Execution of Projects at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, off Gana Street

Maitama District, Abuja, Nigeria.

Invitation for Bids

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 tender for the execution of the following projects which are to be funded through the 2011 Federal Government Appropriation.

 

Package 1: Construction of Synoptic Offices

Lot 1: Zaria

Package 2: Construction of Marine Met forecast Offices/Centers

Lot 1: Apapa (Lagos)

Package 3: Construction of Nimet Zonal Office, South-South, Port Harcourt

Package 4: Procurement of Conventional Instruments for Nimet stations Nationwide

 

Lot 1: Procurement of ordinary Rainguages

Lot2: Procurement of Stephenson Screens and Dry and Wet Bulb Thermometers

Package 5:  Procurement and Installation of Total Lightning and Thunderstorm Detection Coverage Network for Nigeria.

 

Package 6: Procurement and Installation of Pressure Chamber and Accessories for Nimet Calibration Workshop, Abuja,

Package 7: Migration from clicom to clidata and upgrading of Nimet Data processing centre, oshodi.

Package 8: Procurement and installation of 2Nos 500kva soundproof generators for the National Weather Centre, Abuja.

 

 

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 the following qualification requirements

I.       Evidence of incorporation in Nigeria (CAC forms C02 and CO7).

II.      Evidence of immediate past and three years tax clearance certificate, (i.e. 2008, 2009, 2010).

III.    Evidence of registration and remittance of Value Added Tax (VAT).

IV.    Evidence of compliance with the relevant provisions of the Pension Reform Act 2004.

V.     Company Profile

  • Evidence of key professional staff with relevant experience and registration with professional bodies
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress
  • 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

 

 

VI.     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 inadequate evidence of financial capability.

VII    Three years’ audited accounts of the company (2008, 2009, 2010).

VIII.  Evidence of a minimum annual turnover of Twenty Million Naira (N20m).  All bidders must include as part of their bids submission

IX.     For packages 4 to 8, verifiable evidence of accreditation or affiliation with relevant equipment manufacturers,

 

 

 

Collection of Bidding Documents

A complete set of bidding documents in English language may be obtained from the address below on payment of a non-refundable fee of N25, 000.00  (Twenty-Five Thousand Naira) only payable in cash or Bank Draft issued in favour of Nigerian Meteorological Agency. The bidding documents will be collected on presentation of the receipt of payment (original and photocopy).

 

Submission of Bidding Documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids as the case may be, to the address below. submission of tenders and opening of bids from Monday, August 22, 2011 to Wednesday, September 7, 2011.

 

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.

 

The Director-General/CEO,

Nigerian Meteorological Agency (NIMET),

33, Pope John Paul II Street,

Maitama District, Abuja, Nigeria,

 

Submission of Bidding Documents

Bids will be publicly opened in the presence of representatives of bidders, who choose to be present at the agency’s conference room at the address above at 2:00pm from Monday, August 22, 2011 to Wednesday, September 7, 2011.  This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

Bid Security

 

Bid Security

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

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

 

 

Enquiries

For Enquiries, please call

08059794409, 0806S434995

 

 

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

33, Pope John Paul II Street

Maitama, Abuja.

Invitation for Technical and Financial Tender for the Monitoring and Evaluation of MDGS/DRG Projects and Programmes at Office of the Senior Special Assistant to the President on the Millennium Development Goals

Federal Government of Nigeria

The Presidency

Office of the Senior Special Assistant to the President on the Millennium Development Goals

Invitation for Technical and Financial Tender for the Monitoring and Evaluation of MDGS/DRG Projects and Programmes

 

1.         Background

In 2006, Nigeria negotiated debt- relief from the Paris Club of Creditors. Consequently, annual savings of approximately $750m were realized. The Office of the Senior Special Assistant to the President on the Millennium Development Goals (OSSAP- MDGs), with a mandate to coordinate and oversee the effective use of the debt- relief gains (DRG) is desirous of constituting a monitoring and evaluation (M &E) framework for all MDGs/DRG Project and programs funded by the provision of the 2010 budget.

 

2. The OSSAP-MDGs therefore invites interested and reputable consultancy firms/consortia and civil society organization with requisite experience to express their interest in providing the services.

