Invitation for Pre-Qualification of Prospective Contractors for the Execution of 2011 Conditional Grant Scheme Projects at Millennium Development Goals Office

Office of the Executive Governor

Millennium Development Goals Office

29 J.B. Yakubu Way, Canteen Road

Gusau Zamfara State

Invitation for Pre-Qualification of Prospective Contractors for the Execution of 2011 Conditional Grant Scheme Projects

 

The Zamfara State Government in collaboration with the Federal Government of Nigeria, represented by the Office Of the Senior Special Assistant to the president on Millennium Development Goals wishes to undertake the execution of 2011 MDGs Conditional Grant Scheme Projects.

 

To this end, reputable contractors are hereby invited to apply for Pre-qualification as Potential Contractors that would execute the 2011 MDGs CGS approved Projects.

 

The projects to be undertaken include:

Lot I:           Construction of Student Hostel and Auditorium Halls

Lot II:         Construction of Semi-Urban Water Supply Schemes

Lot III:        Construction of Hand Pump Boreholes.

 

Interested Contractors are requested to submit the under listed pre-qualification documents to the under signed on or before 9th March 2012:

1.       Certificate of Incorporation with Corporate Affairs Commission of Nigeria.

2.       Copy of Memorandum and article of Association of the Company.

3.       Evidence of Registration with FGPC, Zamfara State

4.       Tax Clearance for the last three years.

5.       Evidence of Financial Capability and Banking support, including annual turnover of the Company.

6.       Company’s Profile including names of key professional staff and their resume.

7.       Evidence of availability of relevant equipments and technical capacity.

8.       Evidence of performance in other similar/relevant projects in the last three years.

9.       Evidence of VAT registration.

10.     Knowledge of local environment.

 

Contractors who have contracts revoked in the state for whatever reason in the last three years need not to apply.

 

Signed:

Hon. Sani Musa T/Mafara

Special Adviser on MDGs

Zamfara State.

 

Request for Expressions of Interest Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos State Government

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

Consultancy Service for Implementation of Resettlement Action Plan for Mile 12 to

Ikorodu Town BRT Scheme

Project ID: PI 12956

IDA Credit No. 4767-UNI

Date: February 23rd 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 contract for the following consultancy services:

 

Consultancy Service for Implementation of Resettlement Action Plan for Mile 12 to Ikorodu BRT Corridor

The purpose of this consultancy is to develop an implementation schedule that will cover all resettlement activities including milestone for the achievement of expected benefits to resettle hosts, and terminate the various forms of assistance. This assignment will seek to review the RAP which already provides a detailed assessment of the institutional capability of each agency involved and determine in accord with the prepared RAP, the number of compensation and assistance packages that will be required for each category of displaced person.

 

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 qualification- Where firm are associating the submission must include verifiable evidence of association from all the parties involved.

 

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

 

 

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday. Please visit www@lamata-itg.com for more information about the project.

 

Expression of interest must be delivered to the address below by Thursday, March 8th 2012  at 5:00pm.

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAM ATA)

Block C, 2nd floor, Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01-2702778-82

Fax: 01-2702783

Email: advert@lamata-ng.com; dmobereola@lamata-ng.com

Construction of Primary Health Centres at Lagos State Government

Lagos State Government

Invitation for Bids (IFB)

 

Lagos Metropolitan Development & Governance Project (LMDGP)

IDA Credit No, 4219

National Competitive Bidding (NCB)

Construction of Primary Health Centres at Igbo-Owu, Itire and

Orile – Agege Slum Areas of Lagos City.

 

Package No: LMDGP/NCB/SU/W/PHC/02/011

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 1688882 of March 20, 2007.

2.       The Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Lagos Metropolitan Development and Governance Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Construction of Two (2) Primary Health Centres in Slum Areas of Lagos City.

3.       The Lagos State Government represented by Lagos Metropolitan Development & Governance Project now invites sealed bids from eligible and qualified bidders for the execution of the works below:

 

Contract Identity Name of Work Delivery/Construction Period Amount of Bid Security
LMDGP/NCB/SU/W/PHC/02 Construction of Primary Health Centre at Igbo-Owu, Itire, Mushin. 9 months Naira 6 Million Bank Draft or Bank Guarantee.
LMDGP/NCB/SU/W/PHC/02/011/Lot 2 Construction of Prmary Health Centre at Orile-Agege 9 Months Naira 6 Million Bank Draft or Bank Guarantee.

 

Bidders can bid for one lot or ail the lots.

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, May 2004 revised October 1, 2006, and May 2010 and is open to all bidders from Eligible Source Countries as defined in the guidelines.

5.       Interested eligible bidders may obtain further information from the Project Director, Lagos Metropolitan Development & Governance Project (LMDGP), e-mail: procurement@lmdgp.org.ng and inspect the Bidding Documents at the address given below. The documents can be inspected during official hours of 8.30am -5.30pm on Monday to Friday, except on public holidays.

6.       Qualification requirements for these contracts are in the bid documents and

include:

a.       Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and work cited should be at least 70% complete.

b.       Minimum average annual turnover in construction works of:

Lot 1: Naira 800 million

Lot 2: Naira 800 million

in the last five years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract;

c.       Contract Manager with First Degree in Civil Engineering and at least 7 years experience in Works of equivalent nature and volume;

d.       Own a substantial proportion of the construction equipment required to

successfully execute the Contract;

e.       Provide Annual audited account for the last 5 years to demonstrate the current soundness of the applicant’s financial position and its prospective long term profitability, and have Liquidity and/or evidence of access to or availability of confirmed positive credit facilities of not less than.

