Request for Expressions of Interest (Consulting Services – Firms Selection) at Ibadan Infrastructural Rehabilitation Project (IIRP), Oyo State

Oyo State Government, Federal Republic of Nigeria

Ibadan Infrastructural Rehabilitation Project (IIRP)

 

Request for Expressions of Interest (Consulting Services – Firms Selection)

 

Consultancy Services for the Engineering Studies, Design and Supervision of the Rehabilitation of Eleyele Dam and Ogupa Lake

 

Reference No.: IIRP/WB/OY/2012/PP6

 

The Federal Government of Nigeria on behalf of Oyo State Government has applied for financing from the World Bank toward the cost of the Ibadan Infrastructural Rehabilitation Project (IIRP), and intends to apply part of the proceeds for consulting services.

 

The consulting services (“the Services”) include assistance to Oyo State Government to carry out engineering studies, design and the supervision of the rehabilitation work of Eleyele dam and Ogunpa Lake in Ibadan.

 

The Consultant shall carry out all the necessary studies and audit in compliance with ICOLD guidelines and Standards in order to design, plan and supervise the necessary remedial works to restore the Eleiyele Dam and Lake, and Ogunpa Lake to their original capacities and functions and to guarantee the durability of the structures.

 

The   consultant   shall   also   carry   out   all   necessary hydrological studies in order to ensure the safety of the population located at the downstream of Eleiyele Dam, and define mitigating measures to be taken for safe operation and management of the Dam.

 

The implementation period for the studies and design shall be a period of 9 months while that of the supervision phase shall be 24 months.

 

The Oyo State Ministry of Physical Planning and Urban Development now invite eligible consulting firms (“Consultants”) to indicate their interest in providing the 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:

 

a.       Experience in Dam design and rehabilitation

b.       Experience   in   engineering   supervision   of rehabilitation and construction……..

c.       Social   and   Environmental   impact assessment preparation and resettlement planning expertise.

 

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 (“Consultant Guidelines 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:

 

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications.

 

A Consultant will be selected in accordance with the Quality-and Cost-Based (QCBS) method set out in the Consultant Guidelines.

 

Further information can be obtained at the address below during office hours 9.00am to 4.00pm (i.e. 9am to 4pm).

 

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 11th January 2013.

 

Ministry of Water Resources

Attn: Permanent Secretary,

Ministry of Water Resources

Room 18A, New Head of Service Building

Oyo State Secretariat, Agodi Ibadan

Tel: (234-803-495-7432)

E-mail: hilawal@yahoo.com

 

Re: Pre-Qualification of Contractors for Rehabilitation of Access Roads and Maintenance of Traces on 33kv Transmission Lines at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Public Notice

 

Re: Pre-Qualification of Contractors for Rehabilitation of Access Roads and Maintenance of Traces on 33kv Transmission Lines 

 

Addendum

 

Interested companies should refer to our recently published advertisement in the Federal Tender Journal (Page 4), The Guardian (Page 32) and Leadership (Page 45) all of Monday 10th December, 2012 and notes as follows:

 

  1. The exercise is for general pre-qualification for all transmission lines advertised. Applicants are therefore advised not to submit proposals based on specific lines.
  2. Some of the line jobs so advertised were tendered for in March/April, 2012 but the exercise was aborted.
  3. All Pre-qualified companies that submitted financial bids for any of the line jobs in the tendering exercise mentioned in (b) above are automatically qualified to bid for the line jobs in the current exercise. such companies do not need to participate in this pre-qualification exercise. They are however required to signify in writing their desire to participate in the new financial bidding.

 

 

Submission of Documents

Interested companies are hereby informed that the submission period for pre-qualification proposals has been extended to Tuesday, 15th January, 2012

 

Note that this same advert will be published in the Federal Tenders Journal on Monday, 24th December, 2012.

