Invitation for Pre-Qualification at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, Off Gana Street

Maitama District, Abuja. Nigeria.

 

Invitation for Pre-Qualification

 

Introduction:

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act, invites interested, eligible and reputable contractors to pre-qualify for the execution of the following projects which are to be funded through the 2012 Federal Government  (FGN)Appropriation and or internally Generated Revenue (IGR).

 

 2.      Projects A

 

Package 1: Construction of Additional Synoptic Station and Zonal Centres.

The construction of a 5-room bungalow with courtyard roofed in green coloured oven-baked longspan aluminium roofing sheets, all windows in high profile aluminium sliding with burglary proof, finishing in specified ceramic titles in stretcher’s bond, Gate House, Borehole, Perimeter Fence etc.

 

LOT 1: LAFIA – NASSARAWA STATE

LOT 2: NNEWI ANAMBRA STATE

 

PACKAGE 2: EQUIPMENT FOR MARINE/PORT MET STATIONS, ENCLOSURES (ONNE, FORCADO & EKET) AND PROVISION OF 2 CLIMATE INFORMATION SYSTEMS (CIS)
provision of a networked marine met information system (consisting of hardware, software, data and training) for use at our locations in (a) the marine Port Met Eket and (b) the National Weather Forecasting and Climate research Centre, Abuja. The project aims at enriching the marine met database as well as enhancing the efficiency and effectiveness of weather forecasting and bulleting for safety and sustainability of maritime industry in Nigeria.

 

 

PACKAGE 3: DATA RESCURE FOR AUTOMATIC WAETHER OBSERVATION STATION (AWOS) AND ARCHIVE

To install radio equipment on existing automatic weather stations to transmit observed data Bank at Oshodi as well as to procure and install appropriate equipment to convert analogue climatological data in MET Archive, Oshodi to digital format.

 

PACKAGE 4: PROCUREMENT OF CONVENTIONAL ALINSTRUMENT NATIONWIDE

These are instruments for measuring atmosphere parameters such as temperature, pressure, wind speed/direction, solar radiation, precipitation etc.

 

LOT I                    –        Barometer and Calibration Chamber

LOT II        –        Rain gauge & accessories

LOT III       –        Wind Sensor Instruments

LOT IV       –        Solar Radiation Instruments /Stevenson Screens/Minimum & Maximum thermometers

 

PACKAGE 1:      PROCUREMENT AND INSTALLATION OF DOPPLER FOUR (4) NOS. WEATHER MONITORING SYSTEMS AND CONSUMABLE (DOPPLER WEATHER RADAR (CONSULTANCY)

 

The prospective consultant is to determine the exact locations of the Doppler Weather Radar Towers within Enugu, Jos, Sokoto and Ilorin Airports in liaison with Aviation Regulatory Agencies in Nigeria and conduct soil tests of the identified sites. In doing so, the consultant is further expected to liase with Original manufacturers of the Doppler Weather Radar.

 

PACKAGE 2: GENERAL INSURANCE SERVICES

The Nigerian Meteorological Agency (NIMET) has assets in its corporate Headquarters, Abuja and in about 54 other locations across the country. The Agency wishes to engage the services of Insurance companies to cover the assets with appropriate policies and hereby requests for qualified and interested insurance companies to submit Expression of Interest (EOI ) to develop insurance proposals in accordance with Terms of Reference (TOR) contained in our Request for Proposal documents.

 

 

Note: Details of the scope of work for NIMET consultancy projects are available in the request – for-proposal documents

 

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4.00pm. Mondays to Fridays, except on public holidays.

