Request for Expressions of Interest at Federal Ministry of Transport/Nigerian Ports Authority (NPA) in collaboration with Infrastructure Concession Regulatory Commission (ICRC)

Federal Ministry of Transport/Nigerian Ports Authority (NPA)  in collaboration with Infrastructure Concession Regulatory Commission (ICRC)

 

Public Private Partnership (PPP) Project

 

Transaction Advisory Services For the Concession of Kirikiri Lighter Terminals 1 & 2

 

Request for Expressions of Interest

 

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payments for the services of reputable and highly qualified Transaction Advisers for the concession of Kirikiri Lighter Terminals 1 & 2, Tin Can Island Ports, Apapa, Lagos, Nigeria through Public Private Partnership (PPP). The concession is being supported by the World Bank Group as part of its broader initiate to support Nigeria’s PPP programs.

 

The procurement of the concession will follow the National Policy on Public Private Partnership (PPP) published by Nigeria’s Infrastructure Concession Regulatory Commission (ICRC).

 

KLT 1 & 2 which are currently being managed by NPA were initially scheduled among the port terminals slated for concession to private operators in 2006 & 2007, but were later stepped down due to government proposal to develop the terminals for fishing purposes. However, the FGN is currently disposed to concession the facility to operators for a variety of possible uses to optimize the use of the terminals. The two terminals have quay walls with respective length of about 1000mtrs for KLT 1 and 760mtrs for KTL 2. Container stacking areas available are 26 and 16 hectares at KLT 1 and KLT2 respectively. The terminals are separated by a narrow channel with an initial draught estimated at 4.5 to 5m.

 

In the process of seeking the services of a Transaction Adviser to provide a broad scope advisory service for the concession of Kirikiri Lighter Terminals 1 & 2, the NPA hereby invites qualified Transaction Advisers to express interest in providing such services. The services to be provided include but not limited to the following:

 

  • Preparation of Full Business Case, including PPP transaction structuring to complete project PPP development;
  • Provide market trends that will confirm decisions on scope, structuring, and timing of transaction;
  • Assist in designing and managing the procurement and evaluation process and support to the Project Delivery Team during the process;
  • Readiness for market assessment;
  • Support in project marketing;
  • Organization and preparation, where necessary, of supporting documentation to be made available to bidders (including technical analysis);
  • Preparation  of Concession Agreement and Assistance  in negotiating with one or more parties prior to contract award; and
  • Management of other advisory inputs and overall management of the advisory team to ensure a successful transaction.
  • Social safeguards and environmental issues

 

 

The Transaction Advisors may consist of a single firm or consortium of firms with the financial, legal, technical, PPP and other specialist expertise required to successfully bring the transaction to market and reach financial close. In the case of a consortium, the consortium, reach financial close. In the case of consortium, members must jointly identify one of the firms comprising the consortium as the Lead Transaction Adviser. The Lead Transaction Adviser will have primary responsibility for liaising with the Project Delivery Team and for managing the consortium’s advisory inputs as a whole. Firms comprising the consortium with specialized expertise in the finance and technical fields should be identified, respectively as Finance Transaction Adviser, Legal Transaction Adviser and Technical Transaction Adviser etc. International Advisers are encouraged to form partnerships with reputable Nigerian consulting firms

 

 

Submission of Expressions of Interest (EOIs)

Prospective Transaction Advisers should submit Expression of Interest detailing the following information as basis for pre-qualification:

  • Profile of firm/consortium including ownership structure and role of each corporate entity with full contact details of each firm;
  • Details of direct experience advising governments in the structuring of PPP transactions;
  • Track record of successful closing of PPP concessions, particularly in the port sector;
  • Description of roles played in at least five (5) PPP transport transactions closed in emerging markets during the past seven (7) years (at least one of which should be in the past three (3) years);
  • Relevant experience in the port sector (including technical competence);
  • Copies of unabridged financial reports for the last 3yrs
  • Experience working in Nigeria and/or sub-Saharan Africa;

