Invitation for Bids at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

National Weather Forecasting and Climate Research Centre

Nnamdi Azikwe International Airport, Abuja, Nigeria

Invitation for Bids

1.     Introduction

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate in the Roadmap for the Nigerian Aviation Sector; and in accordance with the 2007 Public Procurement Act, invites interested and eligible contractors to tender for the execution of the following project which is to be funded through the 2013 Federal Government (FGN) Appropriation.

 

2.     Project

PROCUREMENT OF CONVENTIONAL INSTRUMENTS NATIONWIDE

These are non-electronic instruments for measuring atmospheric parameters such as Temperature, Pressure, Wind Direction/Speed, Solar Radiation, Precipitation etc.

LOT 1.        Ordinary Rain gauge, Measuring Cylinder, Rainguage Clock, Stevenson Screen with stand, Dry Bulb Thermometer, Wet Bulb Thermometer and Fibre Ink.

LOT 2.        Class A Pan, Solarimeter with Display, Anemometer Cable, Wind

Speed Dial and Wind Direction Dial.

LOT3.         Barograph, Barograph Chart, Thermograph, Thermograph Chart,

Hygrograph, Hygrograph Chart and GIP3 Spare part

LOT4.         Tidal Gauge

Interested and eligible bidders are to obtain further information and collect the bid documents at the address given below from the date of Advertisement between 10:00am and 4:00pm, Mondays to Fridays, except on public holidays.

3.       Qualification Requirements

Interested bidders are expected to meet all requirements specified in the Bid documents which include:

i.        Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).
ii.       Submission of immediate past three years’ tax clearance certificate, (i.e. 2010, 2011&2012).
iii.      Immediate past three years’ audited accounts of the company (2010, 2011 & 2012).
iv.      Evidence of registration and remittance of Value Added Tax (VAT),
v.       Evidence of compliance with the relevant provisions of the Pensions Reform Act 2004.
vi.      Evidence of compliance with the ITF ACT.
vii.      Company Profile
viii.     Evidence of key professional staff with relevant experience and registration with relevant professional bodies,
ix.     Verifiable documentary evidence of similar jobs successfully executed. Such evidence shall be in form of valid letters of  award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress,
x.   Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial capability. (Adhere to the format as contained in the Bid Document.)
xi.     Verifiable evidence of accreditation, membership or affiliation with original equipment manufacturers is essential
Any other relevant information will be an added advantage.
4.       Collection of Bid Documents

A complete set of relevant documents in English Language may be obtained from the address below on payment of a non-refundable fee of N30, 000.00 (Thirty Thousand Naira) only payable in favour of Nigerian Meteorological Agency, ECO Bank account number 3362001620. The documents will be collected on presentation of the evidence of payment (original and photocopy) at the Procurement Office.

5.       Submission of Bid Documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids to the address below on or before 12:00 noon, 10 October, 2013. Bids will not be collected after this period. It is important that the name and mailing address of the bidder, including valid contact telephone number should be clearly marked on the envelopes and also in the contact address on letter of delivery.

6.       Opening of Bids

Bids will be publicly opened in the presence of representatives of companies, who choose to be present at the Agency’s Conference Room at 2:00pm on 10th October, 2013. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

7.       Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value.

8.       Note: Bidders who do not scale through the technical evaluation stage shall have their financial bid(s) returned unopened.

9.       Enquiries

For Enquiries, please call

07037775161 (Head of Procurement)

OR

08035949848 (Desk Officer-Documents)

 

E-mail Address: nimetprocurements@yahoo.com

 

 

10. NB

This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

 

NIMET reserves the right to verify claims made by any bidder.

 

The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

 

Signed

Director-General/CEO, Nigerian Meteorological Agency,

National Weather Forecasting & Climate Research Centre, Nnamdi Azikwe International Airport, Abuja.