 

Qualification Requirements

  • Interested bidders are expected to meet all requirements specified in the Bidding/ EOI documents which include:
  • Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).
  • Submission of immediate past three years’ tax clearance certificate, (i.e. 2009, 2010, 2011).
  • Immediate past three years’ audited accounts of the company (2009, 2010, and 2011).
  • Evidence of registration and remittance of Value Added Tax (VAT).
  • Evidence of compliance with the relevant provisions of the Pensions Reform Act 2004.
  • Company Profile
  • Evidence of key professional staff with relevant experience and registration with relevant professional bodies.
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. 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. Proven integrity of performed projects is added advantage.
  • In case of construction projects, verifiable evidence of availability through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the project.
  • 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.)
  • For Equipment contracts, verifiable evidence of accreditation membership or affiliation with original equipment manufacturers is essential.
  • For Consultancy, verifiable evidence of accreditation, membership or affiliation with approved professional bodies. For Projects B interested and qualified service providers are to indicate expression of interest to develop proposals in accordance with NIMET Terms of Reference (TOR) contained in Request for Proposal (RfP).

 

 

 

 

4.       Collection of Bid Documents/Request for Proposal Documents

A complete set of bid 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 or RfP will be collected on presentation of the receipt of payment (original and photocopy).

 

 

5.       Submission of Bid Documents/Request for Proposal Documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids or EOI and RFP as the case may be, to the address below on or before 12:00 noon on Monday, June, 25th 2012. Bids will not be collected after this period. 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 and EOI 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 Monday, June, 25th 2012. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

 

7.       Bid Security

All bid must be accompanied by a bid security of 2 percent of the bid value

 

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

 

 

9. Enquiries

For Enquiries, please call

08037775161 (head of Procurement) OR

0806534995 (Desk Officer- Documents)

 

 

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 reserve 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,

33, Pope John Paul II Street,

Maitama, Abuja

 

2012 Procurement Notice For Works And Services at Federal College of Education, Kontagora

Federal College of Education, Kontagora

 

2012 Procurement Notice For Works And Services

 

 

Introduction:

Federal College of Education, Kontagora, Niger State intends to carry out the Procurement of works and services under the2012 Budget appropriation.

 

Scope Of Works/Services

Federal College of Education. Kontagora’s 2012 Procurement activities are classified under the following sub heads:

 

 

A    WORKS

Lot 1 –         Construction of Gymnasium Complex Phase I & II

LOT2 –        Construction/Rehabilitation of Roads and Drainages

LOT3 –        Rehabilitation of Classroom and Offices

LOT 4 –       Rehabilitation of Male & Female Hostels

LOT 5 –      Construction of College Guest House

LO f 6 –      Construction of Administrative Block

 

B    CONSULTANCY

Competent, experienced and reputable consultants in the under listed areas are required for engagement. The categories of consultants anticipated are: –

(a)     Architects

(b)     Quantity Surveyors

(c)      Structural Engineers

(d)     Mechanical/Electrical Engineers

 

Scope of Work for Consultancy Services

/)       Lead Consultant, Architectural designs

2)       Design of structures

3)      Quantity Surveying

4)      Service Engineers

5)      Preparation of Tender documents

6)      Monitoring of projects and issuance of valuation certificate

 

Eligibility Criteria/Requirements’

Interested consultants and contractors are requested to forward for consideration the following Pre-qualification documents: –

(a)     Evidence of registration with relevant Professional bodies

(b)     Evidence of registration with Corporate Affairs Commission (C AC)

(c)      Evidence of Tax clearance certificate for Three years

(d)     Evidence of VAT registration certificate

(e)      Verifiable evidence of similar Jobs successfully executed by the firm including location, cost, letter of award and completion certificate

(f)      Evidence of financial capability which should include statement of Account and Audited reports of the company, assets and liabilities.

(g)     Evidence of compliance with Pension Act 2007.

(h)     List of Names of Key Personnel with Professional qualification and experience

(i)       Proof of Registration of company with Professional body.

(j)      List of equipment available for the Project(s).

 

NOTE:-

Original copies of the above listed documents should be available for sighting on demand during the opening of Pre-qualification applications. Also, this is not an invitation to Tender. Full Tendering Procedures will apply only to bidders that have been Pre-qualified and found capable of executing the Projects.

 

 

Submission of Pre-Qualification Documents

The Pre-qualification documents should be enclosed in sealed envelope and marked “Pre-Qualification Documents for Tender” and Tenderer’s Name written on the reverse side of the envelope addressed to:

The Registrar,

Federal College of Education, P. M. B. 39, Kontagora,

Niger State.

