Request for Expressions of Interest at Lagos Metropolitan Area Transport Authority (LAMATA) Lagos Urban Transport Project II (LUTP II)

Lagos State Government

Lagos Metropolitan Area Transport Authority (LAMATA) Lagos Urban Transport Project Ii (LUTP II)

 

 

Procurement Audit of Selected World Bank – Financed Contracts in Nigeria

 

IDA Credit No. 4767-UNI

 

Date: January 22nd, 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 this project to cover eligible payments under the contract for the following consultancy services;

 

Consultancy Service for the Procurement Audit of selected World Bank Financed Contracts in Nigeria

 

The objective of the Procurement Audit is to preview the procurement, contracting, and implementation processes which have been followed for a sample of up to 30% of the total contracts, to confirm their consistency with the Credit Agreements. The purpose of the audit is to seek conclusions on; the procurement and contracting procedure and processes followed for the contracts; compliance with the World Banks general guiding principles of economy and efficiency equal opportunity, transparency and quality and to the extent possible, technical, physical completion, and price competitiveness aspects of contracts; and possible improvements in the system.

 

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 201 1, 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 sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from 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 February 5th, 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@lamata-ng.com, adabiri@lamata-ng.com

 

 

Request for Proposals at Nigerian Aviation Handling Company Plc (NAHCO AVIANCE)

Nigerian Aviation Handling Company Plc (NAHCO AVIANCE)

 

Request for Proposals

 

Industrial Cleaning Services

 

i)                   Introduction

The Nigerian Aviation Handling company plc (nacho aviance) is requesting proposals from qualified industrial cleaning service providers for the provision of industrial cleaning and janitorial services for its cargo warehousing facilities located within the Murtala Mohammed International Airport, Ikeja – Lagos

 

ii)                Description of Facilities

The industrial cleaning services cover 3 cargo warehousing facilities (Import, Export and Courier) located within the airport. These cargo warehouses are very busy work areas with heavy traffic of cargo handling equipment.

 

 

iii)              Requirement and Scope of Work

The interested service Provider will be expected to provide a full range industrial cleaning services, adopting best in class standards and environment friendly practices, which should include but not limited to:

  • High level cleaning (dust and cobwebs removal) of walls, racks, steel ceiling grids using mobile powered access equipment or mobile scaffold towers
  • warehouse floor cleaning
  • Light fixtures cleaning
  • External fixtures cleaning
  • External paved/hard floor cleaning and maintenance
  • Office floor stripping, polishing and waxing
  • Industrial Stain removal
  • Cold storage facilities sanitation, disinfection and  sterilization
  • Parking lot cleaning

 

nacho aviance is seeking evidence from interested firms that they can satisfy the following experience requirements:

a)     show proof that in  the last 36 months they have held a public or private sector contract of the type and size described in this request for proposal and have satisfactory completed the contract

b)    have been employed in the type of services being proposed and can provide verifiable reference as to their satisfactory performance

c)     can adequately demonstrate that they have the ability to provide the necessary expertise and resources to satisfactorily execute the contract

 

 

iv)              General Provisions

  • nahco aviance expects to enter into an initial two years contract, renewable annually subject to an annual evaluation of the firm’s performance.
  • nahco aviance reserves the right to reject any or all proposals for any reason or to accept any proposal in whole or in part on the basis of proposals received, which nacho aviance in its sole unrestricted discretion deems most advantageous to itself.
  • The lowest or any proposal may not necessarily be accepted.
  • The interested firm acknowledges nahco aviance’s rights under this clause and absolutely  waives any right of action against the nahco aviance concerning the
  • nahco aviance’s failure to accept its proposal or any proposal whether such right of action arises in contract, negligence, bad faith or any other cause of action,
  • The acceptance of any proposal is subject to budget funds being available as well as the approval of the Board of nahco aviance
  • nahco aviance makes no representation or warranty; either express or implied, with respect to the accuracy or completenes of any information contained or referred to in this Request for Proposal. Each interested firm is solely responsible to ensure that they have obtained and considered all information necessary to understand the requirement of the Request for Proposal and to prepare and submit their proposal
  • Proposals must remain valid  for sixty (60) days following the closing time and date.

 

Unless otherwise requested in writing, interested firms must not contact or communicate with any elected or appointed officer or employee of nahco aviance other than Manager, legal Services in relation to the proposal prior to the award of such proposal as outlined herein. Any such communication will result in disqualification of the proposal from further consideration.

 

v)                Proposal Submission

Interested firms must submit the documents in the following order – proposals will be evaluated in part on adhering to these instructions:

1.       Cover letter indicating your understating of the requirements of the Request for Proposal and identifying the primary contact for the contract. The letter must be signed by an authorized company representative.