 

The Advisers will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers Revised May 2004, October 2006 and May 2010)

 

 

Expression of interest must be submitted in five (5) copies in a sealed envelope clearly marked “Expressions of Interest for Transaction Advisory Services FOR KLT 1 & 2”Concession. A CD-ROM version should also be included

 

The expressions of interests should be addressed and delivered not later than 3.00pm on Thursday, February 21th, 2013 at the following address:

 

Mr Habib Abdullahi

Managing Director,

Nigerian Ports Authority

26/28 Marina

Lagos, Lagos State

Nigeria

 

Attention: Mr. J.Aganga

 

Tel: 234-802-301-2154

 

E-mail: asangajosh@yahoo.com

 

Interested applicants may obtain further information at the address above from 9.00am to 4.00pm, Monday through Friday (except public holidays) or from Mr Adamu Umar, Tel: 234-803-631-783; E-mail: a.umar@icrc.gov.ng

 

Expression of Interest through electronic media will not be considered.

 

Only short-listed Consultants will be contacted.

Invitation for Bids (IFB) at The Lake Chad Basin Commission

Lake Chad Basin Commission (LCBC) Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria (African Development Bank Financed Project) Chad Basin Development Authority Premises Maiduguri,

Borno State, Nigeria

 

Email: prodebaltnigeria@yahoo.com

 

Invitation for Bids (IFB)

 

Date: 25th January 2013

 

Contract Identification Number: PRODEBALT/NGR/NCB/01/12

 

Bank/Fund Loan Number: P-Z1-CZO-002

 

Bank/Fund Loan Name AfDB

 

 

  1. 1.     The Lake Chad Basin Commission has received a loan from the African Development Bank towards the Cost of Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria and intends to apply part of the funds to cover the eligible payments under the Contract for Simplified Irrigation Operation (PRODEBALT/NGR/NCB/01/12)

 

  1. The Development Programme of Lake Chad Basin (Prodebalt) Nigeria invites sealed bids for the Simplified Irrigation Operation in the following places:

 

 

Lot No Name of Project

 

Quantity     Bid

Security

 

Delivery

Period

Lot Identification Number

 

1 Simplified Irrigation Operation at Kirenowa ‘A’ Marte Local Government Borno State

 

25 Hectares

 

N70.000.00

 

120 days

 

PRODEBALT/NGR/NCB/01/12/LOT1

 

2 Simplified Irrigation

Operation at Kirenowa

‘B’ Marte Local

Government Borno State

 

 

25 Hectares

 

N70.000.00

 

120

days

 

PRODEBALT/NGR/ NCB/01/12/LOT 2

 

3 Simplified Irrigation

Operation at Ballara

Geidam Local government Yobe

State Nigeria

 

30

Hectares

N70.000.00

 

120

days

 

PRODEBALT/NGR/ NCB/01/12/LOT 3

 

4 Simplified Irrigation

Operation at Shameh, Geidam Local

Government Yobe

State Nigeria

 

20 Hectares 70, 000.00 120 days PRODEBALT/NGR/ NCB/01/1 2/LOT 4

 

 

3.       Bidding documents (and additional copies) may be obtained at address stated below, upon submission of a written request and upon payment of non-refundable fee of Ten Thousand Naira (N10, 000.00). Interested bidders may obtain further information at the same office.

 

  1. Bids shall be valid for a period of 120 (days) after Bid Opening and must be accompanied by security as specified in the table above. Bids shall be delivered to the Office of the National Coordinator, Sustainable Development Programme of Lake Chad Basin (Prodebalt) Nigeria, Chad Basin Development Authority Premises Maiduguri, Borno State, Nigeria, on or before 11.00am 12th March 2013, at which time they will be opened in the presence of the bidders who wish to attend.

