Request for Expression of Interest (EOI) for OBC Consultants for the Forensic Laboratory Project in Lagos at Lagos State Ministry of Science and Technology (MOST)

Lagos State Government

Ministry of Science and Technology (Most)

Request for Expression of Interest (EOI) for OBC Consultants for the Forensic Laboratory Project in Lagos, Nigeria

Background

Lagos, with an estimated population of over 21 million people and projected to hit 25 million people mark within the decade has been forecasted by UN Habitat to grow to be amongst the top three largest megacities in the world. The State is Nigeria’s commercial and economic nerve centre and financial capital of the country.

Lagos State Ministry of Science and Technology (MOST) is desirous to equip the State with crime-solving aids to ensure improvement in the ability of the law enforcement agencies in the Slate to properly investigate crime and bring the perpetrators to justice. Forensic science provides the benefits of applying a broad spectrum of scientific solutions to assist the legal authorities and judiciary in prosecuting criminals and bringing them to justice.

In this regard MOST desires to develop and implement a world class forensic laboratory in partnership with the private sector by means of a Public – Private Partnership (PPP) structure, at an undeveloped 5-hectare site located in Badagry the State of Lagos, Nigeria. The private sector will establish a Nigerian registered Special Project Vehicle company (SPY) to enter into a PPP concession contract with the MOST to provide the following service outputs:

These should cover the forensic science disciplines: Toxicology, DNA, Drugs, Trace, Arson, Explosives, Latent Fingerprints, Firearms, Tool-marks, Impressions, Computer / Digital Evidence, Composite Artist, Photography, Questioned Documents, Crime Scene Investigation, Crime Scene Reconstruction, Forensic Medicine with related subspecialties, Forensic Accounting, Death Investigation, Eye /Tissue Bank, Evidence Storage and Property Storage.

To develop and implement this world class forensic laboratory. MOST wishes to hire a consulting services firm to prepare the Outline Business Case (OBC), assess the strategic fit that will deliver value for money and affordability for the procurement of concessionaires that will finance, construct, operate and maintain this new infrastructure.

Scope of Work

The main objective of this consultancy is to establish the technical, economic, and financial viability of the project using a PPP-model through the generation of an OBC. The OBC will represent a key input of the PPP project preparation phase.

Among the tasks involved in the generation of the OBC are:

  • Definition of project concept;
  • Technical scope;
  • Market demand analysis:
  • Needs analysis;
  • Prepare cost estimation for the project.
  • Preliminary assessment of social and environmental impacts of the project;
  • Project sales and revenue forecasting;
  • Development of a preliminary financial model to earn out the initial PPP screening to determine which projects can support a tariff and which cannot, and ultimately suitability for PPP execution; costs and optimal value-for-money methods of delivery, and include, at a minimum
  • Cost of Year Expenditure
  • Construction costs
  • Annual routine maintenance (where relevant)
  • Periodic major maintenance by annual drawdown amount;
  • Security and Safety
  • Cost of hiring and Training of Staff
  • Other ancillary operating costs
  • Sources of funds.
  • The economic and financial conclusions drawn from the financial model.
  • Affordability analysis:
  • Risk Analysis;
  • PPP Options analysis, and
  • Implementation recommendations.

Submission of Expression of Interest (EOI)

MOST now invites eligible corporate firms and/or consortium of firms to indicate their interest in providing the above-mentioned services the skills and experience required of the Consultants should include inter alia:

  • Forensic Laboratory project preparation and planning, including projects of similar in size and scope.
  • PPP project preparation and structuring using international best practices, including advisory on a minimum of four OBC/PPP projects over the past five years;
  • Assignments in price forecasting and modelling in Sub-Saharan Africa in the last three years;
  • Financial and economic analysis, including substantial project finance modelling experience:
  • Experience with projects in Forensic Laboratory sector in emerging markets;
  • Profile of firm/consortium including ownership structure key permanent staff and role of each corporate entity with full contact details of lead firm; and
  • Copies of Audited Financial Statements reports for the last 3years.

