Request for Expressions of Interest (Consulting Services – Firms Selection) at Ministry of Water Resources

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 20th December 2012.

 

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

Invitation for Pre-Qualification for Provision of Solid Waste Collection & Management Services in Twenty One (21) District (Lots) for a Period of Three (3) years at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

 

Invitation for Pre-Qualification for Provision of Solid Waste Collection & Management Services in Twenty One (21) District (Lots) for a Period of Three (3) years

 

 

Introduction:

The Federal Capital Territory Administration through Abuja Environmental Protection Board (AEPB) intends to procure the services of competent companies for the Solid Waste Collection & Management in twenty one (21) districts of the FCT for a period of three (3) years. Interested and competent companies are hereby invited to submit Technical / Prequalification documents for the cleaning services in the areas listed in the table below:

 

s/NO

 

DISTRICT NAME

 

LOT NO

 

AREA OF COVERAGE

 

1

 

ASOKORO-MAIN

 

1

 

Bounded in the South by Samoa Michel Street, Nelson Mandela up to Vila, to State House Clinic, Mogadishu Barracks and Kugbo Village and Furniture Market

 

2

 

ASOKORO-GUSAPE

 

2

 

Bounded by OSEX on the North-East through Justice Lawal Uwais, Jose Martins, Justice Oputa, Muhammed Nasir, Hamza Abdullahi street to the south including Gusape District (Kuruduma Village

 

3 CENTRAL BUSINESS DISTRICT

 

3

 

The entire CBD from Nnamdi Azikiwe to the Three Arm Zone.

 

4

 

MAITAMA (A)

 

4

 

Consisting of Aso Drive, Gana street, Nicon up to NUC, Imani Estate, FHA, Katsina Ala, Osun crescent up to ONEX, Lake Chad, Maitama extension, Urban Mass Transit, Leventis and Rahamaniya filling station.

 

5

 

MAITAMA (B)

 

5

 

AP Riling Station, OAU Quarters, Uruguay Street, Minister Hills, Nnamdi Azikiwe Way, ONEX and Rhine & Panama Streets.

 

6

 

WUSE 1 (A)

 

6

 

Consisting of Wuse Zone 6 and 5 (A & B), bounded by Nnamdi Azikiwe, Sani Abacha way crossing to Wuse Market, Accra street area and Ndola crescent.

 

7

 

WUSE 1 (B)

 

7

 

Consisting of Wuse Zone 3 and 4, bounded by Sani Abacha Way, Ibrahim Abacha Estate. Zone 3, Sultan Abubakar to Wuse market and Kitwe street back to Sani Abacha way.

 

8

 

WUSE 1 (C)

 

8

 

Consisting of Wuse Zone 1, 2 and 7. Bounded by Sultan Abubakar through Olusegun Obasanjo way to GSM Village including Wuse Zone 1 and 7 to Nnamdi Azikiwe Way.

 

9

 

WUSE 2 (A)

 

9

 

Ademola Adetokunbo Crescent and Environs

 

10

 

WUSE 2 (B)

 

10

 

Aminu Kano Crescent and Environs including a portion of Nnamdi Azikiwe Way.

 

11

 

GARKI1

 

11

 

Consisting of Garki Area 1 (A & B), Area 2 (A & B) and Area 3, Area 7, 8, 10 and 11 deluding Parade Ground And International Conference Centre.

 

12

 

GARKI2(A)

 

12

 

Starts from Nnamdi Azikw e to Muhammadu Buhari way including Birnin Kebbi, Garki Village and Jere Street to old CBN office.

 

13

 

GARKI2(B)

 

13

 

Starts from Muhammadu Buhari way to Area 11 Secretariat (FCDA) including Obasanjo estate to Dantata up to Gimbiya, Onitsha crescent sharing boundary with Asokoro to NTA Channels 10 including AGIS.

 

14

 

GUDU/DURUMI

 

14

 

Includes APO Extension, NEPA junction, Bounded by RR1, OSEX EXT-NEPA Junction, Oladjo Diya Rd, Games Village Rd- Stadium Round-about.

 

15

 

WUW/CITY GATE

 

15

 

Entire Wuye District , including City Gate, Berger Yard, National Stadium Complex, Wonderland Amusement Park and Games Village road and back to Wuye through Nnamdi Azikiwe way.

 

16

 

UTAKO

 

16

 

Entire Utako District

 

17 GWARIMPA 1 (LIFE CAMP)

 

17

 

From Gwarimpa Round-About through the Ring Road 2 Including all the Construction Company Yards around Gwarinpa 1, tap, Lento, fish Market, AP filling station.