 

3.         Brief Description of Project/Scope of Work.

The framework is specifically targeted at providing an evaluation mechanism that is independent of the executing MDA, and State Governments using professional consultants/sector experts and Civil Society Organization (CSO) to serve as: National Consultants, State Consultants, National Civil Society Organizations and State Civil Society Organizations, in providing the services in different parts of the country.

 

The Consultants/Civil Society Organizations will be expected to conduct monitoring exercises by undertaking technical and financial reviews of the implementation of the project and programs, Impact assessment as well as beneficiary and user surveys.

The Consultant must be highly professional multidisciplinary firms who possess the requisite technical managerial capacity to cover all MDGs MDAs.

 

The technical scope covers the following components.

a)      Inputs- the volume of resources allocated to a project must be established

b)      Activities- the key components of the projects must be identified and articulated

c)      Outputs- the tangible deliverables and results that have been achieved by a project must be quantified, recorded and assessed for quality,

d)     Immediate Outcomes- the tangible or qualitative changes in performance, capacity, access, coverage, affordability, or quality that have been brought about by the project must be assessed. This should cover both the target population and any unintended beneficiaries.

 

3.         Bidding Documents

A complete set of bidding documents/Terms of Reference can be obtained upon submission of copy of receipt of payment of a non-refundable tender fee of Ten Thousand Naira (10,000.00) payable in Bank Draft in favour of the State House, Abuja From:

The Secretary Tenders Board, (PRS) Department Wing 4 Room 4.1.31. New Administration Block near Banquet Hall State House, Abuja.

 

4.         Requirements and Selection Criteria

The Consultants i.e. National and State are expected to the integrated professional consortium or consulting firms with expertise in the following area:

a)      Economic and public policy analysis

b)      Public Health sector management

c)      Accounting and Public financial management

d)     Education development and capacity building

e)      Quantity Surveying and

f)       Gender issues

g)      Statistics

h)      Database management

i)        Project management

j)        Communications and report writing

k)      Architecture

l)        Civil/structural engineering

m)    Electrical/mechanical engineering.

 

In addition contractors are requested to meet the following criteria

a)      Fully registered practicing professional firm/consortium in the field of Engineering, Architecture, Health, Water, Education, Quantity Surveying, Gender and Youth Development. Consortia are required to provide evidence of an MOU registered with Corporate Affairs Commission

b)      Commitment to work in collaboration with any CSOs that may be engaged through this process:

c)      Minimum of 10years of Practice experience of principals of the firm. For National Consultants, experience in the management of complex national programs, especially with M & E applicants

d)     Incorporation by the Corporate Affairs Commission;

e)      Current Tax clearance certificate for the years 2008-2010

f)       Evidence of VAT registration:

g)      Company audited accounts for 3years

h)      Evidence of Financial capacity and clean bill of financial health from the Consultants’ bankers;

i)        Competence in all current/relevant information technology software including the use of GIS equipment;

j)        Verifiable contact address (not post office box) and the CV of the principal officers:

k)      In the case of State Consultants, indicate 2 (two) States of choice

l)        In the case of consortium, the individual firms making up the consortium must fulfill the technical requirement in additional to submitting a memorandum of understanding  (MOU)

 

5. CIVIL SOCIETY ORGANIZATIONS (i.e.) National and State

The Civil Society Organizations are expected to meet the following criteria

 

  1. To be a development, Non-Governmental Organizational (NGO) or a network/coalition of NGOs, registered with the Corporation Affairs Commission:
  2. The National CSO must possess at least 8years of relevant experience of monitoring and evaluation, impact assessment and user surveys in the thematic area of the MDGs at the community level. For State COSs, 5years of relevant experience in leading complex national programs is required.
  3. Commitment to work in collaboration with any with any consultants that may be engaged through this process
  4. To possess a clean bill of financial health from the organizations bankers;
  5. Competence in all current/relevant information technology software
  6. In the case of State CSOs, indicate State of choice and provide evidence of having fully operational office therein

 

6.         Submission Of Technical And Financial Bids

i.    In view of the above, interested professional consultants and civil Society Organizations are required to submit both technical and financial bids in two separate envelope enclosed in one package.

ii.   Only the successful consultancy firms and civil society organizations will be notified of the outcome of the exercise. The Office is not bound to enter into further correspondence with any of the unsuccessful consultants firms/ CSOs.

 

 

7.         Method Of Application

Four (4) hard copies and one (1) soft copy (CD or DVD) of the prequalification documents should be submitted in sealed envelopes which shall bear the words Prequalification Documents for M & E: stating whether (i) National Consultant, (ii) State Consultants, (iii) National CSO or (iv) State CSO. The envelopes bear the names and phone numbers of the submitting entity.

