Construction and Procurement of Items at NIMET

NIGERIAN METEOROLOGICAL AGENCY

No.33 Pope John Paul II Street, Maitama-Abuja

PUBLIC NOTICE NIMET/2/2010

INVITATION TO TENDER

In compliance with the Public Procurement Act, 2007, the Nigerian Meteorological Agency (NIMET) intends to undertake the under listed projects under  the 2010 financial year capital budget. Consequently, the Agency wishes to invite interested  companies to tender for the  following  projects;

1.         PROCUREMENT AND ISNTALLATION OF 4 NOS UPPER –AIR SOUNDING  SYSTEM

The project is designed for monitoring the meteorological  parameters at the upper atmospheric levels. This facility is to enhance the quality of weather  forecasting for safe flight operations.

Lot I                 – Kano

Lot II                -Calabar

Lot III               – Yola

Lot IV              – Jos

2.         PROCUREMENT OF UPPER AIR CONSUMABLE

The project is designed for monitoring  the meteorological parameters at the upper atmospheric levels. This facility is to enhance the quality of weather  forecasting for safe flight operations.

Lot I                 -Enugu Airport

Lot II                – Mallam Amininu Kano Int’l Airport, Kano

Lot III               – Calabar Airport

Lot IV              – Yola Airport

Lot V               – Jos Airport

Lot VI              – Lagos and Maiduguri Airport

3.         PROCUREMENT AND INSTALLATION OF 8NOS INTEGRATED AVIATION WEATHER OBSERVATION AND DISPLAY SYSTEM (AWODS)

The AWODS  is an automatic weather observation system that integrates the measurement of key meteorological parameters like wind, pressure, humidity, radiation, visibility, cloud, precipitation, present weather, and processes them to produce meteorological information for air safety. The system is capable of broadcasting these weather reports which can be received by aircraft operating up to 3000m above ground level and 25 nautical miles from the airport. Each of the  Airports is a separable  Lot. i.e

Lot I                 – Sokoto, Abuja , Kano and Zaria Airports

Lot II                – Lagos, Benin, Ibadan and Port –Harcourt Airports

4.         PROCUREMENT AND INSTRALLATION OF SATTELITE DATA DISTRIBUTION SYSTEM AND ACCESSORIES

SADIS is  used for importing aeronautical forecasts, through the production of key weather-sensitive charts critical to safety of air navigation.

Lot I                 – Port Harcourt Airport

Lot II                – Abuja Airport

Lot III               – Maiduguri Airport

Lot IV              – Sokoto Airport

Lot V               – Ilorin Airport

Lot VI              – Owerri Airport

5.         CONSTRUCTION OF 3 NOS EACH OF MARINE/PORT MET STATIONS AND ENCLOSURE

The port stations are required to provide weather forecasts in favour of Marine Transport Safety. They will also enhance recruitment of ships/Vessels for marine data acquisition at sea to enrich marine data base/forecasts.

Lot I                 – Eket

Lot II                – Onne

Lot III               – Forcados

6.         CONSTRUCTION OF  6 NOS SYNOPTIC STATION AND 2 NOS ZONAL SYNOPTIC  OFFICES

In consideration of the  need to increase  the station network to meet WMD recommendation on station network density, the Agency intends to construct new synoptic  stations in parts of the  country where there is need. This will ensure adequate weather coverage for the country. The synoptic stations/zonal synoptic offices.

Lot I                 – Jigawa

Lot II                – Brini Kebbi

Lot III               – Awka

Lot IV              – Calabar

Lot V               – Yanagoa

Lot VI              – Zaria

Lot VII             – Enugu (Zonal)

Lot IX              – Maiduguri (Zonal)

7.         CONSTRUCTION &  EQUIPPING OF CENTRAL INSTRUMENTS CALIBRAION MAINTENANCE WORKSHOP AT ABUJA

Weather instruments and sensors are regularly calibrated and maintained  to ensure more accuarate measurements  of weather parameters. This infrastructure will assist NIMET to undertake this exercise within the country

Lot I                 – Construction of Workshop Building

Lot II                – Procurement and Installation of equipment

8.         PROCUREMENT AND INSTALLATION OF METEOFACTORY AT ABUJA

This equipment will automatically produce meteorological information and disseminate same to the required end – users such as Hydromet, Agromet, Public weather  Services, etc.

9.         PROCUREMENT AND INSTALLATION OF AIR QUALITY AND OZONE MONITORING EQUIPMENT

The equipment will measure the pollution level of trace – gasses, so> Co>  02 Aerosols etc.