 

18 GWARIMPA 2(A)

 

13

 

From Kado/Gwarimpa Bridge through Transit way to Citec Including part of 1st and 3rd Avenue, Works & Housing War College, 32 & 34 Road.

 

19 GWARIMP A2(B)

 

19

 

Part 1st Avenue, 2nd Avenue, 4th Avenue and 5th Avenue Setraco bounded by ONEX on the North and Transit way on the South.

 

20 JABI/DAKIBIYU 20

 

Bounded by Ring road 2, parkway passing through CN Okoll, Berger yard through to Jabi forest to Dakibiyu connecting back to Ring Road 2.

 

21 MABUSHI/KATAMPE/KADO         \

 

21

 

All the developed areas of Mabushi, Katampe, Kado districts, Bounded by RR1 from Katampe interchange, Sheu Yar’adua way/ Gwarinpa Round-about RR2/ Gwarinpa bridge, Murtala Mohammed Express way to Katampe Interchange.

 

 

 

2.       Period of Engagement: The cleaning services shall last for three (3 years (36 months)

 

3.       Scope of Works

The scope of the services comprises of but not limited to the following:

  1. Waste evacuation and transportation from all tenements, communities/waste generating points constituting the environs at least three times weekly.
  2. Litter control of all roads daily
  3. Sweeping of all streets daily
  4. Silt removal from all roads daily
  5. Removal of garden waste from all households in the areas of coverage.
  6. Vegetation control on all major highways, arterials roads and streets up to the property line.

 

 

Target is no litter, no waste dump, and no overflowing bin within the city, road, and the communities/waste generating points constituting the environs. All the above activities are expected to be carried out up to the property wall on the roads.

 

 

4.       Prequalification / Technical Requirements:

Interested Companies must forward copies of the following documents and the originals may be requested for sighting:

 

Requirements Without which a Company shall be disqualified

  1.        i.            Evidence of Registration with Corporate Affair Commission (CAC);
  2.      ii.            Evidence of Tax Clearance for the last three years, expiring December, 2012;
  3.   iii.            Certificate of Compliance issued by the National Pension Commission for registration with Pension Fund Administrator and Remittance of pension fund contributions in line with section 16(c) of the Public Procurement Act 2007;
  4.   iv.            Evidence of Contributions / Remittance of 1% of Annual Total Emolument accrued to members of staff of the company payable to ITF;
  5.      v.            Evidence of Registration of the Company with Environmental Health Officers Registration Council of Nigeria in  line with section  16  of Environmental Health Officers (Registration etc) Act 11,2002.

 

 

Other Requirements

  1.   vi.            Evidence of Audited Account prepared by a Chartered Accounting firm for the last three (3) years (2009, 2010 & 2011).
  2. Articles of Memorandum of Association and up to date Returns with the CAC;
  3. Valid Operational License issued by Abuja Environmental Protection Board,
  4.   ix.            Company’s Bank Statement for the last 12 months and current Bank Reference from a reputable Nigerian Bank;
  5.      x.            Company profile showing list of key personnel / Officers to be attached to the project stating their roles, designation, qualifications, and experience. Enclose individually endorsed photocopies of educational and professional certificates and Curriculum Vitae (CV) of the listed key personnel.
  6.   xi.            Evidences of similar jobs successfully executed / being executed within the last five (5) years. Only Completion Certificates, Valuation Certificates and Letters of Awards shall be considered;
  7. List of Cleaning Equipment to be used for the project and their locations /available for immediate inspection. State whether the equipment are on lease or owned.
  8. Comprehensive Work Plan.
  9. A Sworn Affidavit confirming that none of the company Directors has ever been convicted in any Court of Law in line with the provisions of Part IV Section 16 (6e-f) of Public Procurement Act, 2007.

 

5.       Submission of Pre-Qualification Documents

 

Three (3) copies (ONE Original and two copies) of Prequalification documents in a sealed envelope labeled as TECHNICAL DOCUMENTS for Solid Waste Collection & Management Services in……………….. (Lot No……) Abuja” should be dropped in the Tender Box at the Office of the Secretary, FCTA Tender Board Secretariat, Room 043, First Floor, Block B, FCTA Secretariat, Kapital Road, Area 11, Garki, FCT, Abuja. not later than 12:00 noon on Tuesday 18th  December, 2012

 

The representatives of the bidding companies, Civil Society Organizations and interested members of the Public are invited to witness the opening of the tenders on the same day by 12.00 noon at Justice Akinola Aguda Hall, FCT Archive & History Bureau, behind AGIS, Area 11, Garki Abuja.

 

 

Please Note:

(i)      No company/contractor should bid for more than two lots. A Company that violates this rule shall be disqualified.