Improperly marked, or unmarked envelopes, will be automatically disqualified

All documents shall be returned to the following address not later than 29th August 2011

The Senior Special Assistant to the President

on the MDGs,

Suite 201, 2nd Floor, Block A, Bullet House,

Federal Secretariat,

Shehu Shagari Way,

Central Business District,

Abuja

All applicants are to make only one submission. However firms or consortia making submissions in respect of the position of State Consultants or State CSOs ate at Liberty to indicate up to two States of interest and to list the States in order of preference

 

Note:

  1. Only short-listed firms will be contacted
  2. The OSSAP- MDGs is not obligated to undertake the work described in this advert.
  3. The OSSAP- MDHs is not obligated to undertake the work described in this advert
  4. The assessment of the bids will be based on the documents submitted by the Consultants firms/CSO shall be held responsible and would be deemed fraudulent and could lead to disqualification of such organizations

 

(Signed):

Director (MDGs)

For; The Senior Special Assistant to the

President on Millennium Development Goals

Invitation to Tender at Administrative Staff College of Nigeria (ASCON)

 

 

Administrative Staff College of Nigeria (ASCON)

P.M.B. 1004, TOPO – BADAGRY

Invitation to Tender

 

The Management the Administrative Staff College of Nigeria (ASCON) hereby invites reputable/competent interested Companies to submit tenders for the underlined 2011 Capital Projects:

 

A. Works:

(i)      Rehabilitation of Auditorium at ASCON Phase I Complex, Topo – Badagry

(ii)     1 No. Toyota Pick-up Hilux;

(iii)    1 No. Toyota Hiace Bus;

(iv)    1 No. Toyota Truck (6 Tyres);

(v)     3 No. Toyota Cars;

(vi)    Renovation of ASCON Health Services Centre, Phase I Complex, Topo-Badagry.

 

B. Consultancy:

(i)      e-Library;

(ii)     e-Learning;

 

2.  Scope of Works/Specifications:

The detailed specifications of the projects are as contained in the Tenders Documents which are available for collection in the Procurement Department, Room 17 Administrative/Teaching Block, Phase I Complex, Topo – Badagry, Interested Companies and Organizations are to obtain Tender Documents from the Procurement Department on presentation of ASCON Treasury Receipt of non-refundable fee of N10, 000.00 only.

 

All intending Contractors are implored to conduct a visit to the projects’ locations in ASCON, Topo-Badagry

 

3.       Tender Requirements:

Interested Contractors are required to submit the following documents:

(i)      Registration with the Corporate Affairs Commission

(ii)     Tax Clearance Certificate for the last three years

(iii)    Evidence of similar works successfully completed over the past four years;

(iv)    Personnel Profile (Technical and Administration);

(v)     Banker’s Statement of Financial Capability;

(vi)    Evidence of VAT Registration and Taxpayer Identification Number (TIN);

(vii)   Evidence of Registration with ASCON ;

(viii)  Company official telephone number(s) and e-mail;

(ix)    Name of Company’s Banker and Company’s Account Number

Submission of Tenders:

All Tenders should be addressed to:

The Director-General,

Administrative Staff College of Nigeria (ASCON)

P.M.B. 1 004, Tapa- Badagry,

Lagos.

 

The completed Tenders are to be in sealed envelope and must be dropped in the Tenders Box in the Director-General’s Office with the title of the project boldly written at the top right hand corner of the envelope.

5.       Closing Date:

The closing date for submission of Tenders is 22nd August, 2011 by 12 noon on Monday.

 

6.       Contractors’ Selection Procedure:

(i)      All submitted Tenders will be opened in the presence of all Tenderers or their representatives a few minutes after 12.00 noon of the closing date 22nd August, 2011 at the College Boardroom in Topo – Badagry.

(ii)     Where the closing date falls on a work free day, opening of Tenders shall be on the next working day.

