Hand-Pump Borehole Construction at Rural Water Supply and Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

Yobe State Government of Nigeria

Rural Water Supply and Sanitation Sub-Programme in Yobe State

 

Loan No: 2100150015645

IFB/YB/RWSS/ICB/HP/WORKS/006/2011

Hand-Pump Borehole Construction

 

1.       The specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No. 709 of August 31st, 2007.

 

2.       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 Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: Drilling and installation of 268 Hand-Pump Boreholes Contract no. IFB/YB/ RWSS/ICB/HP/WORKS/006/2011

 

3.       Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

4.       The contract is divided into two lots and the scope of the Works is:

 

Lot 1-PH-1

Description: Drilling and Installation of 172 nos Hand-pump Borehole at Geidam, Yusufari, Yunsari, and Machina.

 

The Bid Security should be in an acceptable form equal to NGN 10.0 million or US$62,500

 

Lot 2   PH-2

Description: Drilling and Installation of 50 nos Hand-pump Borehole at Potiskum, Fune, Nangere and Jakusko

 

The Bid Security should be in an acceptable form equal to NGN 5.0 million or US$32,000

 

Lot 3   MBH-3

Description: Drilling and Installation of 50 nos MBH (18 nos 3-phase MBH, 19 Solar SOL and 13 nos 1-Phase TIP-TIP) at Yusufari, Jakusko, Nangere and Patiskum

 

The Bid Security should be in an acceptable form equal to NGN 10.0 million or USS62,500

 

Note: Interested Bidder may bid for one or both lots. Bidders submitting bids for both lot must present separate Bid Security for each lot. Combined bid security for 2 lots will render the bids non-responsive.

 

5.       The Project Implementation Unit Rural Water Supply and Sanitation Sub-programme in Yobe State now invites 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, May 2008 Edition.

 

7.       Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am -4:30pm on working days.

 

8.       A complete set of Bidding Documents in English Language which contain detailed specifications of the work 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 NGN25,000.00. Twenty-Five thousand Naira or USD160 for each lot. The fee for the 2 lots is NGN35,000,00 or US$220.

 

9.       Bids must be delivered to the Programme Manager at the address below  on or before 7th December 2011 at 11:00am 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 address below on 7th December 2011 at 12:00pm.

 

10.     An information meeting will be held on Monday 14th November, 2011 at the address below

 

Rural Water Supply and Sanitation Programme,

Flat A6 and A7 300 Housing Units,

Maiduguri Road. Behind NNPC Mega Filling Station,

Damaturu, Nigeria

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246868

Motorized Borehole Construction at Rural Water Supply and Sanitation Sub-Programme in Yobe State

Specific Procurement Notice

(International Competitive Bidding)

Yobe State Government of Nigeria

Rural Water Supply and Sanitation Sub-Programme in Yobe State

 

Loan No: 2100150015645

IFB/YB/RWSS/ICB/MBH/WORKS/00/2011

Motorized Borehole Construction

 

1.       The specific procurement Notice follows the General Procurement Notice (GPN) for the sub-programme which appeared in the United Nations Development Business (UNDB) No. 709 of August 31st, 2007.

 

2.       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 Yobe State and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: Drilling and installation of 152 nos. Motorized Boreholes (MBH) Contract no. IFB/YB/ RWSS/ICB/MBH/WORKS/005/2011

 

3.       Bidding is opened to all Bidders from eligible member countries as defined in the ADB’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

4.       The contract is divided into three (3) lots and the scope of the Works is:

 

Lot 1-MBH-1

Description: Drilling and Installation of 52 nos MBH ( 25 nos 3-phase

MBH and 27 nos 1 -Phase TIP-TIP) at Machina, Yusufari, Yunusari and

Gaidam

 

Lot 2   MBH-2

Description: Drilling and Installation of 50 nos MBH (18 nos 3-phase MBH, 15 Solar SOL and 17 nos 1 -Phase TIP-TIP) at Damaturu, Gujba and Fune

 

Lot 3   MBH-3

Description: Drilling and Installation of 50 nos MBH (18 nos 3-phase MBH, 19 Solar SOL and 13 nos 1-Phase TIP-TIP) at Yusufari, Jakusko, Nangere and Patiskum

 

The Bid Security should be in an acceptable form equal to NGN 10.0 million or USS62,500

 

Note: Interested Bidder may bid for one lot, two lots or all lots. Bidders submitting bids for more than one lot must present separate Bid Security for each lot. Combined bid security for more than one lot will render the bids non-responsive.

 

5.       The Project Implementation Unit Rural Water Supply and Sanitation Sub-programme in Yobe State now invites 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 Rides and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

7.       Interested eligible bidders may obtain further information from the Programme Manager, Rural Water Supply and Sanitation Programme, yobe.rwssp@gmail.com and inspect the Bidding Documents at the Address given below, from 8:30am -4:30pm on working days.

 

8.       A complete set of Bidding Documents in English Language which contain detailed specifications of the work 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 NGN25, 000.00. Twenty-Five thousand Naira or USD160 for each lot. The fee for the 2 lots is NGN35, 000, 00 or US$220 and NGN45, 000.00 or US$280 for all the lots. Interested bidders may bid for one lot, two lots or all lots.

 

9.       Bids must be delivered to the Programme Manager at the address below on or before 7th December 2011 at 11:00am 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 address below on 7th December 2011 at 12:00pm.

