Request for Expressions of Interest at Lagos State Government

Lagos State Government

Lagos Metropolitan Area Transport

Authority (Lamata) Lagos Urban Transport Project Ii (LUTP II)

 

Appointment of Technical Auditors, Institutional Auditors and Financial Auditors

 

IDA Credit No. 4767-UM       Date: October 24, 2012

 

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 contracts for the following consultancy services:

 

  1. i.                   Consultancy Service for the Technical Audit of LAMATA projects
  2. ii.                 Consultancy Service for the Institutional Audit of LAMATA operations
  3. iii.              Consultancy Service for the Financial Audit of LAMATA

 

 

The objectives of these audits are:

Technical Audit:- To generate a third party opinion on the efficiency, economy and transparency of all the work contracts under the LUTP II project, including a value for-money statement of all work contracts being executed by LAMATA. The Technical Auditors will give their professional opinion on the quality, adequacy and cost effectiveness ofciv.il and other works.

 

Institutional Audit:- To have a third party opinion of the overall operations within LAMATA, with supervising bodies and other relevant transport agencies in line with the applicable laws establishing the organizations.

 

Financial Audit:- To enable the auditor to express a professional opinion(s) on the financial position of the project at the end of each fiscal year, and on funds received and expenditures incurred for the relevant accounting period.

 

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 (brochures, description of similar assignments experience in similar conditions, availability of appropriate skills among staff, 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. Consultants may associate to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties involved.

 

A consultant each will be selected in each of the consultancy assignments in accordance with the World Bank Guidelines: Selection and Employment of Consultant by the World Bank Borrowers, May 2010.

 

Interested consultants may obtain farther 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 November 7, 2012 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: adverted@lamata-ng.com; dmobereola@lamata-ng.com

 

Invitation to Tender for the Construction of Township Roads at Jigawa State Government Ministry of Land, Housing, Urban Development and Regional Planning

Jigawa State Government Ministry of Land, Housing, Urban Development and Regional Planning

Blocks 54 – 59, Old Secretariat, P.M.B. 7018 Dutse REF: MLH/OFF/114/V.I/74

 

Invitation to Tender for the Construction of Township Roads

 

Reference to our invitation for Pre-qualification of Companies dated 9th July, 2012, the following have qualified to tender for the Construction of Township Roads:-

 

1.       Mother Cat Construction Limited

2.       Wewox Construction Limited

3.       Amirco Universal Concepts Limited

4.       China Zhongao Nigeria Limited

5.       Alren Construction Co. Limited

6.       Omega Stars Nigeria Limited

7.       Emmy Mog Investment

8.       CGC Nigeria Limited

9.       Bakabo Nigeria Limited

10.     H&M Nigeria Limited

11.     SKY Technical and Construction Limited

12.     Triacta Nigeria Limited

13.     Powerhill Nigeria Limited

14.     Gerawa Global Engineering & Construction Co. Limited

15.     De-Pacific Investment Limited

16.     Philko Limited

17.     Sadex Engineering Limited

18.     Borini Prono & Co. Limited

 

These Companies are therefore requested to obtain the Bid Documents from the office of the Secretary Ministerial Tenders Board (Director Planning, Research & Statistics), after the payment of non-refundable fee of two hundred thousand naira (#200,000.00) only per project in cash or certified draft in favour of the Ministry of Land, Housing, Urban Development and Regional Planning Dutse – Jigawa State.

 

The projects are as follows:-

Lot l  –  Birnin kudu

Lot 2 –  Gwaram

Lot 3 –  Gwiwa

Lot 4 –  Karkarna

Lot 5 –  Kirikasamma

Lot 6 –  Taura

 

All bidders are also requested to:-

i.        Inspect the project location and the quantity of works to be executed in order to ensure that there is no deficiency in scope.

ii.       Ensure that their bids adequately cover the execution of the works without

further demand on Government.

iii.      It has to be noted that the process is not bound to consider the lowest bidder. iv.          Submit their proposed Work Plan, methodology and Logistics.

v.       Submit all bids and other bidding documents in sealed envelope and the title of project clearly stated without an indication of bidder’s identity whatsoever.

vi.      Enclosed a photocopy of the receipt as evidence for the payment of the fee for bidding documents.

vii.     Submit a bid security from a reputable bank or bank draft in an amount not less than 3% of the bid price and address to:-

 

The Secretary,

Ministerial Tenders Board,

Ministry of Land, Housing, Urban Development and Regional Planning,

Block54 -59 Old Secretariats

Dutse – Jigawa State

 

Tenders are to be submitted on or before 7th November 2012. The opening of bids shall be performed on Thursday 8th November, 2012 at the Conference Hall of manpower Development Institute Takur, Dutse – Jigawa State by 12.00noon.

 

Signed

Muhammad Nasiru Sani

Permanent Secretary

Ministry of Land, Housing, Urban Development and Regional Planning

Dutse-Jigawa State

 

 

Addendum at Federal Medical Centre, Jalingo

Federal Medical Centre, Jalingo

P.M.B. 1061 Jalingo

Taraba State

Addendum

 

Reference to our advertisement published in Daily Trust Newspaper of 11th October, 2012 on page 15 on staff vacancies, deadline for submission of applications has been extended from 25th October to 25th November, 2012.

 

The general public and the Federal Character Commission should please take note.

