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

 

Introduction

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

 

2. Project

Automation of Meteorological Data Collection and Transmission

The Agency expects prospective bidders to demonstrate competencies in the digitalization of historical climate data and the transmission of data in real-time from synoptic stations and offices nationwide to the Central Server at the National Weather Forecasting and Climate Research Centre, Abuja.

 

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

 

3.       Qualification Requirements

Interested bidders are expected to meet all requirements specified in the Bidding 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 Bidding Document.)

xi.      Verifiable evidence of accreditation membership or affiliation with original equipment manufacturers is essential.

xii.     Any other relevant information will be an added advantage.

 

4.       Collection of Bidding/Request for Proposal 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 cash to NIMET bank account or Bank Draft issued in favour of Nigerian Meteorological Agency. The documents will be collected on presentation of the receipt of payment (original and photocopy) at the Procurement Office.

 

5.       Submission of Bidding

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, 26th September, 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 must 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 26th September, 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

070377751 61 (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.

 

FEDERAL UNIVERSITY DUTSIN-MA

PMB 5001 DUTSIN-MA, KATSINA STATE

INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR CONTRACTS/SERVICES

Federal University, Dutsin-ma, Katsina State proposes to implement, under the year 2013 Appropriation and Tertiary Education Trust Fund (TETF) Special (2012) Intervention, and therefore seeks EOI for:

(A) The Remodeling Of Male Hostel

(B)  Construction Of Office Blocks (Q  Appointment As External Auditors

GENERAL INFORMATION

Consultants/Contractors seeking any clarification should contact the University Procurement Officer between the working hours of 1 Oam – 3pm during the validity period of this advert.

SUBMISSIONS

Invitaton for Pre-Qualification of Contractors for the 2013 Capital Projects at National Universities Commission

Invitaton for Pre-Qualification of Contractors for the 2013 Capital Projects

The National Universities Commission is desirous of executing its 2013 Capital Projects and Services on contract and wishes to invite reputable companies with good track record of performance and experience for the execution of the following projects:

 

a.       Rehabilitation and Upgrading of Facilities, Furniture and Office Equipment:

Lot 1A: –     Provision of Furniture and Fittings (NUC Secretariat, Abuja)

Lot 1B:-      Provision of Furniture and Fittings (NUC Liaison Office, Lagos)

 

b.      National Universities Commission’s Secretariat and Virtual Library, Broad Band Upgrade:

Lot 2: –        Upgrading of Broad Band (Main Building and Virtual Library) NUC Secretariat, Abuja.

 

c.       Purchase of PABX for the Secretariat:

Lot 3: –        Provision of PABX for the NUC Secretariat, Abuja.

 

Interested Contractors are expected to submit Technical Pre-Qualification and Financial Bid Documents with the payment of a non- refundable fee of N20,000.00 (Twenty Thousand Naira, Only) to the NUC Treasury in Bank Draft in favour of NUC, as “Processing fee” for each lot.

 

For the Pre-Qualification assessment, Tenderers are expected to submit the following documents:

i.        Evidence of Incorporation by the Corporate Affairs Commission.

ii.       Letter of Bank reference.

iii.      Evidence of current registration with the Industrial Training Fund (where applicable).

iv.      Evidence of Current Tax Clearance Certificate for the last 3 years (2010- 2012).

v.       Comprehensive Company Profile including names of principal shareholders     and key staff, qualifications and genuine reachable addresses and phone      numbers (enclose photocopies of credentials).

vi.      Verifiable Plants and Equipment of the Company (where applicable).

vii.     Details of previous relevant jobs indicating clients, contract sum, year of award and date of completion (with evidence)

viii.    Evidence of Financial Capability and access to Financial Resources from a reputable Bank.

ix.      A sworn affidavit that all documents submitted are genuine and verifiable.

x.       A sworn affidavit that none of its Directors has been convicted in any Court.

xi.      Evidence of compliance with PENCOM Act.

 

The Commission reserves the right to verify the authenticity of Claims made in the pre-qualification documents as submitted and original documents may be requested for sighting.

 

Submission of Documents

Technical and Financial Bid documents with 5-No. sets of photocopies each should be submitted in sealed separate envelopes clearly marked “2013 Pre-Qualification Lot…..” and “2013 Financial Tender Lot…..” Name and mailing address of the Company shall be clearly stated at the back of each envelope. This should be addressed to:

 

The Executive Secretary

National Universities Commission

No. 26, Aguiyi Ironsi Street, Maitama

P.M.B. 237, Garki, Abuja

 

Tender document are available for collection in Room 021 Ground Floor, NUC Secretariat, Abuja. the Pre-Qualification Document should be submitted in the “Tender Box” located at the Reception of the National Universities Commission on or before 12noon, on 23rd September, 2013.

 

Tenderers are invited to attend the ceremony for the opening of the submission by 2.00pm, on 23rd September, 2013 at the NUC Conference Room.

 

Please note that evaluation will be carried out at two stages:

1.       Technical Evaluation of the submissions

2.       Financial Evaluation

However, only the companies who scale through stage 1 will have their Financial Bids opened. Those who are not pre-qualified will have their financial bids returned to them unopened.