Lot I                 – Abuja

Lot II                – Lagos

Lot III               – Kano

10.       PROVISION AND INSTALLATION OF NUMERICAL WEATHER PREDICTION EQUIPMENT FOR NIMET (CLUSTER FOR MODELLING) AT ABUJA AIRPORT

The NWP equipment is an integrated system that assimilates meteorological data, process and analyse these data with displayed output products whose validity range 1-5 days;

11.       CONSTRUCTION OF PORT-METFORECAST OFFICE

These stations will be used for monitoring weather in the coastal areas and issuing weather forecast in aid of marine safety as well as ensure sustainable socio economic activities in the marine sector.

Lot I                 – Calabar

Lot II                – Lagos (Apapa)

12.       PROVISION AND INSTALLATION OF 2 NOS VOLMET WEATHER INFORMATION BROADCAST SYSTEM

Volmet is a communication equipment that converts regular aeronautical information (weather parameters) from texts to voice output for broadcast at regional level. It is designed to assist continental flight with valuable regional rather than station/point) weather reports as the flight enters a region such as West/Africa. Each of the stations is a separate project i.e.

Lot I                 – Ikeja Airport

Lot II                – Kano Airport

13.       PROCUREMENT OF CONVENTIONAL INSTRUMNTS NATIONWIDE

These  are instruments for measuring  atmospheric parameter such as  temperature, pressure, wind speed direction solar radiation, precipitation etc.

Lot I                 – Barometers and Calibration Chamber

Lot II                – Autographic Instruments

Lot III               – Wind Sensor Instruments

Lot IV              – Solar Radiation Instruments

14.       CONSULTANCY FOR LIDAR-BASED WINDSHEAR ALERT SYSTEM FOR ABUJA, LAGOS, ILORIN AND PORT-HARCOURT

The consultant will design the LIDAR system and provide basic training for the Engineers and operators .

A.        TENDER REQUIREMENT

To qualify for consideration, interested companies are require to submit the documents listed hereunder. Failure to submit any of the underlisted documents may lead to disqualification of the bid.

(i)         Evidence of registration with the  Corporate Affairs Commission (CAC)

(ii)        Audited Account for three years

(iii)       Evidence of payment of the last three (3) years tax

(iv)       Details of company’s profile including the Curriculum Vitae of the  key professional staff and other resources

(v)        Evidence of Manufacturer’s Authorization

(vi)       Evidence from company’s Banker as to its  financial capability to under take the project, if awarded

(vii)      Verifiable evidence of previous experience in jobs of this magnitude/nature. (Attach letters of Award and Certificates of completion)

(viii)     Evidence of VAT Registration and past remittances

(ix)       Evidence of compliance with the provision of the Pension Reform Act 2004 as contained in section 16 sub-section 6(d) of the Public Procurement Act 2007.

(x)        List of equipment and plants with evidence of ownership and verifiable office location

(xi)       Records of company’s Registration with relevant Professional bodies for consultants

(xii)      Any other information that would be of advantage to the  company.

(B)       ADDITIONAL INFORMATION

(i)         Notwithstanding the submission of tender data, the  Nigerian meteorological Agency is neither committed nor obligated to include your company of any bid list or award any bid  list or award any form  of contract to your company or agent.

(ii)        The advertisement shall not be considered as a commitment on the part of the Nigerian Meteorological Agency; nor shall it entitle potential companies  to make claims whatsoever or seek  any indemnity from the Nigerian Meteorological Agency by virtue  of such company having responded to the advertisement.

(iii)       All tenders should be accompanied with tender security in the  sum of 2% of the total quotation sum

C.        NON-REFUNDABLE TENDER FEE

(i)        Tender documents would be obtained from the Agency’s procurement

secretariat, within work hours before closing date, upon payment of non-refundable tender fee  of N30,000.00 for each of the lots .

D.        SUBMISSION DEADLINE

Completed Financial and Technical Tenders are to be submitted  in two separate Envelopes Marked Financial Bid or Technical Bids respectively. Each of the  Envelopes are to contain one original and two duplicate copies of the Tenders respectively. Both envelopes enclosed in a larger envelope marked  Confidential on Top Left Corner and written Tender for … (Specify Lot) at the  centre. Tender to be  addressed and  submitted to the office of the Director-General at the Agency’s address supplied at the top of this advert. Submission of  applications closes on 31st May 2010 by 12.00noon while bid will be opened  at 2.00pm on the same date at the NIMET Headquarters Conference Hall, Abuja.

Note

Only the Technical Bids  will be opened on the  date mentioned  in this publication while the  Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these companies .

Management

Nigerian Meteorological Agency

Abuja.