Invitation to Tender at Nigerian Prisons Service

Ministry of Interior

Nigerian Prisons Service

National Headquarters, Bill Clinton Drive, Airport Road, Abuja

Invitation to Tender

Introduction:

1. Furtherance to the implementation of Constituency Projects as provided for in the 2013 Budget and in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Prisons Service intends to award contracts of works in Chain and Suleja Federal Constituency of Gombe and Niger State respectively.

2.  Objectives: The projects are aimed at improving the Prison conditions as it affects the welfare of inmates in these constituencies.

The Nigerian Prisons Service therefore invites submission of Bids from suitable and reputable companies/contractors having the experience cum the Technical and Financial capability to undertake the defined scope of works.

3.      Scope Of Works

 

CONTRACT NO.

 

PROJECT DESCRIPTION

 

NPS/WL/W/CP/1/13

 

Construction of Perimeter Fence (240m) at Cham Satellite Prison
NPS/WL/W/CP/2/13

 

Construction of Admin Block at Cham Satellite Prison
NPS/WL/W/CP/3/13

 

Construction of Perimeter Fence (700m) at Suleja New Prison

 

  1. Eligibility Criteria: Bidders are required to submit documents stated here under:

i.       Certificate of Incorporation With CAC.
ii.      Tax Clearance Certificate for the immediate past three (3) years.
iii.     Company’s audited accounts for the last three (3) years.
iv.    Evidence of Registration/Payment of Training Contributions to Industrial Training Fund (ITF).
v.     Evidence of Compliance with Employees compensation remittance to Nigerian Social Insurance Trust Fund (NSITF).
vi.    Evidence of Compliance with National Pension Commission (PENCOM) Requirements on Contribution.
vii.    VAT Registration and Evidence of Remittance in the last 3 years.
viii.   Evidence of Financial Capability to execute the project. Bank Reference and Letter of Credit facility from a reputable commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.
ix.   List of similar, verifiable and successful executed projects or on-going by the company with the letter of award and completion certificate in the last 3 years.
x.    List of managerial, key technical and administrative staff of the company which should includes names, years of experience, CV and copies of certificate of each key staff.
xi.   List of equipment owned or on leased by the company relevant for smooth execution of the projects. Evidence of  ownership, leased certificate and picture with company logo is added  advantage
xii.    A Sworn affidavit certifying that none of the Prison Procurement Staff is at present a Director or staff of the company,
Original Treasury Receipt of non-refundable tender processing fee of N10, 000.00 only.

5.      Collection Of Bid Documents:

Prospective firms are to pay the non-refundable processing fee of N10,000.00 only into Nigerian Prisons Service Account No. 0000972323 with the Access Bank and obtain a Bank Teller. Thereafter obtain Treasury receipt at the Prison Cash Office NHQ, Abuja.

Bid documents can be obtained from the Technical Unit of the Procurement Department (Capital) Room 111 1st Floor, National Headquarters, Bill Clinton Drive, Airport Road, Abuja on presentation of Treasury Receipt of non-refundable tender processing fee of N 10,000.00.

  1. Submission Of Bids: The prospective BIDDERS shall enclose two (2) separate envelopes clearly marked “Technical” and “Financial” and each should be dropped separately in the tender boxes (provided at the Prison Headquarters Pavilion) which shall bear the Contract No., Project Description, Name and Address of the company which should be addressed to:

Head of Procurement,

Nigerian Prisons Service,

National Headquarters Office,

Bill Clinton Drive, Airport Road

P.M.B. 16 Garki-Abuja

 

  1. Tender opens from Monday 26th August, 2013 and closes Tuesday 8th October, 2013 at 12.00 noon. The Bids shall be opened IMMEDIATELY.