(ii)     This advertisement to tender shall not be construed to be a commitment on the part of the Federal Capital Territory Administration (FCTA) or Abuja Environmental Protection Board (AEPB) nor shall it entitle the Bidder to make any claim what-so-ever or seek any indemnity from the FCTA / AEPB by virtue of such Bidder having responded to the advert.

(iii)    Tenders’ Register must be signed on the submission of Technical Documents.

(iv)    The FCTA may, at its own discretion, reject any bid which does not conform to the basic bidding rules.

(v)     Due diligence exercise shall be conducted to verify claims of bidders.

 

 

Signed:

Management

 

Invitation for Expression of in Interest (EOI) at Kano State Government

Kano State Government

 

Invitation for Expression of in Interest (EOI)

 

For the Development of a 5-Star Hotel, International Conference Center And Shipping Mails in three Model Cities in Kano State Under Public Private Partnership (ppp) Model

 

Introduction

Kano State is the most populous state in Nigeria and a strategic Center of Commerce with several major markets where multibillion naira commercial activities take place on regular basis. The State is currently undergoing massive and rapid infrastructural, commercial, and institutional development to reposition it for the prospects and challenges of the future and to promote increased economic activities, thereby positioning it as a vibrant economic hub in Nigeria.

 

In its desire to decongest the main city and provide decent housing in the state, the government is building three model cities (Kwankwasiyya, Amana and Bandirawo) with state of the art facilities such as recreation centers, parks and gardens, hospitals, hotels. Governor’s lodge, drainages, electricity, street lights and efficient road network. The Government is determined to complete these model cities within reasonable time as construction has began in earnest.

 

In a determined effort to stimulate the uptake of the promising business opportunities in the three model cities, the State Government, through the Kano North/South Terminus Coordinating and Development Committee, now invites Expressions of Interest (EoI) from interested investors for the development of a world-class 5-Star Hotel and International Conference Center in Kwankwasiyya City and Shopping Malls in the three cities based on Public Private Partnership models. Interested investors may propose their preferred PPP models for possible consideration.

 

The Scope of the Projects

The scope of the projects covers everything from design, construction, marketing, operation and management of the following:

1.       A Five Star Hotel, an International Conference Center and Shopping Mall in Kwankwasiyya City

2.       A Shopping Mall in Amana City

3.       A Shopping Mall in Bandirawo City

 

Pre-qualification Requirements

National/International legal entities including Joint ventures and consortia may submit their Expression of Interest for pre-qualification, which should be accompanied by the following:

a)       Evidence of Incorporation

b)      Tax Clearance Certificates for at least three years

c)       Evidence of financial capability and banking support (Bank reference and recent statement of account)

d)      Profiles of Professional Qualification of key technical personnel of the company

e)       Company audited accounts for 3 years from 2009 to 2010 prepared and duly   signed by a certified Chattered Accountant

f)       Sworn affidavit indicating that all the documents submitted are genuine and verifiable.

g)       Evidence of similar projects executed and operated and managed so far and sound knowledge of the industry.

 

Submission of Expression of Interest

Interested investors are hereby invited to submit their Expressions of Interest (EoI) on or before 26th December 2012 to:

 

Kano North/South Terminus Coordinating and Development Committee

C/O REPA, Office of the Secretary to the State Government, Cabinet Office, No. 1, Ahmadu Bello Way, Kano.

Tel: 08033966487, 07034530974, 08027917751

 

Signed: The Committee Chairman

 

Invitation for Pre-Qualification of Consultants for TETFUND Intervention Projects at Federal University of Petroleum Resources

Federal University of Petroleum Resources, PMB 1221 Effurun, Delta State Nigeria

 

Invitation for Pre-Qualification of Consultants for TETFUND Intervention Projects

 

  1. A.   Introduction:

The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State, has received normal intervention from the Tertiary Education Trust Fund (TETFUND) and it intends to apply part of these funds for the Construction of Entrepreneurship Centre and supply of equipments for its Workshops and Laboratories for the College of Technology.

FUPRE is desirous of executing the Projects on contract and wishes to invite reputable consultants with good track record to bid for pie-qualification.

 

  1. B.   Scope Of Work- Consultants

The scope of work includes preparation of detail/full drawings including ail necessary test-preparation of tender/contract documents and supervision. The Consultants are also expected to provide other services that will facilitate the execution of the building projects and supply of equipment with specification for workshop and laboratories for various Departments of the College of technology.