 

 

Signed:

Management

Transmission Company of Nigeria (TCN)

Invitation for Bids at Cross River State Commercial Agriculture Development Project

Cross River State Commercial Agriculture Development Project

State Ministry of Agriculture and Natural Resources

 

Invitation for Bids

Nigeria

Credit No. 4539 – UNI

Rehabilitation of Farm Access Roads in Cross River State

IFB No. CADP/CRSCADP/CADA/FAR/NCB/02/2012

 

1.         This Invitation for Bids follows the General Procurement Notice (GPN) for the Commercial Agriculture Development Project which appeared in “Development Business Issue No. WB 3108-756/09 and “This Day” Newspaper of 22nd July 2009.

 

2.         The Cross River State Government through the Federal Government of Nigeria has received a credit from the International Development Association (herein referred to as IDA) towards the cost of Commercial Agriculture Development Project (CADP), and It intends to apply part of the proceeds of tills credit to eligible payments under the contract for Rehabilitation of Farm Access Roads.

 

3.         The Cross River State Commercial Agriculture Development Project (CRCADP) now invites sealed bids from eligible and qualified bidders for the Rehabilitation of selected roads as described below:

 

 

Lots Name of Site

 

Location

 

Distance

(KM)

 

Type of road

Construction

 

Bid

Security

 

Completion Period

 

1 Idukutega-Ogbudu Arkwa

 

Okpoma, Yala LGA

 

6.30

 

Laterite

 

N2,820,000.00

 

10 months

 

2 Alege New Jerusalem

Okweresing-Eraru Allege) Road

 

Obudu, Obudu LGA

 

4.22

 

Laterite

 

N2,820,000.00

 

10 months

 

3 Ogep-Osakom Okundi Road

 

Okongbe Borum, Boki LGA

 

4.05

 

Laterite

 

N2,820,000.00

 

10 months

 

4 Ejago Kura Ekimkok Road

 

Etomi Road, Ikom LGA

 

4.00

 

Laterite

 

Nl,850,000.00

 

10 months

 

5 Effium-ULe Abaribara Rd.

 

Adlm, Biase LGA

 

3.00

 

Laterite

 

Nl,610,000.00

 

10 months

 

6 Betem Idoma Qwai Road Betem, Biase LGA

 

4.19 Laterite

 

N2,100,000.00

 

10 months

 

7 Mberebere Uyi Efedem Road

 

Odot, Odukpani LGA

 

4.55

 

Laterite

 

N2,910,000.00

 

10 months

 

8 Abakot-Eneyo Ikot Effanga Road

 

Ikot Effanga, Akpapabuyo LGA

 

4.00

 

Laterite

 

N2,920,000.00

 

10 months

 

 

Bidders can bid for one or more lots

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the world Bank’s Guidelines: Procurement of civil works and Goods under IBRD Loans and IDA Credits and is open to all bidders from eligible source Countries as defined in the Guidelines.

 

5.         Interested eligible bidders may obtain further information from and inspect the bidding document at the cross River State Commercial Agriculture Development Project (CRCADP), at the address given below from 10: 00 to 4.00p.m. Monday to Friday.

 

6.         Qualifications requirement include:

i)          Average annual financial amount of construction/rehabilitation work over the last 3 years for each lot as follows:

 

Lots 1 2 3 4 5 6 7 8
Average Annual Turnover (N)

 

N228,527,

008,67

N226,478,

78,725.23

N226,044,

655,71

 

N146,646,

682.65

N128,680,

871,23

N166,975,

575.90

N233,001,

318.17

N233,965,

863.83

 

ii)         Experience as prime contractor in the carrying out at least three (3) projects of similar nature and complexity equivalent to the works over the last 5 years (to comply with this requirement, the work cited should be at least 70% complete)

 

iii)        Availability (own/lease/ hire) of the essential equipment as listed in the Bidding Data        Sheet.

 

iv)        A Contract Manager with 15 years’ experience in construction of works of an equivalent nature and volume including not less than 10 years as Contract Manager.