 

Signed: Secretary

(ASCON Tenders Board)

1st August, 2011

 

Invitation to Tender for the Supply and Installation of a Wireless Digital Conference System at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

 

Invitation to Tender for the Supply and Installation of a Wireless Digital Conference System at the Corporation’s Conference Hall, Head Office, Abuja

 

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite competent engineering company with good track record of performance and experience in digital conferencing system to bid for the supply and installation of a wireless Digital Conference System at the Corporation’s Conference Hall, Head Office, Abuja

 

Scope of Work

  • Carry out physical inspection of the Hall to determine digital facility system suitable for an audience of about two hundred (200).
  • Suitable modern digital conference system preferable the wireless type, simple to set up and portable.
  • The digital conference System should be server based and records proceedings
  • Should be equipped not to suffer interference from mobile devices and should allow simultaneous operation of standard wireless application such as WLAN or Bluetooth.
  • Installation, programming and commissioning

 

 

Tender Documents

Interested companies should obtain the tender document from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja on payment of a non refundable fee of N 10,000.00 (Ten Thousand Naira Only) in bank draft and made payable to Nigeria Deposit Insurance Corporation, Abuja.

 

Conditions for Eligibility

  • All bids must be accompanied with the following:
  • Evidence of Company Registration with  Corporate Affairs Commission (CAC) in Nigeria,
  • The current 3 years Tax Clearance Certificate of the Company (2008-2010).  The Company’s audited accounts for the last three years (2008-2010).
  • Evidence of Financial capability or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years.
  • Company profile indicating qualification and experience of key staff for the project.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFAs.
  • Project understanding/Implementation plan
  • Sworn affidavit to indicate that the company is not in receivership and none of its directors were ever convicted of fraudulent activity.
  • Evidence of after sales services.

 

 

Submission of Tender Documents

Five (5) bound copies of the ‘Financial’ and ‘Technical tender documents must be submitted separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” both put in a third (3rd) envelope sealed and marked

“Technical and Financial Tender for Installation of a Wireless Digital Conference System at the Corporation’s Conference Hall, Head Office, Abuja.” and addressed to:

Director of Administration,

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

The tender is to he dropped in the tender box on the ground floor reception area at the Head Office, Abuja. Companies are expected to sign the tender register on the 2nd floor, Admin Unit, before dropping their tenders, Submission of tender by post or courier will not be accepted, and any tender received at the designated location after the required date and time shall be considered late and stands disqualified. The closing date for submission is 19th September, 2011. At 12.00pm

 

Opening of the Tenders

Opening offenders shall be at 1:00pm on the date of closure of bid submission. Only the technical bids will be opened and all successful company shall be informed in writing. Financial bids of unsuccessful company shall be returned unopened.

 

 

Additional Information

i)       Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.

ii)      NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.

iii)     NDIC shall reserve the right to reject any submission based on unverifiable information.

iv)     NDIC shall not be liable for any expenses incurred by prospective bidders in preparing their tender documents or for the inspection of the installation area.

v)      All financial bids should be quoted in Naira (N).

 

Signed:

Management

 

 

Renovation of Chiefs’ Palaces, Upgrading of Computerization and Installation of Integrated Accounting Software, Supply of Office Equipment/Furniture and the Consultancy Services at Federal Capital Territory Administration (FCTA) through the Area Council Services Secretariat (ACSS)

Federal Capital Territory Administration (FCTA) through the Area Council Services Secretariat (ACSS) is inviting competent and interested Firms to submit Technical/Financial bids and Expression of Interest (EOI) for the Procurement of the under-listed Projects:

2. Projects

1.0               Renovation of Chiefs’ palaces

Lot 1.1       Renovation of Chief s Palace at Jiwa

Lot 1.2       Renovation of Chief s Palace at Rubochi

 

2.0     Upgrading of Computerization and installation of integrated Accounting Software at ACSS 3.0 Supply of Office equipment and furniture to Area Council Service Commission

 

4.0 Consultancy Services:

Production of Designs of Single carriage roads along;

i.        Gawu-Gasakpa-Mawugi road in Abaji Area Council (9.6Km

ii.       Awawa-Ubo-Yewuti road in Kwali Area Council (10Km)

iii.      Paikokore-lbwa 1 road in Gwagwalada Area Council (9.8Km)

iv.      Pengi-Tukuha- Kahodahanu road in Kuje Area Council (9.1Km)

v.       Pyakasa-Ketti-Anaknayita-Sagyiya-Takalatiyaro road in AM AC (9.6Km) v     Jigo-Peyi-Pwambwara road in Bwari Area Council (9,9Km).