 

The Pre-qualification documents should be deposited in the Tender Box at the Registrar’s office not later than 11th June, 2012. Opening of documents submitted will take place by 1:00pm on the last day of the closing date. Finally, note that only Pre-qualified bidders would be invited to pick Tender documents.

 

Signed

Hajiya Aisha Y.Bukar College Registrar

Invitation for Pre-Qualification to Tender for 2012 Capital Projects at Neuropsychiatric Hospital, Aro, Abeokuta

Neuropsychiatric Hospital, Aro, Abeokuta

External Advertisement

 

Invitation for Pre-Qualification to Tender for 2012 Capital Projects

 

Preamble

Applications are hereby invited from qualified contractors to tender for pre-qualification for the following projects at the Neuropsychiatric Hospital, Aro, Abeokuta.

 

The Projects are as follows:

Lot 1:          Landscaping,  Drainage, and Dwarf fencing of the Purpose Hall at Lantoro Annexe.

 

Lot 2:          Construction of 1st phase of three (3) blocks of four (4) 2-Bedroom apartments for Resident Doctors Quarters.

 

Lot 3:                   Extension of the Old Administrative Block.

 

 

Pre-Qualification Requirements

Interested companies are required to submit the following along WITH THEIR bids:

 

(a)     Certificate of Registration with Corporate Affairs Commission (C.A.C)

(b)     Company Tax Clearance Certificates for the last three (3) years.

(c)      Evidence of VAT Registration and Remittances.

(d)     Evidence of Execution of Similar Projects in the last three (3) years.

(e)      Evidence of compliance with Pension Reforms Act (2004).

(f)      Evidence of Financial Capability to execute the project (current Bank Statement and Last Audited Company Account for the last 12 months).

(g)     Company Profile including professional qualifications of key personnel and equipment.

 

Submission of Pre-Qualification Documents

The completed pre-qualification documents are to be submitted in sealed envelope with the name and address of the Bidder and project specification at the top left hand comer of the envelope with the bidder’s GSM Number/Reachable Number.

 

All documents  should be submitted on or before Wednesday, 13th June, 2012 by 9:00am when the bids will be opened. The bids should be addressed to the:

PROVOST AND CHIEF MEDICAL DIRECTOR NEUROPSYCHIATRIC HOSPITAL P.M.B. 2002

ARO, ABEOKUTA

 

ATTENTION: PARASTATAL’S TENDERS BOARD

 

The document must be dropped in the Bid Box located in the Office of the Provost and Chief Medical Director.

 

The document must be dropped in the Bid Box located in the Office of the Provost and Chief Medical Director.

 

All bidders and interested stakeholders are invited to the bid opening scheduled for Wednesday 13th June 2012 from 10:00am, in the Provost and Chief Medical Director’s Board Room.

SIGNED

HEAD OF ADMINISTRATION

FOR: PROVOST AND CHIEF MEDICAL DIRECTOR

Execution of Projects at Federal Government Girls’ College, Bauchi

The Federal Ministry of Education

Federal Government Girls’ College, Bauchi

P.M.B 0031, Bauchi, Bauchi State

 

In compliance with the public procurement Act 2007, the Federal Government Girls’ College, Bauchi is desirous to undertake Tender exercise for the following proposed 2012 capital projects.

 

S/N Project Lot
1 Construction/completion of students Hostel 1
2 Construction of 7Nos.3 bedroom staff Quarters 2
3 Renovation of students Hostels and Furnishing 3
4 Expansion/Renovation of Dinning Hall and Furnishing 4
5 Renovation of Admin Block 5
6 Completion of Multipurpose hall and Furnishing 6
7 Internal Road Construction/ Drainages 7

 

(A)    Tender Qualifications
The following underlisted documents are required and would serve as basis for consideration

1.       Registration with Corporate affairs Commission (CAC)

2.       Registration with FGGC, Bauchi

3.       Company’s Audited Accounts for the last 3 years (2009, 2010 and 2011) duly signed and stamped

4.       Company Tax clearance certificate the last 3 years (2009, 2010 and 2011).

5.       Evidence of financial capability

6.       Evidence of VAT Registration with TIN No. and past remittance for the last 3 years

7.       Verification list of similar jobs successfully executed in the last 3 years, including letters of award of contracts, projects costs, job completion certificates and payments.