 

v)         Construction Cash flow requirement for each lot is as listed below;

 

 

 

Lots 1 2 3 4 5 6 7 8
Construction Cash Flow (N)

 

N47,419,

354.30

 

N46,994,

335.49

N46,904,

266.06

N30,429,

186.65

N26,701,

280.78

N34,647,

432.00

N48,347,

773.52

N48,547,

916.75

 

Liquid assets net requirement for each of the lot is an listed below:

 

 

Lots 1 2 3 4 5 6 7 8
Liquid Asset (N)

 

N79,032,

257.17

 

N78,323,

892.48

N78,173,

776.77

N50,715,

311.08

N44,502,

134.63

N57,745,

720.00

N80,579,

622.537

N80,913,

194.58

 

7.         A complete set of Bidding Document in English Language 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 fifteen Thousand Naira (N15,000.00) or its equivalent in any freely convertible currency for the first lot and Ten Thousand Naira (N10,000.00) or its equivalent in any freely convertible currency for each additional lot. The method of payment will be by cash or bank draft in favour of Cross River State Commercial Agriculture Development Project (CRCADP).   The document will be collected by bidder’s representative.

 

8.         Bids must be delivered to the above office on or before 12Noon on Thursday, 17th January, 2013 and must be accompanied by a bid security in the amount stated in the table in paragraph 3 above. Electronic bidding will not be permitted. Late bids will be rejected.

 

9.         Bids will be opened in the presence of bidder’s representatives who choose to attend on Thursday, 17th January, 2013 by 12.00 Noon, at the address below:

 

Cross River State Commercial Agriculture Development Project Office,

Conference Room of the Cross River Commercial Agriculture Development Project,

ADP Office Complex,

IBB Way, Opposite Margaret Ekpo International Airport,

Calabar

E-mail: crossrivercadp@yahoo.com

08030901766, 08076943948, 08035430633

 

Tender Opportunity at Nigerian Agip Exploration Limited

Nigerian Agip Exploration Limited

Tender Opportunity

Provision of Geotechnical Survey Services in NAE Offshore Acreages

 

 

Introduction

Nigerian Agip Exploration Limited (NAE) intends to put in place a global tenbder for the PROVISION OF GEOTECHNICAL SURVEY SERVICES IN NAE OFFSHORE ACREAGES.

 

The proposed contract shall have duration of two (2) years plus one optional year effective from the date of award of the contract for the service.

 

The geotechnical sites survey contract shall be executed on cal l-out basis as and when needed.

 

  1. 1.     Scope of Work

Objective of the geotechnical investigation is to ascertain the subsoil conditions and acquire geotechnical design data for the foundation engineering and installation of fixed platforms, mobile drilling units, and floating structures.

 

 

The scope of the contract shall cover the following without limitation:

 

 

Geotechnical Survey

Field area to be surveyed in water depth that varies from 60m to 2,100m.

 

The minimum geotechnical investigation program for Surface Facility anchorage area and mobile drilling unit (Jack-up):

  • 3 Borehole to minimum 30m depth from seabed with continuous undisturbed sampling. This borehole could be executed in seabed mode (for example STACOR, PROD);
  • Continuous PCPT to minimum 30m depth from seabed. Continuous PCPT shall be performed by means of seabed system;
  • Seabed Vane Test shall be executed down to minimum 30m depth with 2 meter step at East anchor cluster;
  • Boreholes, PCPTs and Vane Test shall reach minimum 30m penetration below seabed;
  • Note that no light PCPT apparatus, recently available on the market, will be accepted.
  • Insitu & in country laboratory testing of soils and cores.

 

 

2.       Mandatory Requirements

a)       To be eligible for this tender exercise, interested Contractors are required to be pre-qualified   in   the    30903   –   Geotechnical   Site   Survey   Services (Product/Services) in NipeX Joint Qualification System (NJQS) database.  All successfully pro-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

To determine if you are pre-qualified and to 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. If you are not listed in a product/service category and you are registered with DPR to do business contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update. To initiate the JQS pre-qualification process, access www.nipexng.com  to download the application form, make necessary payments and contact NipeX office for further action. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

3.       Nigerian Content

Bidders are invited to express complete understanding and willingness to comply with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010.

