Request for Expressions of Interest at Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Urban Transport Project II (LUTP II)

Lagos Mega City Region Freight Demands Study

 Request for Expressions of Interest

 This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY10) that appeared in dg market publication of July 16, 2010.

 

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

 Consultancy services for Lagos Mega City Region Freight Demands Study

 The main objectives of this consultancy Service is to develop baseline information on the freight activities currently undertaken and the volumes of different commodities transported by-different modes between different locations. The study will also provide a more comprehensive understanding of the freight sector and give the Lagos State Government a better basis for developing policies and actions affecting the freight Sector. Hence the study is to provide a modeling tool for assessing future freight policies and interventions in comparison to the base case. The study will also review existing and planned practices and measures relating to the urban section of the freight transport chain in the Lagos Mega city region with a view to determine whether, to what extent and in which form, action at the State level can be envisaged to promote successful solutions and improve the performance of freight transport.

 

LAMATA now invites eligible consulting firms to indicate their interest in providing the above services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The short listing criteria are (i) evidence showing the fields of specialty of the firm (consultant’s profile/brochures (ii) evidence showing that the firm is a legal entity (certificate of registration). (iii) Evidence of registration with relevant authorities and professional bodies. (iv) Evidence showing the technical and managerial capabilities of the firm in the field of assignment. (v) Description of similar assignments. (vi) availability of appropriate skills among skills among staff, and availability of essential technology etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

The attention of interested Consultants is draws to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants (under IBRD Loans and IDA Credits & Grants/by World Bank Borrowers January 2011, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

 Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all parties.

 A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers. January 2011.

 Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday. Please visit www@lamata-ng.com  for more information about the project.

 Expression of interest must be delivered both in hard copy and soft copy in CD format to the address below by September 6, 2013 at 5:00pm.

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd Floor, Motorways Centre, 1 Motorways Avenue

Alausa, Ikeja, Lagos State Nigeria

Telephone: 01-2702778-82

Fax: 01-2702783

E-mail: advert@lamate-ng.com: adabiri@lamata-ng.com

 

Invitation to Tender at Federal Ministry of Women Affairs and Social Development

Federal Republic of Nigeria

Federal Ministry of Women Affairs and Social Development

(Federal Secretariat Phase 1 Annex, Shehu Shagari Way, PMB 229 Garki- Abuja)

 

Invitation to Tender

 The Federal Ministry of Women Affairs and Social Development invites interested, experienced and reputable Companies to tender for the following Projects as approved in 2013 Supplementary Budgets:

 

Lot 1:          Construction of Women Development Centre at Alimashun Local Govt. Area, Lagos West Senatorial District, Lagos State.

Lot 2:          Women Empowerment Equipment for Zamfara west Senatorial District, Zamfara State.

Lot 3:          Construction of Pavilion building/Sport Ground at Nigeria Farm-craft Centre for the Blind, Isheri Olofin, Lagos.

Lot 4:          Supply of Aids, Appliances and Relief Materials to Old People’s Homes.

 

Bidding Requirements

All Interested Bidders should submit the following:

(i)      Company Profile.

(ii)    Evidence of Registration with Corporate Affairs Commission (CAC).

(iii)   Evidence of Tax Clearance Certificate for the past three years consecutively. (iv)             Evidence of Registration with PENCOM, in compliance with Pension      Reform Act 2004.

(v)    Evidence of Registration with ITF, in compliance with the Section 6 (2) of the ITF Amendment Act 2011.

(vi)   Evidence of Financial Capability from reputable Commercial Bank for Construction.

(vii)   List of relevant and veritable Equipment for Construction.

(viii) List of Key Personnel with their Qualification(s) and Experience.

(ix)    Three (3) years Auditor’s Report for the Construction.

(x)     Evidence of Payment of N15,000.00 (Fifteen Thousand Naira) only Non-Refundable for Tender Documents.

(xi)    Any other relevant Information that will be of help in determining the Firm’s suitability for the job.

 

Collection of Tender Documents:

 

Bidders are expected to collect tenders Documents from the Office of the Secretary, Ministerial Tenders Board, Federal Ministery of Women Affairs and Social Development, 4TH Floor room 5A-405, Federal Secretariat Complex Phase 1 Annex, Shehu Shagari Way, Maitama-Abuja after payment of a non-refundable fee of N15,000.00 only at the Ministry’s Central Pay Office (CPO)

 

Submission/Opening of Tenders:

 

All completed Tender Documents should be returned on or before 12 noon on Thursday 19th September, 2013 in one Hard-copy Sealed Envelop and addressed to: The Secretary, Ministerial Tenders Board, Federal Ministry of Women Affairs and Social Development, Abuja The Document Shall be opened the same day at the Ministry’s Conference Room, 2nd Floor.

 

Please note: The Federal Ministry of Women Affairs and Social Development reserves the right to reject any document it considers doubtful and will not enter into any litigation in respect of this advertisement.

 

Signed:

Management

Invitation to Tender at Kajola Local Government

Kajola Local Government

P.M.B. 001, Secretariat Complex,

Meseole Area, Okeho, Oyo State.

 

Invitation to Tender

 

1.       Tenders are hereby invited from reputable contractors, who are currently registered with the Local Government for the execution of the under-listed project on behalf of the Local Government.  

(i)      Construction of Hydraulic Structure and Asphaltic paving of Araroimi -Ojete-Baba -Ode Road, Ilero.

Length:   98om, Average Width: 7.15m

 

2.       Tender are to be accompanied with the following:

(i)      Evidence of Company’s Certificate of Registration with Corporate Affair          Commission. (CAC).