8.       Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

9.       Evidence of compliance with pensions Reform Act, and up date remittance of employees’ pension fund contribution in line with section 6d of the public procurement Act 2007.

10      Company profile to include among others, office address, current telephone number(s) and e-mail address, and evidence of technical and professional qualification.

11.     Equipment and technology capacity

12.     Bidders should indicate the job category they intend to bid for

13.     Any other relevant information that will be help in determining the company’s suitability for the work

 

(B)     Payment of Tender

Bidders are paid non-refundable fee of N20,000 for each Lot to accounts department, FGGC, Bauchi.

 

(C)    Collection of Tender Documents

Interested companies should collect Tender documents from the secretary school Tenders Board FGGC, Bauchi upon payment of N20,000.00 fee for bid documents, Contractors should come along with a certified bank draft of 20% bid security.

 

(D)    Submission of Tenders/Bids

All documents should be submitted in sealed envelope and should reach the secretary Tenders Boars on or before 28th June 2012

 

(E)     Opening of Tenders /Bids

The Tender received will be publicly opened on 28th June 2012 by 10.00am in the staff common room FGGC, Bauchi. The Bidder or the representative of the bidding companies are invited to witness the opening of the Tenders/ Bids on 28th June 2012 by 10.00am. Late bids will be rejected, Failure to comply with the above state instructions or to provide any of the listed documents may automatically result in disqualification.

 

SINI TUMBA (JP)

Secretary (STB)

FGGC, Bauchi

For: Principal

Invitation for Pre-Qualification to Tender for the Following Consultancy Projects at Federal Capital Development Authority

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Following Consultancy Projects

 

The Federal Capital Development Authority (FCDA) through the Department  of Engineering Services intends to procure Design of Engineering  Infrastructure/Production of  Tender Documents and Resident Supervision for the under listed projects  within the year 2012 budget.

 

2.         Description Of Work:

 

2.1       Design of Engineering Infrastructure and Production of Tender Documents

 

Lot I:   Design Review of Road FCT 106 from Kuje-Karshi about  30KM.

 

Lot II: Design Review, Update and Upgrade of outer Southern Expressway (onex) from Villa Roundabout to Ring Road I (RR1)/Osex Round About with 5 Interchanges About 7.2Km

 

 

2..2      Resident Consultancy Services

Lot III: Resident Supervision of Provision of Engineering Infrastructure to Plot-1038 Extension, Cadastral Zone A05, Ma1tama District.

 

 

Lot IV: Resident Supervision  of Construction  of Phase 1 Of  Southern Parkway From

Christian Center (S8/9) to RRI

 

Lot V:  Resident Supervision of Provision of Primary Road to Mass Housing (Arterial Road S30)

 

Lot VI Resident Supervision of Provision of infrastructure to Apo Estate Layout, Phase I

 

Lot : VII         

Provision of Engineering Infrastructure to New Layout at Tank 4.1 Hills Vicinity, Area F, Asokoro District.

 

3.         Scope Of Work

 

3.1 The scope of work for LOT I involves:

(i)         Reconnaissance and Confirmatory Route Survey.

(ii)        Design of Street lighting.

(iii)       Review of the Road cross-section design.

(iv)       Resurvey, Realign and Redesign of the road.

(v)        Review Bridges and Culvert designs.

(vi)       Review of BEME and contract Documents.

 

3.2       The scope of work for LOT II involves:

(i)         Reconnaissance and Confirmatory Route Survey.

(ii)        Assessment of existing temporary infrastructure facilities to be removed or relocated to allow for smooth execution of the project.