Lot 1: Naira 130 million

Lot 2: Naira 130 million

7.       A complete set of Bidding Documents for one Lot 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 in local currency of Naira 20.000. Additional Lots would be sold for Naira 10,000. The method of payment will be in the form of Bank Draft in favor of “LMDGP”. The Bidding Documents may be collected in person by a bidder’s representative duly authorized by the bidder in his application: or sent by courier services on request (in case of request by courier, the bidder is advised to arrange for own pre-paid courier service).

8.       A bidder can bid in one, or all the lots of this contract. Bidders bidding in one or all the lots must ensure that they possess the qualification requirement specified in the bidding document and necessary capacity to complete the lots bidded within the time specified in the bidding document. .

9.       Bids, must be delivered to the address below before 11 a.m. on April 5, 2012. All bids must be accompanied by a Bids Security or securities in the amounts stated in paragraph 3 for each lot. Late Bids will be rejected. Bids will be opened in the presence of the bidders’ representatives and anyone who choose to attend at the address below at 11:00 a.m on April 5,2012.

 

Bayo Kefekun

The Project Director

Lagos Metropolitan Development & Governance Project

1, Wempco Road, off Lateef Jakande Road,

Agidingbi, lkeja, Lagos State, Nigeria

E-mail: procurement@lmdgp.org.ng

Invitation for Pre-Qualification of Contractors for the Millennium Development Goals (MDGS) at Edo State Government of Nigeria

Edo State Government of Nigeria

Office of the Executive Director (MDGS)

Project Support Unit, 17a Central Road, G.R.A, Benin City.

 

Invitation for Pre-Qualification of Contractors for the Millennium Development Goals (MDGS)

Conditional Grants Scheme (CGS) 2011

 

The Edo State Government has obtained the Conditional Grant from the Federal Government of Nigeria and intends to apply the proceeds of this grant to the Millennium Development Goals (MDGs) Programmes and Projects.

 

The Office of the Executive Director (MDGs) on behalf of Edo State Government wishes to invite interested and qualified contractors and consultants to submit documents in respect of their organizations for pre-qualification in the execution of programmes and projects under the 2011 Conditional Grants Scheme (CGS-MDGs) in the 18 LGAs of Edo State, Nigeria.

 

Nature of the Programmes/Projects Involved

1.       HEALTH

(i)      Complete   Renovation   of General Hospitals

(ii)     Supply of Ambulance for General Hospitals

 

2.       Water and Sanitation

(i)      Drilling and equipping of Solar/Generator/PHCN powered boreholes across the 18 LGAs in the State

 

Registration Requirements

i.        Evidence of registration with Corporate Affairs Commission (CAC)

ii.       Tax clearance certificate 2009, 2010 and 2011.

iii.      Reference Letter from a reputable bank.

iv.      Company Profile including names of key professional staff and their resume.

v.       Evidence of previous work carried out in the last three years (i.e. Certificate of Completion).

vi.      Specify areas of interest.

vii.     Evidence of registration in the appropriate category with MDGs, Edo State

viii.    List of various equipment relevant to the category of job.

ix.      Intending Bidders in the case of supply of Ambulances and Medical Equipment should be registered and practicing members of either Pharmaceutical Society of Nigeria or the Medical and Dental Council of Nigeria.

 

General Instructions:

a.       This advertisement is not an invitation to tender, and should not be treated as such.

b.       This advertisement should not be confused as a commitment on the part of Edo State CGS-MDGs office nor shall it entitle companies to make any claim whatsoever and/or seek any indemnity from the CGS-MDGs or State Government.

c.       The State Project Support Unit reserves the right to verify any claim by potential bidders.

d.       Full bidding procedure shall only be applied to Contractors and Consultants capable of executing the projects and have been pre-qualified.

e.       All registration requirements as outlined above should be arranged and submitted as listed failing which, will lead to outright disqualification.

 

 

Submission of Pre-Qualification Documents

The documents which should be in Quadruplicate must be signed and submitted on or before 8th March, 2012. in a sealed envelope clearly marked:

“Pre-Qualification Documents for 2011 CGS Projects”

And submitted to:

The Executive Director (MDGs)

Project Support Unit

Central Road, G.R.A., Benin City

 

SIGNED

Princess Theresa Erediauwa

Executive Director (MDGs)

 

For further enquiries contact:

07031635893, 08033855 147

Request for Proposal at United Nations Development Programme (UNDP)

Request for Proposal

 

Subject: “RFP for Audit Services for NGO/DEX Projects / Long Term Agreement for Provision of Audit Services to UNDP Nigeria”

 

The United Nations Development Programme (UNDP) in Nigeria would like to invite qualified firms/organizations to submit their proposal for Provision of Audit Services for NGO/DEX Projects / long Term Agreement for Provision of Audit Services to UNDP Nigeria.

 

All firm/organizations that wish to participate in the bid can access the RFP document on the following websites http://procurement notices. undp.org/view_notice.cfm?notice_id = 8391 or http://www.ng.undp.org/procurement.shtml

 

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 6th March 2012 by 12.00 noon 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 for Audit Services for NGO/DEX Projects / Long Term Agreement for Provision of Audit Services to UNDP Nigeria”

 

The Service Centre Manager

UNDP- Nigeria,

19, T.Y Danjuma Street,

Asokoro, Abuja

Nigeria.