU/TF/L1B/004

 

–    Procurement of 83 (Eighty three) Nos. Furniture

 

5 AKSUH-F/LIB/005

 

–    Procurement of 6 (Six) sets of Library Tools

 

 

Pre-Qualification/Tender

Applicants are required to submit pre-qualification bids in clearly marked and sealed envelopes containing the under-listed documents along with their lender

i)                   Certificate of Registration/Incorporation,

ii)                Current three years Tax Clearance Certificate,

iii)              VAT Registration Certificate,

iv)              Company Profile and Organizational Structure,

v)                Evidence of Payment of non-refundable deposit of N30,000.00 (Thirty Thousand Naira) only,

vi)              Resume of key professional staff of the company, and evidence of registration with professional Bodies.

vii)           Evidence of remittances of pension contribution fund for staff of the company from reputable pension fund administrators, in line with section 16 sub-section 6 (d) of the Public Procurement Act 2007.

viii)          Audited account for the past three years

ix)              Evidence of Financial capability from the Bank,

x)                Evidence of similar procurement and supply handled for the past three years.

xi)              Evidence of contribution to Industrial Training Fund (1TF).

xii)           Evidence of payment of Akwa Ibom State Development Levy.

 

Tender Procedure

Prospective Bidders who wish to make submission for several procurements are free to do so but, submission must be in separate envelopes. All bidders are expected to pay the non-refundable deposit as indicated in item (v) above at the Cash Office of the Bursary Department of the University at the Main Campus, Ikot Akpaden and obtain receipts. The receipts are to be used to collect the Tender documents from the Office of the Director, Physical Planning Unit, Akwa Ibom State University, Main Campus, Ikot Akpaden, Mkpat Enin L.GA.

 

Extension Period for Tender Submission

All completed tenders should be clearly marked indicating the item of choice, sealed, addressed and returned to the office of:

 

The Registrar

Akwa Ibom State University

Ikot Akpaden (Main Campus)

Mkpat Enin LGA, Akwa Ibom State

 

Closing date for submission and opening of pre-qualification is Wednesday 17th July, 2013 by 2.00pm, at the University Governing Council Chambers, 6 Tony Asikpo Street, Shelter Afrique, Uyo. Bidders are advised to witness the opening of the pre-qualifications.

 

Also, closing date for the Submission and Opening of Tenders is Wednesday 24 July, 2013 by 2.00pm at the University Governing Council Chambers, 6 Tony Asikpo Street, Shelter Afrique, Uyo. Bidders are advised to witness the opening of the Tenders.

 

Signed S. J. Udoekong

Registrar

Invitation for Pre-Qualification and Tendering at Niger State Primary Health Care Development Agency

Niger State Primary Health Care Development Agency, Minna

Invitation for Pre-Qualification and Tendering

1 .0    In compliance with due process requirement for award of contract for procurement of goods and services guided by the public procurement law of 2010, the Niger State Primary Health Care Development Agency hereby invites interested competent and reputable contractors to apply for tender for the proposal under listed projects.

a.       Niger State Primary Health Care Development Agency

Lot: 1 –        Completion of on-going office project

Lot: 2 –        Purchase of 60KVA sound proof standby generator for Agency office complex.

2.0              Eligibility

1.       Evidence of registration with Corporate Affairs Commission (CAC) of Nigeria.

2.       Evidence of registration with Niger State Public Procurement Board (NSPPB) Office.

3.       Evidence of Tax clearance certificate for the last 3 years,

4.       Value Added Tax registration certificate and evidence of VAT remittance.

5.       A comprehensive Company profile

6.       Evidence or details of similar projects handled by firm.

7.       Evidence of Financial capability and Banking support

3.0     Collection of Tender Documents

The tender documents are obtainable from the office of the Chief Accountant Niger State Primary Health Care Development Agency, Abdulkareem Lafene State Secretariat Complex Paiko Road, Minna on presentation of original receipt of non refundable tender fee of Twenty-Five Thousand Naira (N25.000.00) only per project in bank draft made payable to Niger State Primary Health Care Development Agency.

4.0     Submission of Pre-Qualification

The pre-qualification documents must be filled in-ink and submitted in sealed envelope and boldly marked: Tender Requirement for LOT-Number at NSPHCDA Minna 2013 at the top right corner of the envelope with the name and phone number of the firm boldly written at the back of the envelope and submitted to the Secretary Resident Due Process Team Niger State Primary Health Care Development Agency, Abdulkareem Lafene State Secretariat Complex Paiko Road, Minna, Niger State on or before 20th August, 2013.

Financial bid should be accompanied with relevant Bid security in form of Bank draft or managers cheques which should be at list 2% of the financial bid.

5.0     Closing of Submission

Submission of tender commences from the date of this publication and closes on 20th August, 2013 at 12:00 noon prompt.

Dr. Aliyu Yabagi Shehu

Executive Director/Chief Executive Officer

Niger State Primary Health Care Development Agency