 

Signed:

Management

Invitation for the Expression of Interest as Contractors for the Supply of Furniture to the CBN Lagos Office New Building at Central Bank of Nigeria

Central Bank of Nigeria

 

Invitation for the Expression of Interest as Contractors for the Supply of Furniture to the CBN Lagos Office New Building

 

The Central Bank of Nigeria is desirous to undertake a pre-qualification exercise for the provision of furniture items to its new office building in Tinubu Square Lagos under the 2013 budget.

 

Consequently, the Bank wishes to invite competent and reputable contractors to indicate interest to pre-qualify to undertake the project referenced

  • Furnishing of CBN Lagos Office Rebuilding Project CBN/LRP/FS/PM

 

Pre-qualification Requirement

Interested and competent contractors wishing to carry out the above job must submit the following documents with the expression of interest: –

 

Mandatory Requirement. (Without which companies will be automatically disqualified)

(i)      Evidence of registration with Corporate Affairs Commission.

(ii)     Certified true copy of Memorandum and Article of Association.

(iii)    Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years).

(iv)    Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer s obligation to employees with respect to pensions.

(v)     Evidence of payment of training contributions to ITF (Industrial Training Fund).

(vi)    Evidence of Registration with FRC (Financial Reporting Council of Nigeria).

 

Others

(vii)   Comprehensive company profile.

(viii)  Proposed Management team, Organizational Chart, with CV’s of key personnel to be deployed on the Project.

(ix)    Evidence of manufacturing facility in Nigeria (factory will be inspected)

(x)     Reference letter from bank stating willingness to grant a credit line of a minimum of N500 million in order to carry out such a project.

(xi)    Current Company’s audited statement of accounts for the past 3 years, and duly stamped by a registered Auditor. (Note that account statements will be compared with submitted tax clearance certificates)

(xii)   List of equipment to be deployed for the project and evidence of ownership or lease.

(xiii)  Proposed method statement for the execution of the project

(xiv)  Health, Safety and Environment (HSE) Policy.

(xv)   Quality Assurance Policy (Evidence of ISO Certifications will be an advantage).

(xvi)  Company’s registered address, functional contact email address, GSM phone number(s) and facsimile number(s).

(xvii) Company with annual turnover less than N1 billion need not apply.

 

 

Submission

Application for Expression of Interest, accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked at the top left corner:

“Expression of Interest for the Furnishing of CBN Lagos Office Rebuilding Project CBN/LRP/FS/Ph1”

And addressed to:

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Fax No: 09-616-38239

e-mail:- igbadamosi@cbn.gov.ng

 

Closing Date

All submissions must be received at the above Office not later than or before 3rd December, 2012.

 

Important Notice

a)       This is not an invitation to tender. Full tendering procedure will be open only to contractors prequalified and found capable of executing the project.

b)      Only Successful Contractors will be contacted for the tender process.

c)       Nothing in the advert shall be construed to be a commitment on the part of the CBN.

 

Signed

Management

Central Bank of Nigeria

Invitation to Tender for the Procurement of Broadband Initiatives Across the Niger Delta Region at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission (NDDC)

167, Aba Road, Port Harcourt, Rivers State www.nddc.gov.ng

 

Invitation to Tender for the Procurement of Broadband Initiatives Across the Niger Delta Region

 

Introduction

The Niger Delta Development Commission (NDDC) wishes to inform all consultants who responded to our request for Expression of Interest on March, in the National Dailies are to check for their pre-qualification status at NDDC Official Website (www.nddc.gov.ng ). All Consultants who are pre-qualified for this project, are hereby invited to obtain a complete set of the tender document on the payment of a non-refundable deposit of N50,000.00 (Fifty thousand naira) only at the address stated below upon presentation of the under listed documents:

 

  • Original copy of CAC registration for sighting.
  • Professional registration of the Principal Partner and the Firm
  • VAT certificate with evidence of remittance.
  • Evidence of up-to-date Annual Returns.
  • Evidence of Tax Clearance Certificate.
  • A Letter of Commitment that the Contractor shall employ, at least, 5 graduates of the host community in the execution of the project.
  • Evidence of Financial Capability and Banking Support in the form of a Certified Bank Statement with six months history excluding the month of collection/submission of tender. Please note that only consultant with Bank’s Statements of N500million and above within the last six months are eligible to tender.
  • A Letter of Commitment permitting the Commission to verify the Statement of Account from the said Bank.
  • A Letter of Commitment that with or without Mobilization, the Contractor will attain the first milestone before payment.

 

Other Relevant Information

  • The financial evaluation of this project will follow the procedures stipulated in the Public Procurement Act 2007.
  • Consultants can seek further clarification or more information by writing officially to the address stated below before the expiration of the deadline for the collection of the tender document.
  • Consultants are advised not to try to influence the financial evaluation as this would lead to immediate disqualification of the Consultants and such Consultants may also be barred from seeking other contract opportunities from the Commission.
  • The Commission reserves the right to reject any of the bids, before the award of contract, if any information submitted by the Consultants is found to be false.

 

Validity of Tendering

The bid documents should be collected at the address stated below on or before 26th October 2012 and must be returned to the same address not later than 12 noon Tuesday, 26th November, 2012.

 

Submission of Bids

Completed tender documents written in English Language should be submitted in sealed envelopes marked with the appropriate job title on the top left corner and addressed to:

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

 

Opening of Bid

Bids will be opened on Tuesday 26th November 2012, at 1pm in the Management Conference Room, 7th Floor, NDDC Head Quarters Building, 167 Aba Road, Port Harcourt

 

(Signed)

Management