2.       Curriculum vitae of the principal personnel including name, contact information, years of experience, specific technical qualifications,

3.       At test three recent references from similar sized/type clients including current contact information. Outline for each client:

  • Type of services provided
  • Number of years service have been provided
  • Square footage/metres of facility(s)
  • Age of facility(s)
  • Approximate annual cost of services provided

 

4.  Proposed Cleaning Programme for the warehouse facilities under consideration

5.  Fee proposal (quote prices separately for each warehouse facility)

 

 

vi)              Proposal Evaluation:

Proposals in hard and soft copies (CDROM) enclosed in a sealed package clearly marked “Industrial Cleaning Services” will be received not later than 1st February, 2013 by 4.00pm

Manager, Legal Services

Nahco Aviance House

Murtala Mohammed International Airport

Ikeja

 

Any proposal received after this time will not be considered.

 

Proposals will be evaluated generally as follows:

Quality/Completeness of proposal Submission – 10%

Key Personnel Experience and Expertise – 30%

Overall Service Provision Proposal – 40%

Cleaning & Professional Fee proposal – 20%

 

vii)           Additional Information

Arrangement for site inspection plus any other additional information could be obtained via info@nahcoaviance.com

 

 

 

Tender Notice at Central Bank of Nigeria

Tender Notice

Central Bank of Nigeria on behalf of DMO

Nigerian Treasury Bills

 

Notice is hereby given by the Central Bank of Nigeria on behalf of DMO that the Federal Government of Nigeria Treasury Bills of 91, 182 and 364-day tenors amounting to N34, 888,896,000. N50, 000,000.000 and N80, 000,000,000 respectively would be issued by Dutch auction on Thursday, January, 24th 2013.

 

All Money Market Dealers should submit bids through the CBN TEMENOS INTERNET BANKING between 9.00am. and 11.00am on Wednesday. January, 23rd 2013

 

Each bid must be in multiple of N1,000 subject to a minimum of N10,000. Authorized Money Market Dealers are allowed to submit multiple bids. A bid may be for authorized money Market Dealers own amount, Non Money Market Dealers or interested members of the public. The result of the auction would be announced by 11.30 am on Wednesday, January 23rd 2013. The Bank reserves the right to reject any bid.

 

Allotment letters would be issued for successful bids on Thursday, January, 24th 2013, while payment for successful bids should be made to your account with the Central Bank of Nigeria not later than 11.00am on Thursday, January 24th, 2013

 

The Banker reserves the right to vary the amount on offer in line with market realities prevailing as at the period of auction of the Nigerian Treasury bills.

 

 

Government Securities Office

Central Bank of Nigeria

Abuja

Invitation to Bid at Rural Water and Environmental Sanitation Agency, Osun

 

 

Government of the State of Osun, Nigeria

 

Rural Water and Environmental Sanitation Agency

 

Invitation to Bid

 

Bid For: Construction of Boreholes

 

Ref. No: OS/RUWESA/AfDB/W004/2013

 

Name of Project: RWSS Sub- Programme

 

Date: 21st January, 2013

 

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 the State of Osun and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: i. e. Drilling and installation of 36 Hand-Pump Boreholes in Public Primary Schools. The Contract is no. OS/RUWESA/AfDB/W004/2013

 

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

 

3.       The contract is Drilling and Installation of 36 Nos. of hand pump boreholes in Public Primary Schools. The scope of the works; Geophysical investigation, Drilling of 180mm diameter hole through all formations to the aquifer of adequate depth (0-50m), Pump testing, Construction of Platform, Installation and Water quality analysis at Atakunmosa East, Atakunmosa West, Ede North, Egbedore, Ife East Area Office, Ife North, Ifelodun, Ila, Iwo, Orolu and Osogbo LGAs

 

4.       The Bid Security should be in an acceptable form equal to One Million Naira (NGN1, 000, 000.00) or equivalent amount in other freely convertible currencies.

5.       The Project Implementation Unit, State of Osun Rural Water and Environmental Sanitation Agency (RUWESA) now invite sealed bids from prospective eligible bidders for the above-mentioned packages.

 

6.       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 2012 Edition.

 

7.       Interested eligible bidders may obtain further information from The Programme Manager, State of Osun Rural Water and Environmental Sanitation Agency (RUWESA), ruwesaosun@yahoo.com.

 

8.       A complete set of Bidding Documents in English Language which contain detailed specifications of the works may be purchased by interested bidders upon payment of a non-refundable fee of NGN20,000,00 (Twenty Thousand Naira) or equivalent amount in other freely convertible currencies.