Please Note:-

  • On the account that bid documents are submitted in any other location other than the address given makes the submission invalid.
  • Notwithstanding the submission of the bids, Nigerian Prisons Service is neither committed nor obliged to include your company on any bidders list or to award any form of contract to your company and/or associated companies, subcontractors or agents.
  • The Service will deal only with authorized officers of the bidding companies and not an individual agent.
  • Nigerian Prisons may decide to cancel any procurement at any stage.
  • Only the financial bids of shortlisted firms that meet the technical evaluation criteria shall be opened at a later date.
  • The Bid documents obtained from Technical Unit should be completed and signed by the bidding company.
  • Late submissions shall be rejected.

This advertisement of ‘Invitation to Tender’ shall not be construed as a commitment on the part of Nigerian Prisons Service, nor shall it entitle bidders to make any claim(s) whatsoever and/or seek any indemnity from Nigerian Prisons Service by virtue of such bidders having responded to this advertisement. Neither will the Nigerian Prisons Service incure any liability in an event that the procurement is cancelled.

Signed:

Head of Procurement For:

Controller General of Prisons

Specific Procurement Notice at Rural Water Supply & Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(National Competitive Bidding)

Yobe State Government of Nigeria

Rural Water Supply & Sanitation Sub-Programme in Yobe State

Date: 26th August, 2013

Loan No: 2100150015645

 IFB/YB/RWSS/NCB/WQRKS/SANF/VIP-I/15/2013

IFB/YB/RWSS/NCB/WQRKS/SANF/VIP-II/16/2013

IFB/YB/RWSS/NCB/WQRKS/SAJVF/VIP-III/17/2013

CONSTRUCTION OF LATRINES IN SCHOOLS AND MARKETS IN RURAL AREAS OF YOBE STATE

1 This specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No. 709 of August 31st 2007.

2  The Federal Government of Nigeria has, received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: Construction of latrines, Contract Nos:-

IFB/YB/RWSS/NCB/WORKS/SANF/VIP-I/14/2013.

IFB/YB/RWSS/TMCB/WORKS/SANF/VIP-II/l 5/2013.

IFB/YB/RWSS/NCB/WORKS/SANF/VIP-III/16/2013.

3.     Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, July 2012 Edition.

4.     The three contracts are divided into;

Contract I – 3 Lots

Contract II – 4 Lots

Contract III – 3 Lots

A total of two hundred and fifty two (252) latrines are to be constructed and are classified as follows;

A – Type: 6 Compartments VIF Latrines

B – Type: 4 Compartments VIP Latrines

C – Type: 3 Compartments VIP Latrines

D – Type: 2 Compartments VIP Latrines

Types A and B are to be constructed in public places while types C and D are to be constructed in schools in the rural areas of Yobe State.

The scope of the works is as detailed below:

Contract I: IFB/YB/RWSS/NCB/WORKS/SANF/SANF/VIP-1/15/2013

Lot 1

Description: Construction of 24 blocks of VIP latrines in 10 schools and in 2 markets of Damaturu Local Government Area, consisting of:-

Type A – 2 Nos.

Type B – 2 Nos.

Type C – 10 Nos.

Type D – 10 Nos.

Lot 2

Description: Construction of 26 blocks of VIP latrines in 10 schools and in 3 markets of Gujba Local Government Area, consisting of:

Type A – 3 Nos.

Type B – 3 Nos.

Type C – 10 Nos.

Type D – 10 Nos.

Lot 3

Description: Construction of 26 blocks of VIP latrines in 10 schools and in 3 markets of Fune Local Government Area, consisting of:-

Type A – 3 Nos.

Type B – 3 Nos.

Type C – 10 Nos.

Type D – 10 Nos.

The Bid Security should be in an acceptable form equal to NGN2.00 million for each lot or an equivalent amount in any convertible currency.

Interested Bidders may bid for Lots 1, 2, or all lots. Bidders submitting bids for multiple lots must present separate Bid Security for each lot. Combined bid security for 2 or more lots will render the bids non-responsive.

Contract II; IFB/YB/RWSS/NCB/WORKS/SANF/VIP-II/16/2013

Lot l

Description: Construction of 26 blocks of V1P latrines in 10 schools and in 3 markets of Geidam Local Government Area, consisting of:-

Type A – 3 Nos.