The Consultant will be selected in accordance with the procedures set out in the Lagos Stale Public Procurement Law 2011.

Expression of Interest for the service must be delivered in six (6) copies and tamper evident sealed envelopes clearly marked “EOI- OBC Consultant (Forensic Laboratory) and delivered to the address below not later than 5.00 pm 3rd June, 2013.

Office of the Honourable Commissioner,

Lagos State Ministry of Science and Technology

Block 18b,

The Secretariat Alausa, Ikeja

Lagos, Nigeria

Interested applicants may obtain further information at the address above from 8.00 am to 4 00 pm, Monday through Friday (except public holidays).

Only short-listed Consultants will be contacted

Expression of Interest through email or fax will not be entertained.

It should be noted that this invitation does not constitute a commitment on the part of Lagos State Government and/ or the Lagos State Ministry of Science & Technology to award the project to any consortia expressing interest. Furthermore the submission of documents’ shall not entitle any of the interested parties to any claims against LSG and/ or MOST by virtue of such parties having responded to the EOI invitation. All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be for respondent’s account only.

Invitation for Expression of Interest (EOI) for the Renovation of Infrastructure at Adamu Augie College of Education, Argungu at Kebbi State Government (KBSG) (Ministry of Education)

Kebbi State of Nigeria

Ministry of Education

Gwadangaji Secretariat Birnin Kebbi, Kebbi State

Invitation for Expression of Interest (EOI) for the Renovation of Infrastructure at Adamu Augie College of Education, Argungu

Kebbi State Government (KBSG) hereby invites Expression of Interest (EOI) from civil engineering firms, architects, builders and other interested parties to renovate buildings, fixtures, fittings and other ancillary materials for Adamu Augie College of Education, Argungu.

The EOI should be submitted together with the BOQs to be obtained as indicated hereunder including the particulars and other information on the civil engineering, architectural or building firm or other interested party. The successful bidder shall be finalised based on a selective bidding process as contained in the Kebbi State Procurement of Construction Goods and Services (Guidelines) Law No. 5 of 2008.

Brief Scope of Work:

The works to be carried out at the Adamu Augie College of Education at Argungu are as follows:

(i)      Renovation of Departmental Buildings, Administrative Building etc

(ii)     Renovation of Staff Houses etc

(iii)    Renovation of Student’s Hostels etc; and

(iv)    Other external works

Procurement of Bid documents:

(1)    Comprehensive BOQs document containing scope of works, terms, and conditions can be purchased by interested bidders from:

Ministry of Works & Transport

Haliru Abdu Secretariat

Birnin Kebbi,

Kebbi State

(2)    BOQs document will be purchased on payment of a non-refundable fee of N250, 000:00 only (Two hundred and fifty thousand Naira only).

Only those firms who submit EOI document and evidence of payment of the non-refundable fee will be permitted to take part in the deliberations during pre-bid meeting to be held as per scheduled bid process indicated hereunder.

Proposals received without or with inadequate BOQs document or fees shall be rejected.

Sale of BOQs document

 

7th  May, 2013 to 29th  May, 2013 up to 5:00 pm
Last Date for submission of EOI

 

30th  May, 201 3 at 2:00 pm

 

The EOI shall be addressed to and submitted at the office of:

Commissioner for Education

Gwadangaji Secretariat

Birnin Kebbi,

Kebbi State

Bidders are hereby notified that there should be no inquiries and phone calls or submission of unsolicited proposals not in compliance with this Invitation. The KBSG reserve the right to accept or reject any or all EOI without assigning any reasons and is not obliged to enter into correspondence with any firm in this regard.

The KBSG reserves the right to change and/or cancel this invitation for EOI or review or revise the EOI criteria at any time without prior notice or without assigning any reasons whatsoever and without prejudice to its right to re-issue at any time in the future this invitation and in such case no bidder/intending bidder shall have any claim arising from such actions.