Execution of Projects at Nursing and Midwifery Council of Nigeria Abuja

NURSING AND MIDWIFERY COUNCIL OF NIGERIA

(Established  by Nursing  and Midwifery Registration etc Act Cap No. 143, Laws of the Federation of Nigeria, 2004)

INVITATION FOR PRE-QUALIFICATION

1.         INTRODUCTION

The Nursing and Midwifery Council of Nigeria, is a parastatal of Federal Ministry of Health.  In accordance with the provisions of Public Procurement Act,.2007, the Council hereby invites experienced and reputable building- companies/contractors for pre-qualification under the 2010 Capital project for the building of phase II of its Headquarters Office Complex at Life camp, Abuja.

2.         SCOPE OF THE BUILDING

The Proposed two wings building will consist of Offices, Board/Meeting rooms, Staff Canteen and Clinic/Creche on four level floors with a car park at the basement

3.         PRE-QUAUFICATION CRITERIA

Interested Companies/Contractors are to submit the following verifiable Documents both HARD and SOFT copies in SEALED Envelop(s) and Marked “Pre-qualification for Office Complex”.

a.         Evidence of Registration with the Corporate Affairs Commission (CAC).

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

c.         VAT Registration Certificate and evidence of past VAT remittance.

d.         Article of memorandum and Company profile, List of its Directors and Key

Professionals to be attached to the project (Their Qualifications, Current Practice

Licence, Experience, e-mail address etc)

e.         Evidence(s) of compliance with the provisions of the pension Reform Act 2004, as contained in  section 16 sub-section 6(d) of the Public Procurement Act 2007.

f.          The Company audited account for the past three (3) years,

g.         Verifiable documentary evidence  of similar and other building projects successfully executed in the  past five (5) years (Award letters , completion certificates and evidence of payments received).

h.         Evidence of financial capability and Bank support

i.          List of equipment and locations

j.          Sworn affidavit that all documents submitted  are  genuine, verifiable  and whether any officer of the Nursing and Midifery Council of Nigeria is a  Director, Shareholder or  has any interest in the country.

k.         Sworn affidavit that none of the company’s Director have been convicted in any court for any criminal offence including fraud or financial impropriety

4.         SUBMISSION /CLOSING DATE OF PRE-QUALIFICATION DOCUMENTS

Bound and Electronic copies of the pre-qualification documents should be Enveloped, sealed, waxed and addressed to:

The Secretary General/Registrar,

Nursing and Midwifery Council of Nigeria

Plot, 713

Behind Berger Yard

Life Camp

Abuja.

5.         OPENING OF PRE-QUALIFICATION DOCUMENTS

All pre-qualification Documents will be publically opened  at

Venue:           Board  Room, Nursing and Midwifery Council, Plot 713, Life  Camp, Behind Berger Yard, Abuja.

Date:               Thursday 17th June, 2010.

Procurement of Text Books and Teaching Aid at Sokoto State Health System Dev.

Invitation for Bids

The Federal Government of Nigeria

Sokoto State Health System Development Project II

(Procurement of Text Book & Teaching Aid)

Credit No. 4522 UNI-IFB No. SO/HSDPII/AF/GD/007/NCB/10

  1. This invitation for Bids follows the general procurement notice for this project that appeared in Daily Trust Newspapers of April, 2nd 2009 as published by Federal Ministry of Health.
  1. The Federal Government of Nigeria has received  credit from the International Development Association (IDA) towards the cost of Health System Development Project II, and it intends to apply part of the proceeds of this credit to payments under the contract for Procurement of TEXT BOOKS & TEACHING AID.
  1. Sokoto State Health System Development Project III now invites sealed bids from eligible bidders for the supply and installations of the following items.
Lot Description of item Bid Security Delivery Location Delivery Schedule (Shipment)
1. Text Books At least 2% of bid price SHSDPII Officer 60 days
2. Teaching Aid At least 2% of bid price SHSDPII Officer 60 days

Bidders may bid for any one or more lots and discounts offered for the award of combined lots would be considered in bid evaluation

1       Bidding will be conducted through the National competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines; Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the Guidelines.

2       Interested edible bidders may obtain further information from (SHSDP II Office) and the bidding documents at the address given below from 9,00am to 3.00pm on Monday to Thursday & from 10,00am to 10: pm on Fridays, commencing on the Friday 14th May, 2010 except on public holidays.

3       A complete set of bidding documents in English Language 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 Ten thousand Naira (N10, 000.00/or in equivalent of US Dollars), the method of payment will be Bank Draft or Crash to Sokoto State Health System development Project II. Document will be collected by hand or sent by Courier Services on request.

4       Bids must be delivered to the address below at or before 10:00am local time on Wednesday 2nd June, 2010. All bids must be accompanied by a bid security of at least 2% of bid price or an equivalent amount freely convertible currency, late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend at the address below at 10:00am local time on Wednesday 2nd June, 2010

The Project Manager,

Sokoto Health System Development Project II,

Shehu kangiwa Secretariat, Block 13, 2nd Floor.