Type B – 3 Nos.

Type C – 10 Nos.

Type D – 10 Nos.

Lot 2

Description: Construction of 24 blocks of VIP latrines in 10 schools and in 2 markets of Machina Local Government Area, consisting of

Type A – 2 Nos,

Type B – 2 Nos.

Type C- 10 Nos.

Type D – 10 Nos.

Lot 3

Description: Construction of 26 blocks of VIP latrines in 10 schools and in 3 markets of Yunusari Local Government Area, consisting of

Type A – 3 Nos,

Type B – 3 Nos.

Type C- 10 Nos.

Type D – 10 Nos.

Lot 4

Description: Construction of 26 blocks of VIP latrines in 10 schools and in 3 markets of Yusufari Local Government Area, consisting of:-

Type A – 3 Nos.

Type B – 3 Nos.

Type C- 10 Nos.

Type D – 10 Nos.

The Bid Security should be in an acceptable form equal to NGN2.00 million for each lot or an equivalent amount in any convertible currency.

Interested Bidders may bid for Lots 1, 2, 3 or all lots. Bidders submitting bids for multiple lots must present separate Bid Security for each lot Combined bid security for 2 or more lots will render the bids non-responsive.

Contract III: IFB/YB/RWSS/NCB/WORKS/SANFA/VIP-III/17/2013

Lot 1

Description: Construction of 26 blocks of VIP latrines in

10 schools and in 3 markets of Jakusko Local Government

Area, consisting of:

Type A – 3 Nos.

Type B – 3 Nos.

Type C- 10 Nos.

Type D – 10 Nos.

Lot 2

Description: Construction of 26 blocks of VIP latrines in 10 schools and in 3 markets of Nangere Local Government Area, consisting of:-

Type A – 3 Nos.

Type B – 3 Nos.

Type C- 10 Nos.

Type D – 10 Nos.

Lot 3

Description: Construction of 22 blocks of VIP latrines in 10 schools and in 1 market of Potiskum Local Government Area, consisting of:-

 

Type A – 1 Nos.

Type B – 1 Nos.

Type C- 10 Nos.

Type D – 10 Nos.

The Bid Security should be in an acceptable form equal to NGN2.00 million for each lot or an equivalent amount in any convertible currency.

Interested Bidders may bid for Lots 1, 2 or all lots. Bidders submitting bids for multiple lots must present separate Bid Security for each lot. Combined bid security for 2 or more lots will render the bids non-responsive.

  •  The Project Imp1ementation Unit. Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages
  •  Bidding will be conducted using National Competitive Bidding (NCB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, July 2012 Edition.
  •  Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme,

yobe.rwssp@gmail.com  and inspect the Bidding Documents at the Address given below, from 8:30am – 4:30pm on working days.

 

A complete set of Bidding Documents in English Language which contain detailed specifications of the work 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 twenty thousand Naira (NGN20, 000.00) for one lot; fifteen thousand Naira (NGN 15,000.00) for each additional lot or an equivalent amount in any convertible currency. Payment should be made to the project accounts below:

Bank: First Bank Nig. Plc, Damaturu Branch, Nigeria

Account Name: AfDB-Assisted RWSSP

Account No: 2016956258

  • Bids must be delivered to the Programme Manager at the address stated in item 10 below by 26th September, 2013 at 11:00am and must be accompanied by the required bid security.
  •  Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the following address on 26th September, 2013 at 12:00pm; Conference Room of Yobe State Secretariat (IBB Secretariat) located along Maiduguri – Gashua bypass adjacent to Yobe State House of Assembly Complex, Damaturu
  •  An information meeting will be held on 9th September, 2013 at the address below:

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling Station,

Damaturu, Nigeria

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886

Tender Notice at GWALE Local Government, Kano State

GWALE Local Government Kano State

 

Tender Notice

This is to invite suitably qualified contractors for pre-qualification to tender for the:

  1. Construction of Ten (10) Public conveniences in various locations of the Local Government.
  2. i.        Supplying and putting of inter-lock.

ii.       Fixing of metal railer on top of boundary wall and Burglar proof to windows.

iii.      Construction of Generator Engine room.