Interested civil engineering firms are required to submit the EOI along with the BEME separately in separate sealed envelopes on or before the 30th May, 2013.

Dr. Faruk Maiyama

Permanent Secretary

Ministry of Education

 

Invitation for Expression of Interest (EOI) for the Construction of Danwarai – Gandesamu – Aliero – Gefuru Road at Kebbi State Government (KBSG) (Ministry of Works & Transport)

Kebbi State of Nigeria

Ministry of Works & Transport

Haliru Abdu Secretariat Birnin Kebbi, Kebbi State

Invitation for Expression of Interest (EOI) for the Construction of Danwarai – Gandesamu – Aliero – Gefuru Road

Kebbi State Government (KBSG) hereby invites Expression of Interest (EOI) from civil engineering firms to construct Danwarai – Gandesamu -Aliero – Gefuru Road.
The EOI should be submitted together with the BEME to be obtained as indicated hereunder including the particulars and other information on the civil engineering firm. The successful bidder shall be finalised based on a selective bidding process as contained in the Kebbi State Procurement of Construction Goods and Services (Guidelines) Law No. 5 of 2008.

Brief Scope of Work:

The works to be carried out are civil engineering and ancillary works for a Trunk C standard road with 6.0m width double coats surface dressing on carriageway and 1.5m hard shoulders on either side.

Procurement of Bid documents:

(1)    Comprehensive BEME document containing scope of works, terms, and conditions can be purchased by interested bidders from:

Ministry of Works & Transport

Haliru Abdu Secretariat

Birnin Kebbi

Kebbi State

(2)     BEME document will be purchased on payment of a non-refundable fee of N250, 000:00 only (Two hundred and fifty thousand Naira only).

Only those firms who submit EOI document and evidence of payment of the non-refundable fee will be permitted to take part in the deliberations during pre-bid meeting to be held as per scheduled bid process indicated hereunder.

Proposals received without or with inadequate BEME document or fees shall be rejected.

Sale of BEME document

 

7th May 2013 to 29th May 2013 up to 5:00 pm
Last Date for submission of EOI 30th May 2013 at 2:00pm

The EOI shall be addressed to and submitted at the office of:

Commissioner for Works & Transport

Haliru Abdu Secretariat

Birnin Kebbi

Kebbi State

Bidders are hereby notified that there should be no inquiries and phone calls or submission of unsolicited proposals not in compliance with this Invitation.

The KBSG reserve the right to accept or reject any or all EOI without assigning any reasons and is not obliged to enter into correspondence with any firm in this regard.

The KBSG reserves the right to change and/or cancel this invitation for EOI or review or revise the EOI criteria at any time without prior notice or without assigning any reasons whatsoever and without prejudice to its right to re-issue at any time in the future this invitation and in such case no bidder/intending bidder shall have any claim arising from such actions.

Interested civil engineering firms are required to submit the EOI along with the BEME separately in separate sealed envelopes on or before the 30th May, 2013.

Alhaji Muhammad Musa Kamba

Permanent Secretary

Ministry of Works & Transport

Invitation for Pre-Qualification at Gombe State Government

Gombe State Government

Invitation for Pre-Qualification

As part of the State Wide Rural Transformation and in his quest to Rapidly Transform and bring speedy Development to our Rural Areas, under the able leadership of His Excellency, the Governor of the State Alh. Ibrahim H. Dankwambo, OON (Talban Gombe).