(ii)     Evidence of current business registration with Kajola Local Government as a

contractor.

(iii)    Tax clearance certificate covering the immediate past three years.

(iv)    Evidence of jobs previously executed with the Local Government or other

Government Agencies.

 

3.       Documents showing the specification of the above listed project are available for Inspection between 8:00a.m. till 4:00p.m. on Mondays and Fridays in the office of the Director of Works, Lands and Surveys.

 

4.       Tenders should be addressed and submitted in a sealed envelope and marked “Confidential” at the top left hand corner of the envelope and should be addressed to:

 

The Chairman,

Caretaker Committee,

Kajola Local Government,

Okeho, Oyo State.

 

5.       Kajola Local Government is not bound to accept the lowest or any tender, not is it bound to give reason for rejection of any tender.

 

Signed:

O. W, OGUNNIY1

Head, Local Government Administrator

For: Chairman, Caretaker Committee,

Kajola Local Government. Okeho, Oyo State.

Invitation to Tender at Ibadan North East Local Government

Ibadan North East Local Government

 Invitation to Tender

 The Ibadan North-East Local Government hereby invites Eligible Contractors to tender for:

1.(a) Construction  of (4) four Units Bungalow/Block  of Lock-up shops twelve (1.2.nos) at Jonku along Express Way.

(b)               BEME for construction of R.C. open lined drain at the left Hand side of Ayo Craig Road.

(c)      BEME for construction of R.C. open lined drain at the Right Hand side of Ayo Craig Road.

(d)    BEME for construction of R.C. open lined drain at the Left hand side of Floreb Hotel Road.

(e)      BEME for construction of R.C. open lined drain at the Right hand side of Floreb Hotel Road.

(f)     Rehabilitation of 500KVA/11 Transformers at Beere Round About, Ibadan.

 

2.       Interested contractor’s are to submit the following requirements:

(a)    Copy of Certificate of Company Incorporation.

(b)     Evidence of Registration as a contractor with the Ibadan North East Local Government.

(c)      Details of projects of similar nature and volume executed within the last five (5) years.

(d)    Details of personnel relevant to the proposed project.

(e)      Equipment information, current status and owner.

(f)      Three (3) years Tax Clearance certificate.

 

3.       Bid documents for the project may be purchased at the office of the Head of the Local Government Administration, Ibadan North East Local Government Secretariat for a fee of five thousand naira (N5,000.00) only (Certified Bank Draft) in the name of the Ibadan North East Local Government.

 

4.       Closing date for the collection of bid documents is 5th September 2013.

 

MR. O. O. OKETOOTO

For: The Caretaker Chairman

Ibadan North-East Local Government, Iwo Road, Ibadan.

 

 

Tender Opportunity Provision of Rope Access Services at Chevron Nigeria Limited

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint

Tender Opportunity Provision of Rope Access Services

 Introduction:

 Chevron Nigeria Limited invites interested and prequalified companies for this tender opportunity for the Provision of Rope Access Services which shall be in Company’s Escravos site for work within the Tank Terminal and in the fields offshore Escravos, swamp locations, or at other locations as required to support CNL’s ongoing oil and gas production activities.

 Scope of Work:

The scope of work for the services include but not limited to:

  • Provision of Rope Access support services to the following work activities:
  • Flow-line/Riser and pipe work repair
  • Non-Destructive Testing (NDT)
  • Surface Preparation and Painting
  • Welding and Fabrication

 Contractor will provide equipment and labor necessary to provide the support services to aforementioned work activities and any other as may be requested by the Company.

 Contractor will be responsible for customs clearance, duty and related costs, approvals of Government and Government franchised groups for importation of those equipment and materials specified for the work but which could not be available for procurement in-country.

 CNL will require rope access teams stationed at its Escravos facility. The teams will be required to provide flow line / riser and pipe work repairs, light fabrication and mechanical works through the deployment of rope access techniques to execute jobs located in Escravos Tank Farm, Onshore and Offshore facilities including export pipelines.

 

Mandatory   Requirements:

 

A.      To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 3.05.16 (Rope Access Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

 

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

I.       Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.

II.      Meet all Nigerian Content requirements stated in this advert in their  responses to the Invitation to Technical Tender.

 

C.      To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 D.      If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

 E.      To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 Nigeria Content:

Chevron Nigeria Limited is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

 Pursuant to enactment of the NOGICD Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

 Contractors shall comply with the provisions of the NOGICD Act and all applicable regulation Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

 The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

 A.      Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

 

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7

 

C.      Provide evidence of the percentage of 1) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

D.      Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

 

E.      State proposed total scope of work to be performed by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

 

F.      Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

G.      Provide evidence of domicillation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

 

H.      Location of in-country facilities, (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).

 

I.       Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

 

J.       Provide details on any other Nigerian Content initiative your company is involved in.

 

K.      Provide evidence of MOD with OGTAN registered trainer to conduct classroom module of training and on the job attachment

 

L.      Provide human capacity building development plan including budget which must be minimum 10% of project man-hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

 

M.     Provide details of equipment ownership.

 

N.      Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) In respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender

 

Close Date

Only bidders who are registered with NJQS Product/Category 3.05.16 (Rope Access Services) by 4:00pm., on 13th September 2013 being the advert close date shall be invited to submit technical bid.

 

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.

 

2.       The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

 

3.       All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

 

4.       This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Chevron Nigeria Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.

 

5.       The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

 

6.       Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and not through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com  for this advert and other information.

 

Management

Star Deepwater Petroleum Limited, 2 Chevron Drive, Lekki Peninaula, P.M.B 12825. Lagos.