NIGERIAN METEOLOGICAL AGENCY (NIMET) has floated a tender for Establishment of GIS Laboratory at Oshodi. The project location is Nigeria and the tender is closing on 30 Aug 2021. The tender notice number is 2021/A4, while the TOT Ref Number is 55842338. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Establishment of GIS Laboratory at Oshodi

Deadline : 30 Aug 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 55842338

Document Ref. No. : 2021/A4

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN METEOLOGICAL AGENCY (NIMET)
Office of the Head of Procurement, NiMet Headquarters, Nnamdi Azikiwe International Airport, Abuja Telephone- 08038984308 08036403710
Nigeria
Email :procurement@nimet.gov.ng

Tender Details

Tenders are invited for Establishment of GIS Laboratory at Oshodi.

Eligibility:
I. Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC) including Certified True Copy of Form CAC 07 AND CAC 02.
II. Evidence of Company-s VAT Registration with Tax Identification Number (TIN)
III. Company-s Current Tax Clearance Certificate for the last three (3) years (2018, 2019, and 2020) valid till December 31, 2021.
IV. Evidence of Certificate of compliance from PENCOM in accordance with the pension Reform Act 2004 valid till December 31, 2021.
V. Evidence of Certificate of Contribution to Nigerian Social Insurance Trust Fund (NSITF) valid till December 31, 2021.
VI. Evidence of Certificate of Contribution to the Industrial Training Fund (ITF) valid till December 31, 2021
VII. Evidence of Interim Registration Report (IRR) on the National Database of Particulars, Categorization and Classification of Contractors, Consultants and Service Providers with the Bureau of Public Procurement (BPP) valid till 31st December, 2021.
VIII. Company profile stating registered office and functional contact address (including e-mail address and telephone number(s)
IX. Accompany every bid with an affidavit disclosing:
a. Whether or not any officer of the relevant committees of NiMet or the Bureau of Public procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars.
b. Whether or no Director of the Company has been convicted in any country for criminal offences in relation to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
c. That the company is not a receivership, insolvency, or bankruptcy proceedings or subject of any form winding up petition or proceedings.
X. Evidence of Company-s financial capability with inclusion of:
a. Reference/evidence of financial support from a reputable Bank indicating willingness to provide credit facility for the execution of the project when needed;
b. Company-s Audited Accounts for the last three(3) years (2018, 2019 and 2020:
XI. List of plants/Equipment with the proof of Ownership or lease (where applicable)
XII. Company-s profile with the list and Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academy/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.
XIII. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five years including Letters of Award, Valuation Certificates, job Completion Certificates and Photographs of the Projects.
XIV. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV partner)
XV. All documents for submission must be transmitted with a Covering/Forwarding letter under the company/Firms Letter Head by the Corporate Affairs Commission (CAC), contact Address, Telephone Number (preferably GSM No.) and e-mail address. The Letterhead paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page and bids must be duly signed by the authorized officer of the company.

Companies bidding for supply and installation of Meteorological Equipment must provide documentary evidence of being the Original Equipment Manufacturer (OEM) OR a Representative of the Original Equipment Manufacturer (OEM)
2% bid security is required for bid prices that are N100, 000, 000.00 and above for Goods & Services and N300, 000, 000.00 and above for Works.

Prospective Bidders are requested to collect Bid Documents for the various lots from the Office of the Head of Procurement Unit, 1st Floor, Main Building, NiMet Headquarters, National Weather forecasting and Climate Research Centre, Bill Clinton Drive, Nnamdi Azikiwe International Airport, Abuja upon presentation of evidence of payment of non-refundable tender fee of N10, 000 per lot. Payment shall be made to NiMet Remitta Account in any reputable commercial bank in Nigeria. After payment, bank tellers should be taken to NiMet Revenue Unit for Issuance of receipt for collection of bidding documents.

SUBMISSION AND OPENING OF BIDS:
One Original and two (2) copies of both the Technical and Financial bids are to be separately packed and appropriately marked in different envelopes while the two envelopes containing the technical and financial bids are to be packed in another big envelope. All envelopes are to be appropriately marked Technical, Financial as the case may be, bearing the project name, lot number (on the left hand corner of the envelope) and addressed to:

The Director-General/CEO,
Attention: Head of Procurement
Nigerian Meteorological Agency,
Bill Clinton Drive,
Nnamdi Azikiwe International Airport, Abuja.

Note:
i. Bids submitted after the 12:00noon deadline of Monday, 16th August, 2021 (for services) and Monday, 30th August, 2021 (for works and Goods) shall not be accepted and shall be returned un-opened:
ii. Bids must be in English Language and signed by an official authorized by the bidder;
iii. All CAC, VAT, PENCOM, ITF, NSITF, BPP IRR and Tax Clearance Certificates submitted shall be referred to security and other relevant Agencies for security check and authentication.
iv. Electronic bid submission shall not be accepted.
v. This invitation shall not be construed to be a commitment or obligation on the part of NiMet for award of any form of contract to any respondent nor shall it entitle any company submitting documents to claim any indemnity from NiMet.
vi. NiMet also reserves the right to invoke the provisions of Section 28 of the Public Procurement ACT (PPA) 2007 without incurring any liability.

Documents

 Tender Notice