Accordingly, the Ministry of Rural Development and Cooperative intends to electrify (ITN, TON, Sub-Station etc) the under listed Town/Villages and wish to invite suitably qualified electricity Companies to apply for Pre-qualification of any of the projects location as stated below:-

A.    –       KASHEREWARD

S/N –      LOCATION OF PROJECT

  • Wada Goje.
  • Tamfiffi.
  • Gwaram.
  • Dongol.
  • Kaklak.
  • Panguru.
  • Garin Malam Hammadu.
  • Kaltanga Jukum.
  • Kaltanga Tangale.
  • Kaltanga Fulani.
  • Manaru.
  • Guda Waziri.
  • Guda Lamido.
  • Tongo Manaru.
  • Kareldezi.
  • Maganar Badara.
  • Dongol Alewa.
  • Garin Yero.
  • Garwa (A,B and C)
  • Garin Daji.
  • Kashere Extension.

B.    PINDIGAWARD

S/N   LOCATION OF PROJECT

  • Garin Yabano.
  • Lafiyawo.
  • Madagaska.
  • Unguwan Baka.
  • Gujubawo I
  • Gujubawo II
  • Jauro Dawa

C.  TUMU WARD

S/N   LOCATION OF PROJECT

  • London.
  • Babawo West.
  • Dabano East.
  • Mai Sharu.
  • Laden.
  • Piyau.
  • Hamma Malle.
  • Gadanga.
  • Zabin Kani.
  • Garin Alhaji Hamma Tukur.

Pre- Qualification Requirement

  • All interested contractors are required to provide the following
  • Evidence of Company registration with Corporate Affairs Commission (CAC).
  • Evidence of registration with Gombe State Government.
  • Value Added Tax Registration.
  • Company Tax Clearance Certificate for the last 3 years. Evidence of Registration with relevant professional Bodies (NERC, COREN etc).
  • Veritable list of CV of Key Personel to be deployed on the project (including endorsed copies of their credentials and profession registrations).
  • Veritable list of similar completed project by the company with locations including letter(s) of award/completion certificates and or interim certificate where applicable.
  • Veritable list of major plants and equipments and stating those planned to be deployed on the project.
  • Audit account for the past three (3) years.

Submission

The documents must be accompanied with a non refundable Bank draft of N20, 000.00 (Twenty Thousand Naira Only) for any project payable to the Ministry of Rural Development and Cooperative, Gombe State.

In a sealed addressed envelope and clearly marked Pre-qualification documents for the Electrification project of (Kashere Ward, Tumu Ward and or Pindiga Ward) addressed to Honourable Commissioner, Ministry of Rura Development and Cooperatives, Gombe State to reach him not later than 16th May, 2013.

Bids shall be opened publicly by 3:00 pm on the same day.

NOTE: Please note that only pre-qualified contractors will be invited to tender.

Signed:

HON. (DR.) HASSAN HARUNA

Hon. Commissioner, Ministry of Rural Development & Cooperatives Gombe State.

Invitation for Bids (IFB) at Federal Ministry of Education

Federal Republic of Nigeria

Federal Ministry of Education

Skills Training and Vocational

Education Project

Invitation for Bids (IFB)

Supply of Electrical and Automobile Technology Workshop Equipment

Loan No:    2100150010394

SPN No.:    ICB/STVEP/ADF/EQT/03/2013

1.       This Invitation for Bids follows the publication of the General Procurement Notice (GPN) for this project that appeared in United Nations Development Business Issue No 662, of 16th September 2005.

2.       The Federal Government of Nigeria has received a loan from the African Development Fund in various currencies towards the cost of the Skills Training and Vocational Education Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for the Supply of Electrical and Automobile Workshop learning Equipment to some of the beneficiary institutions.