(iii)       Sub soil investigation,

(iv)       Confirmation of the designed Horizontal and Vertical Alignment, Rock excavation quantities as well as earth works computation using the designed cross-section,

(v)        Review of Surface Water Drainage design,

(vi)       Design of Retaining Walls

(vii)      Review of Culverts design,

(viii)     Design of High Tension Ducts,

(ix)       Review of Telecommunication Duct design,

(x)        Review of 3 Interchanges designs

(xi)       Design of 2 Interchanges, (xii) Submission of Design Reports, Drawings, other Tender Documents and BEME.

 

3.4       The scope of work for LOT III involves:

(i)         Site clearance and earthworks

(ii)        Roadwork

(iii)       Storm water drainage

(iv)       Culverts

(v)        Foul Sewer

(vi)       Water supply

(vii)      Electrical Power Supply

(viii)     Telecommunication Ducting

(ix)       Street Lighting

(x)        River Training

 

3.5 The scope of work for LOT IV involves:

(i)     Site clearance and earthworks

(ii)        Site Investigation

(iii)       Surface Drainage

(vi)       Culverts

(v)        Retaining walls and Underpass

 

 

3.6       The scope of work for LOT V involves:

(i)         Site clearance and earthworks

(ii)        Surface water drainage

(iii)       Culverts

(iv)       Road works.

 

3.7       The scope of work for LOT VI involves:

(i)         Road works

(ii)        Storm drainage

(iii)       Culverts

 

3.8       The scope of work for LOT VII involves:

(i)         Road works

(ii)        Water Supply

(iii)       Storm water network

(iv)       Foul sewer network

(v)        Electrical Power Supply

(vi)       Street Light

(vii)      Telecommunication ducting

(viii)     Packaged substations

 

4.         Pre-qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

(a)       Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Articles and Memorandum of Assoc union of the company and up to date Annual return with the CAC (mention forms C02 & C07 to be included).

(b)       Evidence of Firm Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fees (2011).

(c)        The Company must show evidence of fulfilling its Tax obligations as follows:

(i)         Tax Clearance Certificate for the last three (3) years supplied with the company’s tax Identification Number(TIN)

(ii)        Pension and Social Security Contributions

(iii)       Evidence of registration with Pencom.

(iv)       Evidence of remittance to pension fund Administrator

 

(d)       A sworn Affidavit certifying as follows:

(i)         The Company is not in receivership, insolvency or bankruptcy

(ii)        The Company does not have any Directors who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)       That no present or former Director of the company is a shareholder or has any pecuniary interest on any of the relevant committees of the FCDA or BPP.

(iv)       That all the documents submitted for the pre-qualification bid are not only genuine but correct,

(e)       A chart indicating the number of Nigerians that shall be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

(f)        Bank Statement for the past six (6) months

(g)       Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm  of Chartered Accountants.

(h)       Letter authorizing FCDA and her representative(s) to cross-check the submitted company’s Bank account.

(i)         Evidence of work experience as the main Contractor executing or having executed a minimum of Ten (10) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects. Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed,

(j)         List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

(k)        List of office equipment available for execution of the assignment

 

Notes:

Items 4a-4d are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

 

All claims must be substantiated with verifiable facts.

 

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

 

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

 

4.0   Submission of Documents:

The pre-qualification documents should be submitted in a hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “ORIGINAL” and “Electronic Copy” with the following inscription: “Pre-Qualification to Tender for Design of Engineering Infrastructure and Production of Tender Documents; (Specify Lot Number and Project Description)..………..The pre-qualification documents should be submitted directly to FCDA Procurement Department, Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before 11 noon, 28th  May, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the presence of all prospective bidders or their Representatives.

 

Further Notes:

i)          This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project by a formal request to the Accounting Officer of FCDA.

ii)         Interested companies are responsible for the registration, timely and safe submission of their pre-qualification  documents means of delivery notwithstanding.

iii)        Authority shall carry out Due Diligence on the companies to verify claims included in their submission

vi)        Any company showing interest in more than Two (2) Lots shall be considered non-responsive.

 

Interested members of the Public especially Civil Rights organizations could attend at their own  will be required to introduce themselves to the chairman of the opening session.

 

Signed

Director, Procurement

For: Executive Secretary