 

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act provisions/Schedule. Only bidders whose submissions are in compliance shall proceed to the next stage of the tendering process.

 

The following are some of the information/documentation that will be required for

submission at the ITT stage:

 

a)       Demonstrate that entity is a Nigerian company as defined in the NOGICD Act 2010. Details of Company ownnership and shareholding structure with certified true copies of CAC forms C02 and C07, including company  memorandum & article of association and other evidence of entity’s incorporation.

 

b)      Submission of Nigerian Content Plan that addresses utilization of Nigerian

Labour, Services, Materials and Equipment for this service in order to achieve a minimum target, as set out in the requirements of the NOGICD Act 2010 for this service.

 

c)       Where capacity is inadequate, genuine alliances with multinationals companies for the purpose of technology transfer will be accepted; the alliance or Joint venture will demonstrate with binding Memorandum of Agreement signed by chief executives of the entities that evidences clear work-share ratio among the parties and time frame for growth or transfer to be achieved; multinational companies are required to demonstrate evidence of capacity development plans of local business e.g. subcontracting, joint venture etc.

 

d)      Bidder’s sourcing strategy/plan for this scope of service; and evidence of source of products, materials etc – whether in-country assemblage/production etc.; evidence with address not P.O. Box and location where procurement activities will be coordinated in Nigeria.

 

e)       Current and in-place organization structure with detailed experience and skills of key management personnel with names; Evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian nationals and the percentage of the total workforce that are Nigerians; Detailed training plan for the service that will include past training of Nigerians; training to be executed on this service with content duration, expected.

 

f)       Detailed description of the location of in -country committed facilities & infrastructure (assets, equipment, storage, workshop, maintenance centre laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up.

 

g)       Evidence of Nigerian Content Equipment Certificate NCEC) or evidence of application to NCDMB for the issuance of the Nigerian Content Equipment

 

h)      Describe specific programmes in place to transfer technology and skills to

Nigerians businesses.

 

NOTE: Failure to meet the Nigerian Content requirements is a “FATAL FLAW”

 

5.       Closing Date

Only tenderers who are registered with NJQS under Product Group 30904 – Geophysical and Hydrographic Site Survey Services as at 7th January 2013 being the advert closing date, shall be invited to submit Technical Bids.

 

6.       Additional Information

  • This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAE, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAE and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

  • The above mentioned service shall be used also by one of our affiliate company, NIGERIAN AGIP OIL COMPANY (NAOC), in their shallow water activities

 

  • Please visit the NipeX Portal at www.nipexng.com  for this Advert and other information.

 

Management

 

Procurement Notice at Nigeria European Union Cooperation, National Planning Commission Abuja

Nigeria European Union Cooperation

 

Republic of Nigeria

National Planning Commission Abuja

 

Contract title: Technical Assistance for Component 4 of the EU Niger Delta Support Programme (NDSP)

 

Publication ref.: EUROPAlD/132928/D/SER/NG

 

The National Authorizing Officer (NAO) of the European Development Fund (EDF) represented by the Honourable Minister of National Planning Commission (NPC) intends to award a service contract for the provision of technical assistance on the provision of basic infrastructure micro projects in the nine Niger Delta states of Abia, Akwa-lbom, Bayelsa, Cross-River, Delta, Edo, Imo, Ondo and Rivers respectively with financial assistance from   the   10th  Programme  of the European Union Development Fund (EDF).

 

The Procurement Notice is available from 12th December 2012 at the office of the Director, Department of International Cooperation, Room 202,

2nd Floor National Planning Commission, No 421, Constitution Avenue, Central Business District, Abuja, NIGERIA.

 

It is also published on the EuropeAid website: https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome .

 

The deadline for submission of applications is 28/01/2013, 4p.m.