All at Dansarari Juma’at Mosque at Dorayi Babba.

 

Pre-Qualification Requirements:

All prospective contractors must satisfy the following pre-qualification criteria:

  1. Evidence of incorporation.
  2. Company audited account for the last three (3) Years,
  3. Evidence of tax clearance for the last three (3) years,
  4. VAT Registration and evidence of VAT remittance,
  5. Evidence of financial capability,
  6. Evidence of verification list of similar projects executed
  7. Evidence that the contractor has the equipment and personnel required to execute the project.

 

Submission of Pre-Qualification Document:

Any interested contractor wishing to participate should forward his profile to the office of the Interim Management Officer (IMO) Gwale Local Government Secretariat not later than 9th September, 2013.

 

Signed:

Management

Advertisement and Invitation for Bids for the Construction of Roads in Kebbi State at Ministry of Works

Kebbi State of Nigeria

Ministry of Works and Transport HQTR Haliru Abdu Secretariat Complex, Birnin Kebbi

Advertisement and Invitation for Bids for the Construction of Roads in Kebbi State

The Ministry of Works for and on behalf of the Kebbi State government will receive bids for the Construction of Roads in Kebbi State until 12.00pm on Friday. September 6th, 2013, at the Office Of Permanent Secretary, Ministry Of Works & Transport HQ, Haliru Abdu secretariat complex, Birnin Kebbi Kebbi State.

 

The road Projects are as follows:-

  1. Construction of Township roads in Maiyama Local Government.
  2. Construction of Koko Township roads,
  3. Rehabilitation of Suru-Sarandosa road
  4. Rehabilitation  of Tungarmakera-Shanga-Yarbesse and Shanga Township roads.
  5. Construction of Yauri Township roads.
  6. Construction   of   Bubuche-Birnintudu-Kebbi/Sokoto Border.

Bids shall be submitted in a sealed envelope on the bill of engineering measurement and evaluation (BEME) included in the contract documents to be obtained from the office of permanent secretary, Ministry of Works and Transport HQ, Birnin Kebbi, Kebbi State. The sealed envelope shall be clearly marked for each individual road (in the lower left hand corner).

The bids will be opened at 12:00 p.m. on Monday, September 9th 2013, at the office of the Permanent Secretary, Ministry of Works and Transport HQ, Birnin Kebbi.

Bids are invited for the item of works as spelt out in the Bill of Engineering Measurement and Evaluation (BEME) collected on the specified road.

The successful bidder must:

  • Show knowledge and understanding of the geographical terrain and other geo-physical features of Kebbi state and specific area where the project will be executed.
  • Show clear evidence of execution of similar civil engineering project in Kebbi State.
  • Show clear records of payment of corporate taxes, PAYE, for personnel/employees, VAT, Kebbi State Tenders Board Certificate, etc.
  • Present clear evidence of having in its employment the requisite civil engineering and other competencies required for the execution of a project of this nature; and
  • Present such other information and competencies as may be requested or indicated by the Director Civil Engineering Department, Ministry of Works and Transport, Birnin Kebbi, Kebbi State.

Bids may be held by the Kebbi state government for period not to exceed (15) days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidders’ qualifications prior to the contract award.

All contractors/subcontractors who are debarred, suspended or otherwise excluded from or ineligible for participation on the execution of any civil engineering or complex engineering contract in Nigeria may not undertake any activity in part or in full under this project.

The Kebbi State Government reserves the right to reject any or all bids or to waive any informalities in the bidding.

Alh Musa Muhammad Kamba

Permanent Secretary,

For: Hon Commissioner,

Ministry of Works and Transport,

Haliru Abdu Secretariat,

Birnin Kebbi