 

The scope of works for the Consultancy Services includes

i.        Feasibility study and conceptual design of the routes;

ii        Preliminary engineering design of the routes;

iii       Final design of the roads;

iv.      Production and submission of the necessary reports and Bid documents for the six (6) roads;

3.       Evaluation Criteria for the Renovation of Chiefs’ Palaces, Upgrading of Computerization and Installation of Integrated Accounting Software, Supply of Office Equipment/Furniture and the Consultancy Services

 

Interested companies must forward copies of the following documents and the originals to be made available for sighting during, the Tender opening.

 

i.        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles    of made Memorandum of Association.

ii.       Current Tax Clearance Certificate for the last three years,

iii.      Evidence of registration and remittance of contributory pension fund for staff of the company as provided m Section 16, subsection 6 (D) of the Public Procurement Act 2007 duly issued by PENCOM.

iv.      Company’s Audited Account for the last three (3) years prepared by an Accounting firm

v.       Bank Statement of the Company for the last Twelve months and reference letter from a reputable Nigerian bank (Original copy),

vi.      Experience and Technical qualification of key Personnel.

vii.     Verifiable documentary evidences of similar jobs successfully executed within the last three years. Copies of letters of award of contract award and/or Completion Certificates will be considered.

viii.    Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted,

ix.      List of equipment to be used for the project where applicable, their location and whether hired or leased.

x.       An affidavit to show that none of the Directors of the Company have ever been convicted in a court of law

xi.      Company profile showing list of key personnel lo be attached to the project stating their roles, designation, qualification and experience, Enclose photocopies of professional certificates of Both company and its personnel and curriculum vitae (CV) where applicable. All copies of professional certificates of the personnel shall be endorsed in BLUE INK by the individual professionals,

xii      Letter authorizing FCTA or its representative to crosscheck the submitted statement of account.

4.       Collection of Tender Documents

Interested companies should collect Tender Documents from the  area Councils Services Secretariat, Office of the Director, Administration and Finance, Former National Biotechnology Development Agency   Building, FCT Hospital Management Board’s Premises, No 16 Dunukufia Street, Opposite Church of God Mission, Area 11, Garki Abuja. upon the presentation of evidence of payment of NI 0,000.00 (Ten thousand naira only) non-refundable Tender Fee into FCT Treasury   Revenue Account   at Fidelity Bank (Central Area) Account     No:  051303010000426,.

 

5. Submission and Opening of Tenders

  • The Prequalification or the Tender documents as the case may should each be sealed and labeled appropriately, put in an envelope sealed and labeled as:” (INDICATE THE NAME OF PROJECT)”. The Tender documents (financial bid) should be submitted in three (3) copies one original and two other copies and all pages are to be duly endorsed by the bidder. The document is to be dropped in the Tenders Box at the Area Councils Services Secretariat, ACSS, Former National Biotechnology Development Agency Building. FCT Hospital Management Boards Premises, No 16 Dunukofia Street, Opposite Church of God Mission, Area II, Garki Abuja, not later than 12 noon of 19 of September, 2011 for Projects 1.1, 2.0 and 3.0. In the case of Consultancy, the Prequalification documents should be put in a sealed envelop and clearly marked “Pre-qualification for The Design Of Roads In Six (Six) Area Councils” and dropped in the Tenders Box at the address indicated above not later than 19th of September, 2011. By 12 noon 1.0, 2.0 and 3.0.

 

Representatives of bidding companies are invited to witness the opening of the tenders on the same day at the Conference hall of ACSS 2nd Floor, Block B, FCTA, No. 1 Kapital Street, Area II Garki Abuja, by 2.00pm.

Note:

  • The absence of any of criteria i. ii and iii above would be considered Non-responsive and that automatically disqualifies any applicant for further consideration.
  • Original copies of documents, in items i, ii and iii above must be presented for sighting during the opening exercise..
  • Interested members of the public especially representatives of Civil Society Organizations
  • (CSOs) are by this notice invited to witness the opening of Tenders but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement (BPP).
  • Firms’ representatives are to come along with letters of introduction indicating name, rank and sample signature to the venue of the opening exercise.
  • This advertisement shall not be construed as a commitment on the Part of FCTA, nor shall it entitle any firm to seek indemnity from FCTA by virtue of such firm responding to this advertisement.
  • This advertisement in respect of Consultancy is not an invitation to Tender. Full tendering information and instruction shall be given only to the pre-qualified firms that are found suitable to execute the job,

 

SGD: Management