3.       The Project Coordinating Unit on the behalf of the Federal Ministry of Education now invites sealed bids from eligible bidders for the Supply of various units of Electrical and Automobile Workshop learning Equipment packaged into three lots. Each lot forms a separate contract as follows:

Lot No. Description Place of Delivery
EQT/03/13/ Lot 1 Supply of various units of Bectrical and Automobile Technology Workshop Equipment (including but not limited to such equipment as 3 digital wheel balancing machines, 3 hand held engine analyzers, 6 automated wheel changer and inflators, 3 Vehicle Systems analyzers, 6 Automotive Tachometers, 3 car lifts, 3 Engine hoists, 3 Electrical coil winding machines, 60 Moving coil Ammeters, 15 Students galvanometer, 3 ohmmeters, 3 color bar generators, 3 laboratory transformers, 3 Digital oscilloscopes and 6 Double Trace Oscilloscopes)

 

Akwa Ibom, Abia and Enugu State
EQT/03/13/ Lot 2 Supply of various units of Electrical and Automobile Technology Workshop Equipment (including but not limited to such equipment as 2 digital wheel balancing machines, 2 hand held engine analyzers, 4 automated wheel changer and inflators, 2 Vehicle Systems analyzers, 4 Automotive Tachometers, 2 car lifts, 2 Engine hoists, 2 Electrical coil winding machines, 40 Moving coil Ammeters, 10 Students galvanometer, 2 ohmmeters, 2 color bar generators, 2 laboratory transformers, 2 Digital oscilloscopes and 4 Double Trace Oscilloscopes)

Place of Delivery

 

Ondo and Lagos States
EQT/03/13/ Lot 3 Supply of various units of Electrical and Automobile Technology Workshop Equipment including but not limited to such equipment as 1 digital wheel balancing machine, 2 hand held engine analyzers, 2 automated wheel changer and inflators, 2 Vehicle Systems analyzers, 3 Automotive Tachometers, 1 car lift, 2 Engine hoists, 20 Bicycle Repair Kits, 20 Bicycle Hand Pump with twin connectors, 50 Bicycle Tyre Puncture Repair kits, 2 Electrical coil winding machines, 24 Moving coil Ammeters, 8 Students galvanometer, 2 ohmmeters, 2 color bar generators, 2 laboratory transformers, 1 Digital oscilloscopes and 3 Double Trace Oscilloscopes) Borno, FCT and Kaduna State

4.       Eligible bidders can bid for more than one lot, subject to their ability to satisfy the aggregate qualification requirements for the combination of tots bidded for. Bidders who bid for more than one tot may at their discretion consider offering a conditional discount

5.       The amount of bid security of each lot is Ten Thousand US Dollars ($10,000) or One Million, Six Hundred Thousand Naira (N1,600,000.00) or an equivalent amount in other convertible currencies. A separate bid security shall be presented for each lot Consolidating the values of bid securities of two or all lots into a single bid security will render the bids non- responsive.

6.       Interested bidders may obtain further information from and inspect the bidding documents at the office address below, A Complete set of bidding documents may be purchased by the interested bidders on the submission of a written application to the Project Manager, Project Coordinating Unit, ADF Assisted Skills Training and Vocational Education Project located at address below, and upon payment of a non-refundable fee of thirty thousand Naira only (N30,000.00) or Two Hundred US Dollars (US$200) or an equivalent amount in any freely convertible currency. All payments must be made into the following account:

Name:        FME/ADB Assisted Skills Training and Vocational Education

No:             009010722

Bank:         EcoBank Nigeria Ltd.

SORT Code: 056080207

7.       The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the African Development Bank Standard Bidding Document: Procurement of Goods, September 2010, revised July 2012

8.       Bids shall be valid for a period of 120 (One Hundred and Twenty) days after the bid submission deadline.

9.       Bids must be delivered to the Project Coordinating Unit at the address below before 12:00 noon local time on 21st June, 2013, and must be accompanied by a bid security of the amount indicated above.

10.     Bids will be opened at the same office and at 12:30 p.m. local time on the same date of bid submission deadline in the presence of bidder’s representatives who choose to attend. Please note that electronic bid submission shall not be entertained.

The Project Manager

Project Coordinating Unit

Plot 644, Zambezi Crescent, Opposite ETF Building

Off Aguiyi Ironsi Way, Maitama, Abuja

Tel: +23498734821
Email:  stvep@adf-stvep.org

Abuja, Nigeria