 

9.       Bids must be delivered to the State of Osun Tenders Board, Governor’s Office, Gbongban Road, Abere by 4th March, 2013 at 12:00 noon and must be accompanied by the required bid security, 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 State of Osun Tenders Board, Governor’s Office, Gbongban Road, Abere by 4th March, 2013 at 12:30 p.m.

 

10.     An information meeting will be held on 18th February, 201 3, by 10:00a.m at RUWESA Conference Room.

 

Signed:

The Programme Manager,

State of Osun Rural Water and Environmental

Sanitation Agency (RUWASA),

State of Osun New Secretarial, P.M.B 4466,

Osogbo, Nigeria.

 

E-mail: ruwesaosun@yahoo.com.

 

Tel: + 234 8034745942 or +234 8125141688

Bid Advertisement at Federal College of Education

Federal College of Education

Pankshin

PMB 1027, Pankshin Plateau State

 

Bid Advertisement

The Federal College of Education Pankshin is desirous of competent and qualified contractors and suppliers to bid for its 2011 and 2012 (merged) TET-Fund normal intervention for the following projects:

 

Lot 1          Construction of academic staff offices complex Block A

 

Lot 2          Construction of academic staff offices complex Block C

 

Lot 3          Construction of academic staff offices complex External works

 

Lot 4          Reconstruction of PHE hail to a standard multipurpose science laboratory

 

Lot 5          Connection of Electricity to academic staff office complex

 

Lot 6          Provision and Connection of water to the academic staff office complex

 

Lot 7          Provision and connection of water to the multipurpose science Laboratory

 

Lot 8          Procurement of Computers and accessories for computer laboratory

 

 

  1. 1.     Requirements

Interested and eligible suppliers/contractors are required to forward the under listed items for pre-qualification:

 

  1. Company’s name and address
  2. Evidence of company registration with Corporate Affairs Commission
  3. Evidence of tax clearance certificate for the last three years
  4. Company profile with details of names resume of Directors with their credentials, duly signed by key Technical/Experienced personnel to be involved in the execution of the projects
  5. Verifiable list of similar jobs successfully executed within the last three (3) years including names of clients, location of projects, letters of contract award, cost of projects, and practical completion certificates.
  6. Company audited accounts for the last three (3) years
  7. Evidence of company’s financial standing and bank reference
  8. VAT registration and evidence of past VAT remittances (TIN inclusive)
  9. All prospective bidders are expected to accompany their submissions with sworn affidavit disclosing whether or not any officer of the Federal College of Education, Pankshin is a former or present director, stakeholders or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.

 

In compliance to section 6 (1) (3) of the amended ITF ACT, 2011 as well as the NHIS and pension laws:

 

  1. “Every employer having five (5) or more employees in his establishment, or having less than five (5) employees but With a turnover of 50 million naira and above per annum, shall in respect of each calendar year and or the prescribed date, contribute to the ITF fund, one percent of his total annual payroll”.
  2. “Any supplier or contractor or consultant bidding or soliciting contract(s), business(es)/ goods  and  services  from   any  Federal Government  Ministry, Department and Agency(MDA’S) as well as commercial/industrial and private entities must fulfill statutory obligations of his employees with respect to payment of his training contribution”
  3. “Any liable organization, public or private including companies situated in the free trade zone requiring approval for expatriate quota and/or utilizing custom services in matters of export and import, must show proof of compliance with this Act in respect of payment of Training Contribution of his employees”
  4. Evidence of company’s commitment to staff on NHIS and pension contribution as obtained from the concerned establishments.

 

 

  1. 1.     Submission of Documents

Pre-qualification documents shall be enclosed in a sealed envelope and marked “Confidential”, Pre-qualification should be specific e.g. (Lot 1

Construction of academic staff offices complex block A) as the case may be.

Pre-qualification documents shall be submitted to;

The Secretary,

Tender’s Board,

Federal College of Education,

P.M.B. 1017,

Pankshin

 

 

  1. 2.     Bid Opening Exercise

Pre-qualification document must be submitted not later than 12.00 noon of Monday 4th February, 2013 and shall be opened that same day in the College Boardroom, Contractors are advised to be present or represented at the opening ceremony and should be able to produce original copies of company’s tax clearance certificates if requested.

 

Contractors or their representatives are advised to be seated, by 12.00 noon for the opening exercise.

 

Note: No submission will be accepted after 12 noon on the closing date being Monday 4th February, 2013. Only pre-qualified bidders will be invited to participate in the financial bidding exercise and will be required to pay a non refundable fee of 1445, 000, 00 for Lots 1-4 and H20, 000.00 for lots 5-8.

 

Signed:

Istifanus Kyakmut Mnipr

Public Relations Executive

For: secretary. Tenders Board