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

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

 

Supervision Consultancy on Periodic Maintenance Contract of Lisabi / Apata Road, Somolu

 

IDA CREDIT NO. 4767-UNI

Date: February 28, 2013

 

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:

 

 

Supervision Consultancy on Periodic Maintenance Contract of Lisabi / Apata Road, Somolu

 

The objectives of the consultancy services are:

(a)     To ensure that high quality construction is achieved and to ensure that all work is carried out in full compliance with the engineering design, technical specification and other contract documents;

(b)     To demonstrate the efficacy of contract supervision by independent external agencies experienced in this field of work and

(c)      To ensure high compliance with EMP on environmental, social, safety and traffic related issues during the maintenance work.

 

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services. The information to be provided by interested Consultant are consultant’s profile/brochures, certificate of registration, description of similar assignments, availability of appropriate skills among staff, 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 drawn 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 fern all the 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 to the address below by March 14, 2013 at 5:00pm.

 

The Deputy Director (Procurement)

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor. Motorway center, 1, Motorways Avenue

Alausa, Ikeja, Lagos State

 

Telephone: 01-2702778-82

Fax: 01-2702783

E-mail: advert@lamata-ng.com;

adabiri@lamata-ng.com

 

Invitation for Pre-Qualification for the Execution of 2013 Capital and Recurrent Projects at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation for Pre-Qualification for the Execution of 2013 Capital and Recurrent Projects

 

  1. 1.     Preamble

The Independent National Electoral Commission (INEC) in pursuance of its statutory role, invites reputable Companies to indicate interest to pre-qualify for the following projects; to be delivered to the underlisted Offices/Stores.

 

i.        Printing of Electoral Forms; Envelopes and Posters

ii.       Supply of Electoral Stationery; Biros, Markers, Liquid Gum

iii.      Production of various Materials for Election: Vests, Rubber Stamps, Cubicles, Mini Briefcase.

iv.      Supply of Tyres, Tubes, batteries

v.       Supply of Toyota Prado TXL; Toyota Hilux D/C Pick-Up; Coaster Buses; Ambulance Vans

VI.

 

LOT POINT OF DELIVERY
A North East Zonal Store
B North West Zonal Store
C North Central Zonal Store
D South East Zonal Store
E South South Zonal Store
F South West Zonal Store
G Headquarters Central Store

 

 

 

2.       Pre-Qualification Requirements

Prospective Contractors are required to submit the Following documents:

i.        Evidence of Registration with Corporate Affairs Commission (CAC);

ii.       Audited Accounts of the Company for the last three (3) years (2010-2012);

iii.      Tax Clearance for the last three (3) years (2010 2012); v

iv.      Evidence of Financial capability and banking support; a

v.       A detailed Company profile showing list of professional staff and their experience;

vi.      Evidence   of similar   projects   executed   & knowledge of the Industry;

vii.     Equipments technical capability;

viii.    Evidence of Annual Turnover;

ix.      Evidence of VAT Reg. & past VAT Remittances;

x.       Submission of PENCOM’s Certificate of Compliance, confirming Company’s fulfillment of its statutory obligations to the Employee, with respect to Pensions;

xi.      Telephone   (gsm)   number(s)   of   the Contractor/Company’s representative(s)

 

3.    General Information

(a)     This “Notice of Intent” is not an invitation to bid. Full bidding procedure as contained in the bid documents shall be provided only to successful pre-qualified applicants deemed suitable by the Commission at a prescribed fee.

(b)     The closing date for submissions of the pre-qualification documents shall be on Monday, 8th April, 2013 at 10.00 a.m, while opening of the prequalification documents will be on the same Monday, 8th April, 2013 at 12 noon.

(c)      Only successful Companies from the pre­qualification exercise will be invited for bidding.

 

 

4. Submissions

All submissions should be delivered in one (1) no. neatly bound copy of sealed envelope clearly marked: “Pre-Qualification for Printing of Electoral Forms;  Envelopes and Posters;   Supply   of   Electoral Stationery;   Production   of   Various Materials   for   Election;   Supply   of Tyres; Tubes; Batteries or Supply of Vehicles” as applicable and delivered to the Secretary,   Independent   National   Electoral Commission, Plot 436 Zambezi Crescent, Maitama

Abuja.