GSM No. 080-36271172, 08035044025

E-mail address; – shammaali2@yahoo.com

Execution of Projects at National Orthopaedic Hospital Lagos

NATIONAL ORTHOPAEDIC HOSPITAL,

IGBOBI – LAGOS

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR

2010 CAPITAL PROJECTS

The National Orthopaedic Hospital, Igbobi – Lagos seeks to engage the services of suitable companies for the following 2010 capital projects:

LOT 1:        General Out-Patient Building

LOT 2:        Accident and Emergency Block

LOT 3:        Administrative Block

LOT 4:        Purchase of Ambulance

LOT 5:        Upgrading of Oxygen Plant

LOT 6:        Hospital and Medical Equipment

LOT 7:        Rehabilitation of Electrical Power installation

LOT 8:        Furniture and Fittings

Interested companies are hereby invited to indicate their interest in undertaking these services. Such companies are to submit the under-listed documents with their letters for consideration:

  1. Evidence of Incorporation/Registration with the Corporate Affairs Commission (CAC)
  2. Evidence of Current Tax Clearance Certificate for the last 3 years
  3. Evidence of VAT Registration and Remittance
  4. Company’s profile
  5. Evidence of past performance.
  6. Evidence from the company’s bankers as to its financial strength, credit worthiness and solvency.
  7. Audited Accounts of the firm for the past three (3) years.
  8. Equipment and technology capacity.
  9. Any other relevant information.

Please note that:

  1. All costs incurred in the preparation and submission of the Expression of Interest are to be borne entirely by the company.
  2. National Orthopaedic Hospital reserves the right to reject any or all expressions of interest and to terminate the selection process at any time without any liability whatsoever to the Hospital.
  3. All documents, which must be acknowledged “received,” shall be in ten (10) copies in a sealed envelope specifying the LOT, addressed to the “Medical Director, National Orthopaedic Hospital, Igbobi-Lagos.”
  4. All documents are to be submitted in the office of the Head of Administration on or before 1:00pm on 10th June, 2010.

Pre-qualification documents would be opened on 11th June, 2010 by

12.00 noon,

Signed

Head of Administration

For: Medical Director

Procurement of Drugs at Sokoto State Health System Dev.

Invitation for Bids

The Federal Government of Nigeria

Sokoto State Health System Development Project II

(Procurement of Drugs)

Credit no. 4522 UNI-IFB No. SO/HSDPII/AF/GD/007/NCB/10

  1. This invitation for Bids follows the general procurement notice for this project that appeared in Daily Trust Newspapers of April, 2nd 2009 as published by Federal Ministry of Health.
  1. The Federal Government of Nigeria has receded credit from the International Development Association (IDA) towards the cost of Health System Development Project II, and it intends to apply part of the proceeds of this credit to payments under the contract for Procurement of DRUGS.
  1. Sokoto State Health System Development Project II now invites sealed bids from eligible bidders for the supply and installations of the following items.
Lot Item Bid Security Delivery Location Delivery Schedule
1. Anti-Malaria drugs At least 2% of bid price SHSDPII Officer 60 days from the date of contract award
2. Antheimintic and Haematinic drugs At least 2% of bid price SHSDPII Officer 60 days from the date of contract award
3. Essential drugs At least 2% of bid price SHSDPII Officer 60 days from the date of contract award

Bidders may bid for any one or more lots and discounts offered for the award of combined lots would be considered in bid evaluation

1       Bidding will be conducted through the National competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines; Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the Guidelines.

2       Interested edible bidders may obtain further information from (SHSDP II Office) and the bidding documents at the address given below from 9,00am to 3.00pm on Monday to Thursday & from 10,00am to 10: pm on Fridays, commencing on the Friday 14th May, 2010 except on public holidays.

3       A complete set of bidding documents in English Language 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 Ten thousand Naira (N10, 000.00/or in equivalent of US Dollars), the method of payment will be Bank Draft or Crash to Sokoto State Health System development Project II. Document will be collected by hand or sent by Courier Services on request.

4       Bids must be delivered to the address below at or before 10:00am local time on Wednesday 2nd June, 2010. All bids must be accompanied by a bid security of at least 2% of bid price or an equivalent amount freely convertible currency, late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend at the address below at 10:00am local time on Wednesday 2nd June, 2010

The Project Manager,

Sokoto Health System Development Project II,

Shehu kangiwa Secretariat, Block 13, 2nd Floor.

GSM No. 080-36271172, 08035044025

E-mail address; – shammaali2@yahoo.com