 

Executive Secretary

National Universities Commission

Invitation for Expression of Interest (EOI) for Contracts/Services at Federal University, Dutsin-ma, Katsina State

Federal University, Dutsin-MA

PMB 5001 Dutsin-MA, Katsina State

 

Invitation for Expression of Interest (EOI) for Contracts/Services

 

Federal University, Dutsin-ma, Katsina State proposes to implement, under the year 2013 Appropriation and Tertiary Education Trust Fund (TETF) Special (2012) Intervention, and therefore seeks EOI for:

 

(A)    The Remodeling of Male Hostel

(B)     Construction of Office Blocks

(C)     Appointment as External Auditors

 

The external Auditors that are to audit the accounts of Federal University, Dutsin-Ma, Katsina State from May, 2011 to December, 2012 are hereby invited from auditors who have registered or renewed their registration with the office of the Auditor-General for the Federation.

 

The University Information:

Federal University, Dutsin-ma was established by the Federal Government of Nigeria in the fourth quarter of 2010 through the approval of the Federal Executive Council, together with eight other universities. The institution was established for the purpose of increasing access to university education and ensuring equitable distribution of federally owned universities. The University is located in Dutsin-Ma Local Government Area of Katsina State, about 65km south of Katsina.

 

Pre-Qualification Requirements

Prospective contractors or consultants shall be required to submit the following prequalification documents:

1.       Evidence of registration with the Corporate Affairs Commission.

2.       Evidence of company registration with relevant professional regulatory body.

3.       Evidence of tax-clearance for the past three years.

4.       Audited account for the last three years

5.       Evidence of VAT registration and remittance

6.       Verifiable evidence of having successfully completed similar works in the past

7.       Company profile with names and qualifications including photocopies of credentials of key technical personnel, including registered addresses, functional email addresses, GSM phone number(s), etc.

8.       Sworn affidavit that no officer of the Federal University Dutsin-Ma is a former or present director, shareholder or has any pecuniary interest in the bidder; and none of the Directors of the company seeking pre-qualification has been convicted of any criminal offence and the company is not under receivership. The affidavit is to also confirm the authenticity of information presented in the firm’s pre-qualification documents to be true in all particulars.

9.       Evidence of compliance with the National Pensions Act as it concerns the firm’s employees.

10.     Evidence of fulfillment of obligation to Industrial Training Fund.

11.     Any other relevant information that will be helpful in determining the bidder’s suitability for the works.

 

General Information

Consultants/Contractors seeking any clarification should contact the University Procurement Officer between the working hours of 10am – 3pm during the validity period of this advert.

 

Submissions

i.        All pre-qualification submissions should be accompanied by the listed documents (bond in the order listed) and forwarded in a wax-sealed envelope boldly marked at the top-left comer “EOI (indicating the preferred services(s) or contracts(s)) for Federal University Dutsin-ma” and addressed to:

 

The University Procurement Officer,

Federal University, Dutsin-Ma,

PMB 5001, Dutsin-Ma,

Katsina State.

 

ii.       The sealed envelope should contain the above-stated amount as non-refundable N20,000 administrative processing pre-qualification fees in bank draft payable to Federal University, Dutsin-Ma. Failure to comply with this requirement would disqualify an application.

Close of submission for pre-qualification: All submissions for pre-qualification, must reach the University Procurement Officer not later than 12 noon, on or before 30th August 2013 will be published in two national dailies: Weekly Trust and Saturday Independent and the Federal Tenders Journal, and the fourteen days starts from the first publication of the advert. The pre-qualification documents will be opened on the 19th August, 2013 at 12 noon in the University Conference Room.

 

Important Notice:

Only shortlisted firms shall be contacted by the University.

The University reserves the right to reject any EOI submissions.

All expenses incurred and associated with the pre-qualification submission shall be borne by the prospective contractor.

 

Nothing in this advertisement shall be construed to be commitment on the part of the University nor shall it entitle responding firms to seek any indemnity from the University by virtue of the contractors having responded to the advertisement.

 

M.Y Abubakar

Registrar.

Invitation for Bids at the Secretary to the Government of the Federation (OSGF)

Office of the Secretary to the Government of the Federation

Shehu Shagari Complex, Three Arms Zone, Abuja

 

Invitation for Bids

In pursuance of the execution of its 2013 capital projects, the Office of the Secretary to the Government of the Federation (OSGF) intends, to procure the following goods and services in the Lots listed below. Interested contracting firms are hereby invited to submit technical and financial bids for the projects listed below: –

Lot 1:          Expansion of Radio Frequency Identification (RFID) System

Lot 2:          E- Library Development

Lot 3:          Supply of Library equipment

Lot 4:          Development of the Archival Unit

Lot 5:          Supply of Office Equipments

Lot 6:          Supply of a Heavy Duty Machine with all Accessories

Lot 7:          Upgrading, Supply and Installation of Electrical Components at Shehu Shagari Complex and Fed. Secretariat Complex, Phase 1, Shehu Shagari, way, Abuja.