 

Abdullahi A. Kaugama

Secretary of the Commission.

 

Solicitation for the Placement of Radio and Television Adverts at The Association for Reproductive and Family Health (ARFH)

Vacancy Announcement

Solicitation for the Placement of Radio and Television Adverts

 

The Association for Reproductive and Family Health (ARFH) has received grants from Global Fund, part of which is for the placement of public awareness jingles on Radio and Television.

 

ARFH, therefore request for expression of interest (EOI) from qualified media organisations for the placement of jingles on Prime time of NTA 9 O’clock Network News on Sundays and also Radio Jingles on the Network service of the Federal Radio Corporation of Nigeria for English and Igbo language in Enugu, Hausa in Kaduna and Yoruba in Ibadan.

 

The EOI documents should contain the following information:

1.       Full details of the company’s profile

2.       Evidence of company incorporation with CAC

3.       Evidence of registration with relevant advertising regulatory bodies

4.       Evidence of execution of similar job(s) in the past

5.       Evidence of Payment of taxes

6.       Copy of advert rates with NTA and FRCN

 

The EOI documents should be submitted in a sealed envelope on or before 7th March, 2013 to;

The Chairman, Procurement Committee Association for Reproductive and Family Health (ARFH) Millennium Builders Plaza, Block C, 1st Floor,

Plot 251 Cadastral Zone,

Adjacent to NNPC Tower, Herbert Macaulay Way,

Central District Area, Abuja, FCT.

 

Only successful organizations will be contacted as soon as possible.

Invitation for Tenders for the Installation of Fire Safety Equipment at the New Office of the Head of Service Complex at Office of the Head of Service, Secretariat Ibadan

Oyo State Government of Nigeria

Office of the Head of Service, Secretariat Ibadan

 

Invitation for Tenders for the Installation of Fire Safety Equipment at the New Office of the Head of Service Complex

 

The Office of the Head of Service invites applications for quotations on the proposed installation of Fire Safety equipment at the new Complex housing the Office of the Head of Service. The Fire Safety equipment to be procured are as listed below:

 

(i)                Customized analogue addressable Fire Alarm control panel complete with Printer (ApoHoA80161M3P/equivalent);

(ii)             Analogue addressable photo-electric smoke detector (ALG-E);

(iii)           Analogue addressable call point (HCP-E (DPS)/Equivalent);

(iv)           Analogue addressable sounder (indoor) (CHQ-WS2);

(v)             Analogue addressable sounder (outdoor) (CHQ-WS2-WPK);

(vi)           Analogue addressable flasher (CHQ-AB); ;

(vii)        Cryer Panel

(viii)      Sensor Programming used in the Fire Alarm Control Panel;

(ix)           Software package for programming (used in the Fire Alarm Control Panel);

(x)             Linking with the Fire Services Headquarters including transmitter, mast etc.

(xi)           1.5mm2 2-core heat resistance cable with earth and screen;

(xii)        Trunking pipes and other installation accessories;

(xiii)      Installation, programming, testing and commissioning,

 

2. Interested bidders, who are reputable dealers and professionals in Fire Safety equipment only, must be currently registered with Oyo State Bureau of Public Procurement should obtain Bidding Documents from the Office of the Director (Service Matters) Head of Service, Ibadan for a non-refundable fee of N50,000.00 only and are to submitted on or before 14th March, 2013.

 

3. All bids must be delivered to Permanent Secretary (Cabinet) Office of the Executive Governor Secretariat, Ibadan.

 

Signed:

Evang. Bisi Olanlawo

Office of the Head of Service

Secretariat, Ibadan.

Request for Expression of Interest for Registration as Suppliers / Service Providers / Consultant at ECOWAS Commission

COMISSAO DA CEDEAO

 

ECOWAS Commission

101. Yakubu Gowon Crescent, Asokoro District, P.M.B.401, Abuja, Nigeria.

 

E-MAIL: info@ecowas.int

 

Commission DE LA CEDEAO

Tel:   (234-9)314-7427-9, (234 – 9) 314-74 27-9

Fax:   (234-9)314-7646 (234-9) 314-30 05

 

Request for Expression of Interest for Registration as Suppliers / Service Providers / Consultant

 

The ECOWAS Commission wishes to update its data base of suppliers, contractors and Consultants as part of the preparation for the implementation of its 2013 budget and work programs.