 

Signed

Acting National Coordinator

Sustainable Development Programme

Of Lake Chad Basin (PRODEBALT) Nigeria,

Chad Basin Development Authority Premises,

Maiduguri, Borno State, Nigeria

 

+2348030636667

 

Specific Procurement Notice at Rural Water Supply & Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

 

Rural Water Supply & Sanitation Sub-Programme in Yobe State

 

Date 21st January 2013

 

Loan No: 2100150015645

 

 

IFB/YB/RWSS/ICB/WORKS/MBH/13/2013

 

Drilling of Motorized Boreholes in 7 LGAS in Rural Areas of Yobe State

 

  1. This specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No 709 of August 31st, 2007.

 

  1. The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: drilling of boreholes, Contracts Nos. IFB/YB/RWSS/ICB/WORKS/MBH/13/2013

 

  1. Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, July 2012 Edition.

 

  1. The contract is divided into four (4) lots of a total of one hundred and fifty seven (157) boreholes consisting of one hundred and twenty four (124) Single Phase boreholes, twenty six (26) 3-phase motorized boreholes and seven (7) Solar Powered boreholes. The scope of the Works are as detailed below:

 

Lot 1-MBH-1

Description: Drilling and Installation of 41 nos MBH (4 nos 3-phase MBH 3 nos Solar BH and 34 1-Phase TIP-TIP) at Gulani and Fika LGAs

 

Lot 2-MBH-2

Description: Drilling and Installation of 43 nos MBH (5 nos 3-phase MBH, and 38 nos 1-Phase TIP-TIP) at Fika, Bursari and Bade LGAs

 

Lot3-MBH-3

Description: Drilling and Installation of 39 nos MBH (5 nos 3-phase MBH, 4 Solar BH and 30 nos 1-Phase TIP-TIP) at Bade, Karasuwa and Tarmuwa LGAs

 

Lot 4-MBH-4

Description: Drilling and Installation of 34 nos MBH (12 nos 3-phase MBH and 22 nos 1-Phase TIP-TIP) at Tarmuwa and Nguru LGAs

 

 

The Bid Security should be in an acceptable form equal to NGN5.00 million for each lot or an equivalent amount in any convertible currency

 

Interested Bidders may bid for Lots 1, 2, 3, or all lots. Bidders submitting bids for multiple lots must present separate Bid Security for each lot. Combined bid security for 2 or more lots will render the bids non- responsive.

 

  1. The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

  1. Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, July 201 2 Edition.

 

  1. 7.     Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am – 4:30pm on working days.

 

A complete set of Bidding Documents in English Language which

contain detailed specifications of the work 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 twenty five thousand Naira NGN25.000.00 for one lot; Ten Thousand Naira N10, 000.00 for each additional lot or an equivalent amount in any convertible currency . Payment should be made to the project accounts below:

 

Bank: First Bank Nig. Plc, Damaturu Branch, Nigeria

Account Name: AfDB-Assisted RWSSP

Account No: 2016956258

 

  1. Bids must be delivered to the Programme Manager at the address stated in item NO. 11 below by 4th March 2013 at 11:00a.m and must be accompanied by the required bid security.

 

  1. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the following address on 11th March 2013 at 12:00pm; Conference Room of Yobe State Secretariat (IBB Secretariat) located along Maiduguri – Gashua bypass adjacent to Yobe State House of Assembly Complex, Damaturu.

 

  1. An information meeting will be held on 11th February, 2013 at the address below;

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling

Station,

Damaturu, Nigeria

 

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886

 

 

 

Specific Procurement Notice at Rural Water Supply & Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

 

Rural Water Supply & Sanitation Sub-Programme in Yobe State

 

Date 21st January 2013

 

Loan No: 2100150015645

 

 

IFB/YB/RWSS/ICB/WORKS/HPBH/14/2013

 

Drilling of Hand Pump Boreholes in 6 LGAS in Rural Areas of Yobe State

 

  1. This specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No 709 of August 31st, 2007.

 

  1. The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: drilling of boreholes, Contracts Nos. IFB/YB/RWSSP/ICB/WORKS/SPP/HPBH/14/2013

 

  1. Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, July 2012 Edition.