 

Lot 1:         Consultants for the Construction of Enterpreneurship Centre (Tetfund Project)

 

Lot 2:         Consultants for the Supply of Equipment for Workshops and Laboratories for College Of Technology in Departments of Electrical & Electronic Engineering; Mechanical Engineering; Petroleum Engineering; Marine Engineering; and Chemical Engineering (TETFUND Project).

 

  1. C.   Location of Projects

The projects are located at the University’s permanent site at Ugbomro in Uwie Local Government Area of Delta State.

 

 

  1. D.   Pre-Qualification Requirements for Consultants

Interested Architects, Civil, Mechanical & Electrical Engineers,       Quantity Surveyors, Equipment Specialist or a Consortium of these consultants who wish to participate in the projects are required to submit their firm’s profile which must include but not limited to the following documents:

 

1.       Registration Certificate with Corporate Affairs Commission

2.       Evidence of qualification and registration with appropriate professional Bodies

3.       Evidence of similar jobs done within the past three (3) years: 2009-2011

4.       Company profile and address/office location

5.       Audited accounts for the past three (3) years: 2009-2011

6.       Evidence of VAT certificate/Tax clearance certificate

7.       Curriculum vitae of the principal officers of the company

8.       Name and address of bankers and reference letter from such banks

9.       Evidence of compliance -with the provisions of the Pension Reform Act, 2004.

10.     Any other information to prove the company’s corporate and technical experience and capabilities

 

 

For additional information, please refer to “Standard Request the Selection of Consulting Firms (Complex Lump Sum) of the Federal Republic of Nigeria Bereau of Public Procurement Document”.

 

The consultancy services will be executed with strict adherence to all contractual terms in the signed agreement by all parties. All invited consultants will be required to submit a Technical Proposal.

 

  1. E.   Method and Submission of Application

Interested Consultants are expected to submit Technical Pre-Qualification documents. Pre-qualification documents of five (5) sets of photocopies each should be submitted in a sealed envelope dearly marked “Confidential: Pre-qualification for Consultancy Services (Tetfund Project) LOT……….

 

Name and mailing address of the Company which shall be clearly stated at the back of each envelope and Lot number on the top left hand side of the envelope”

 

Failure to comply with the above requirements will automatically result in disqualification.

 

All submissions are to be addressed to:

The Ag Registrar

Federal University of Petroleum Resources

PMB 1221

Effurun, Delta State

 

  1. F.    Deadline for Submission

The pre-qualification documents should be submitted in the “Tenders Box” at the office of the Ag. Registrar not later than 19th of December, 2012 at 12.00 noon

 

  1. G.  Opening of Pre-Qualification Bids

The pre-qualification bids will be opened at 2.00 pm on the 19th of December, 2012 and Tenderers are invited to attend the ceremony for the opening of the Lots at the University Auditorium

 

Caveat

Response to this invitation shall not oblige the University to consider any responding Firm for qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Firm.

 

Only pre-qualified Consultants would be invited for Financial Bidding.

 

Signed

R.A. EGBORGE (MRS)

Ag. Registrar

 

Request for Proposal at United Nations Development Programme (UNDP) Nigeria

Request for Proposal

 

Subject: “RFP – Supply, Deployment and Installation of Case flow Management Software at Bayelsa State Judiciary, Yenagoa”

 

The United Nations Development Programme (UNDP) Nigeria on behalf of the United Nations Office on Drugs and Crime (UNODC) Nigeria is seeking the services of a qualified company for the Supply, Deployment and Installation of Case flow Management Software at Bayelsa State Judiciary, Yenagoa.

 

All interested firm/organizations that wish to participate in the bid can access the RFP document on the following websites

http://procurementnotices.undp.org/view_notice.cfm?notice_id=10306 or http://www.ng.undp.org/procurement.shtml to download the RFP document

 

Your proposal should be marked and addressed according to the instructions on the RFP document and must be dropped in the UNDP bid box in the following address in hardcopy on or before 13th December 2012, 2.00 p.m. local time Abuja. Email copies will not be accepted or considered. Bids received after the deadline will be rejected.

 

All bidders using couriers companies to submit the proposal are to advise them accordingly.

 

The submission should be marked and titled “RFP – Supply, Deployment and installation of Case flow Management Software at Bayelsa State Judiciary, Yenagoa”

 

The Service Centre Manager

UNDP- Nigeria,

19, T.Y Danjuma Street,

Asokoro, Abuja

Nigeria

 

For any clarification on  any aspect of this RFP advert, please send an e-mail to vdmssupport.ng@undp.org  quoting “RFP – Supply, Deployment and Installation of Case flow Management Software at Bayelsa State Judiciary, Yenagoa as the subject of the e-mail.

 

We thank you for your interest.

 

This Request for Proposal does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.