 

2.       The ECOWAS Commission hereby invites reputable qualified suppliers, contractors and consultants with vast experience in the following fields to apply for the registration exercise:

 

  1. A.   Goods /Works/Services
  • General Supply
  • Audiovisual
  • Medical Supply
  • Refuse Collection
  • Gift Items/Office Souvenirs
  • Printing,
  • Office Equipment
  • Office Furniture
  • Computer Equipment/Computer Consumables
  • Library Equipment
  • Catering Services
  • Conference bags
  • Supply of diesel for Generators
  • Supply of fuel for cars
  • Soft Furnishing
  • Supply of Vehicles and fleet maintenance
  • Gardening/Horticulture
  • Cleaning Services
  • Maintenance of Generators
  • Maintenance of Office Machines (Photocopies/Fax, ID cards…)
  • Maintenance of Computer Equipment
  • Maintenance of CCTV
  • Telephone Installations
  • Supply and Maintenance of Lifts / A/C Works/Central A/C Systems
  • Supply and Maintenance of Mobile Interpretation Equipment/
  • Public address System / Sound Systems/Fixed Interpretation
  • Equipment
  • Fire Extinguishers / Smoke Detections
  • Electrical Works
  • Building / Civil Works/Plumbing Works/Carpentry Works/Welding
  • Minor Carpentry, Plumbing, and Masonry Works

 

B         Consultancy

  1. Consultants Firms/Individual (Audits, Studies etc.)

 

3.  Interested Individuals/ suppliers/ contractors/ consultants should provide information indicating their qualifications for a specific job. The expression of Interest should clearly indicate the category (Goods, Works and Services/Consultancy/ Maintenance), the capacity of the firm in terms of technical capability as well as administrative organizational structure, financial ability, legal status, and experience in similar assignments or contracts within the past 3 years.

 

4.       Firms are also requested to submit the underlisted registration documents:

  • Certificate of Registration with the Corporate Affairs Commission (CAC)
  • Up-to-date Tax Clearance Certificate
  • Documentary evidence of financial capacity (Audited financial statement for at least three years
  • Documentary evidence of technical capacity
  • Documentary evidence establishing the Bidder’s eligibility to bid (Limited Liability Company and not a Government Owned Organization
  • Evidence of verifiable similar jobs within the last three years
  • Documentary evidence establishing the Bidder’s qualifications to perform the contract (letters of technical partnership/Manufacturer authorization)
  • References of the company
  • Exact location and full addresses/contact telephone numbers
  • Each company must clearly state area of Interest/Specialization

 

5.  Copies of your documentations shall be submitted in a sealed envelope addressed to the Commissioner for Administration and Finance, ECOWAS Commission, No. 101 Yakubu Gowon Crescent, Asokoro, Abuja, and clearly marked as the case may be:

 

APPLICATION FOR REGISTRATION AS A SUPPLIER/SERVICE PROVIDER/CONSULTANT TO THE ECOWAS COMMISSION, Do not open, except in presence of the TENDER COMMITTEE

 

6.       Contractors and suppliers already doing business with ECOWAS are required to apply. This request for Expression for Interest of can also be viewed on ECOWAS Website: www.ecowas.int/services/expression of interest.

 

7.       Misrepresentation in relation to the information submitted shall lead to the cancellation of any registration

 

8.       Only successful applicants will be contacted by the ECOWAS Commission

 

9.       Applications with incomplete documentation will not be considered

 

10.     The deadline for application submission is 18th March 2013 at 1,00 pm.

 

11.     INTERESTED eligible candidates may obtain further information from ECOWAS Commission, at the address given below:

 

Acting Director of General Administration

ECOWAS Commission

101 Yakubu Gowon Crescent

Asokoro District, PMB 401, Asokoro

City: Abuja,

Country: Nigeria

 

From: 11.00am to 1.30am