 

  1. 4.     HPBH-1

Description: Drilling and Installation of 101 Nos Hand pump Boreholes in Gulani, Fika, Nguru, Bursari, Karasuwa and Bade LGAs. The Bid Security should be in an acceptable form equal to NGN4.00 million or an equivalent amount convertible currency

 

  1. The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

  1. Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, July 201 2 Edition.

 

  1. 7.     Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am – 4:30pm on working days.

 

  1. A complete set of Bidding Documents in English Language which

contain detailed specifications of the work 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 twenty five thousand Naira NGN25.000.00 or an equivalent amount in any convertible currency . Payment should be made to the project accounts below:

 

Bank: First Bank Nig. Plc, Damaturu Branch, Nigeria

Account Name: AfDB-Assisted RWSSP

Account No: 2016956258

 

  1. Bids must be delivered to the Programme Manager at the address stated in item NO. 11 below by 4th March 2013 at 11:00a.m and must be accompanied by the required bid security.

 

  1. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the following address on 4th March 2013 at 12:00pm; Conference Room of Yobe State Secretariat (IBB Secretariat) located along Maiduguri – Gashua bypass adjacent to Yobe State House of Assembly Complex, Damaturu.

 

  1. An information meeting will be held on 11th February, 2013 at the address below;

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling

Station,

Damaturu, Nigeria

 

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886

 

 

Specific Procurement Notice at Rural Water Supply & Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

 

Yobe State Government of Nigeria

 

Rural Water Supply & Sanitation Sub-Programme in Yobe State

 

Date 21st January 2013

 

Loan No: 2100150015645

 

IFB/YB/RWSS/ICB/WORKS/SPP/SPMBH/11/2013

 

Drilling of Single Phase Motorized Borehols in Schools and Public Places in 4 LGAs Rural Areas of Yobe State

 

 

 

  1. This specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No 709 of August 31st, 2007.

 

  1. The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: drilling of boreholes, Contracts Nos. IFB/YB/RWSSP/ICB/WORKS/SPP/SPMBH/11/2013

 

  1. Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, July 2012 Edition.

 

  1. Description: Drilling and Installation of 52 Nos Single Phase Motorized Boreholes in Gujba, Damaturu, Fune and Nangere LGAs. The Bid Security should be in an acceptable form equal to NGN5.00 million or an equivalent amount convertible currency

 

  1. The Project Implementation Unit, Rural Water Supply and Sanitation Sub-programme in Yobe State now invites sealed bids from prospective eligible bidders for the above-mentioned packages

 

  1. Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, July 201 2 Edition.

 

  1. 7.     Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am – 4:30pm on working days.

 

A complete set of Bidding Documents in English Language which

contain detailed specifications of the work 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 twenty five thousand Naira NGN25.000.00 or an equivalent amount in any convertible currency . Payment should be made to the project accounts below:

 

Bank: First Bank Nig. Plc, Damaturu Branch, Nigeria

Account Name: AfDB-Assisted RWSSP

Account No: 2016956258

 

  1. Bids must be delivered to the Programme Manager at the address stated in item NO. 11 below by 4th March 2013 at 11:00a.m and must be accompanied by the required bid security.

 

  1. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the following address on 4th March 2013 at 12:00pm; Conference Room of Yobe State Secretariat (IBB Secretariat) located along Maiduguri – Gashua bypass adjacent to Yobe State House of Assembly Complex, Damaturu.

 

  1. An information meeting will be held on 11th February, 2013 at the address below;

 

Rural Water Supply and Sanitation Programme,

Flat A6 & A7 300 Housing Units,

Maiduguri Road, Behind NNPC Mega Filling

Station,

Damaturu, Nigeria

 

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246886