Lot 8:          Reconfiguration and Furnishing of the Basement at Shehu Shagari Complex, Three Arms Zone Abuja:

2.       Requirements

Interested bidders are required to submit the following information along with their bids:-

i.        Evidence of incorporation with the Corporate Affairs Commissions

ii.       Evidence of VAT Registration.

iii.      Evidence of current Tax Clearance Certificates for the last three (3) years; with Tax Identification Number (TIN)

iv.      Audited Account of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants.

v.       Verifiable documentary evidence of similar jobs successfully executed/on-going within the last three (3) years.

vi.      List of Key Staff including relevant professionals to be attached to the work, (attach photocopies of relevant professional certificates where applicable).

vii.     Provision of Bid Security for all bids valued above N50m at 2% of the bid price by way of guarantee from a reputable Bank.

viii.    Evidence of Financial Capability and Banking support.

ix.      Evidence of working capital for bids valued N50 Million and above, and authority to seek reference from bidder’s Bankers.

x.       Evidence of participation in the contributory pension Scheme.

xi.      Evidence contribution to the Industrial Training Fund (ITF) Scheme.

xii.     Original copies of documents listed in i – iv above must be presented on request for sighting.

 

3.   Collection of Bid Documents

 

Bid documents containing full specifications on all the Lots can be obtained from the Office of the Secretary, Tenders Board, Office of the Secretary to the Government of the Federation, Second Floor, Shehu Shagari Complex, Three Arms Zone, Abuja, upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00 Bank Draft in favour of OSGF) for each Lot.

 

4.   Submission of Bids Documents

 

Technical and Financial Bids are to be separately sealed with wax in different envelopes indicating the Lot number/title and both (financial and technical bids) are to be placed in a single envelop addressed to the Secretary, Tenders Board, Procurement Department, Office of the Secretary to the Government of the Federation, Shehu Shagari Complex, Three Arms Zone, Abuja. Submission of bids shall close at 12.00 noon, on Monday, 26th August, 2013.

 

5.       Opening of Bids Documents

 

Opening of the Technical Bids will take place immediately after closing (Monday 26th August, 2013 by 12.30 pm). Financial Bids for only, technically qualified bidders are to be opened at a later date after the conclusion of the technical evaluation exercise, while financial bids for unqualified bidders could be returned to them unopened. Representatives of interested bidders and members of the public are invited to witness the bids opening session.

 

6.       General Information

i.        This advertisement shall not be construed as a commitment on the part of the Office of the Secretary to the Government of the Federation (OSGF) nor shall it entitle responding Companies to seek any indemnity from the Office by virtue of such Companies having responded to advertisement.

 

ii.       The Office is not bound to patronize any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning any reasons thereof.

 

iii.      Quality and Cost-Based Method will be used for the purpose of the evaluation of the Automation of the Archival filling system and Equipping the End Room of the Cabinet Secretariat Office

 

Signed

Permanent Secretary (General Services Office)

Extension of Time for Invitation for Pre-Qualification at Jigawa State Government

Jigawa State Government

Office of the Secretary to the State Government

Block D, New Secretariat Complex, Takur, Dutse

 

Extension of Time for Invitation for Pre-Qualification

 

The Office of the Secretary to the State Government hereby extend the time within which reputable and experienced contractors may submit their pre-qualification on the project below:-

 

Renovation and Extension of Jigawa State Governor’s Lodge Kano

 

Pre-Qualification Requirement

1.       Certificate of incorporation/business name registration

2.       Certified true copy of Memorandum and Articles of Association

3.       Registration with the State works registration Board in relevant category

4.       Evidence of membership of relevant professional bodies (e.g. COREN, NIQS, NIA, CORBON etc.)

5.       Profile of company including CV of key personnel

6.       Evidence of work directly executed or handled by the company and evidence of knowledge of the industry

7.       Company audited accounts for the last three years

8.       Last three years tax clearance certificate

9.       VAT registration and evidence of past remittance

10.     Evidence of financial capacity and banking support

11.     A sworn affidavit as follows:-

 

  1. That the documents submitted are genuine and correct
  2. That none of the Directors/Partners of the company has been convicted by a court of Law
  3. That the Firm/Company is not bankrupt
  4. That none of the officers of the Secretary to the State Government Office is a former or present Director of the Company
  5. Original copies of items 1, 3,6,7,8,9,10, and 11 will be required for sighting after bid opening.

 

Submission of Pre Qualification Requirement

The pre qualification documents shall be spiral bound and packaged in an envelope and clearly marked; Prequalification for renovation and extension of Governors’ Lodge, Kano at the top left hand corner of the envelope. The name, address of the Company and telephone number should be clearly written on the reverse side of the envelope.

 

All documents are to be addressed to the Permanent Secretary, Admin and Finance, Office of the Secretary to the State Government and submitted not later 2nd September, 2013.

 

Signed:

Permanent Secretary,

Admin & Finance,

For: Secretary to the State Government.