 

10.     An information meeting will be held on Monday 14th November. 2011 at the address below

 

Rural Water Supply and Sanitation Programme,

Flat A6 and A7 300 Housing Units,

Maiduguri Road. Behind NNPC Mega Filling Station,

Damaturu, Nigeria

Attention: The Programme Manager

Email: yobe.rwssp@gmail.com

Tel: +234-08036246868

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

Lagos State Government

Lagos Metropolitan Area Transport Authority (LAMATA)

Lagos Urban Transport Project (LUTP)

Advertising and Perception Management

For BRT Extension From

Mile 12 – Ikorodu Town Route

IDA Credit No. 4767-UNI

Date: October 21, 2011

Request for Expressions of Interest

 

This request for expressions of interest follows the general procurement notice for this Project titled NG Nigeria-LUTP-II (FY 10) that appeared in dg market publication of July 16, 2010.

 

The Lagos State Government through the Federal Republic of Nigeria has received a credit it from the International Development Association (IDA) toward the cost of 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:

 

Advertising and Perception Management for BRT Extension from Mile 12 IKorodu Town route

The main objectives of this study are as follows:

 

The main objective of this consultancy is to position LAM ATA as the Agency of choice in all transport related issues in Lagos State promote dialogue and consensus and build broad-based partnerships for its mission to change the current unregulated public transport system to a more efficient one where virtually all stakeholders play-positive contributory roles. The specific objectives of the consultancy will be as follows: Create favourable awareness for the planned extension of the BRT to Ikorodu Town, communicate and help to reinforce the many benefits that the extension of the BRT will bring to bare on the quality of life of residents and businesses   based in Ikorodu and environs, create the right atmosphere for further expansion of the BRT across Lagos, forestall any form of negative publicity that the planned extension may incite in the media, help consolidate the positioning of BRT as a customer friendly social enterprise. Promote public acceptance of LAMATA’s policies, activities and services, induce behavioral change among users of the transport system to meet the conduct required by the new reform, enhance stakeholder ownership and participation in the process of change to the new system through participation in LAMATA’s programmes, projects and activities, make recommendations and undertake measures for institutionalizing the communications strategy, leverage on the achievements of the Mile 12 to CMS BRT scheme to reinforce the LAM ATA brand as strong, reliable and reassuring.

 

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 submission of the interested consultants will include the firm’s brochures, information on firm’s qualifications in the field of the assignment such as core business area and years in business, experience of the firm in similar assignment, experience in similar condition, technical and managerial capabilities of the firm, availability of appropriate skills among staff etc. For each project performed the consultant shall provide the name and contact address of the client (office and 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 will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 1997, (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and 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-ng.com for more information about the project.

 

Expression of interest must be delivered to the address below on or before Friday, 4th November, 2011 by 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: dmobereola@lamata-ng.com

 

 

Request for Proposal at Ministry of Agriculture and Natural Resources, Jigawa State

Jigawa State Government

Ministry of Agriculture and Natural Resources

Jigawa State

Request for Proposal to Manage

Produce and Veterinary Control Pests and Livestock Markets of Jigawa State

1.       Preamble:

The Ministry of Agriculture and Natural Resources, Jigawa State. On behalf of the Jigawa State Government wishes to engage the services of Consultants who have highly specialized knowledge and extensive experience on management of produce and veterinary control post and livestock markets at Kumsa, Malam Madori, Babura, Shuwarin, Firji and control post at Hadejia, Babaldu and Kiyawa.

 

2.       Terms of Reference

The Management consultant to be appointed would be expected to:

i.        To examine, review and recommend an appropriate organizational structure for the job:

ii.       To prepare detailed lists of their respective requirements for the revenue driving formular;

iii.      To be responsible for the quality/cost control of the proposed work.

 

3.       Proposal Requirements

A.      All interested Management Consultants are expected to submit technical and financial proposals for service provision;

 

B.      The Technical Proposal Package Should Include

i.        The methodology for the assignments;

ii.       Duration of completing the assignment;

iii.      The consultants profile providing in details the following information;

a.       Evidence of Registration with Corporate Affairs Commission;

b.       Immediate past three years audited accounts of the Firm;

c.       Evidence of registration with Jigawa State Government;

d.       Evidence of Financial capability and banking support;

e.       Details of technical/Experience qualification of key personnel;

f.       Evidence of similar projects executed.

C. The Financial Proposal Package Should State

i.        The cost of the Project, consisting of management fees and expenses;

ii.       The bid validity period of the project charges;

iii.      Payments plan for the assignment.

 

D.      General Information

For additional information, you may contact; the Assistant Director

Veterinary service

i.        The submission: on or before 7th November 2011.

ii.       Only short-listed management consultant will be contacted after evaluation of technical proposal and invited for financial bid proposal opening.

E.      Submission:

All submission from the consultants should be as follows: –

i.        Two copies of neatly bound technical proposal in an envelope marked “Technical proposal”

ii.       To copies of neatly bound financial proposal in another envelope

marked “financial Bid”

iii.      All envelops should be sealed, addressed and dropped in the office

of the Hon. Commissioner, Ministry of Agriculture and Natural Resources, Dutse, Jigawa State.

Signed by:

Permanent Secretary

Ministry of Agriculture and Natural Resources

Dutse,

Jigawa State

 

Request for Expressions of Interest for Assessment and Design of the Urban Water Supply and Sanitation Institutional, Legal and Regulatory Framework at Bauchi Water Sector Reform Project

SUWASA

Sustainable Water and Sanitation in Africa

A USAID program implemented by Tetra Tech ARD

Request for Expressions of Interest for Assessment and Design of the Urban Water Supply and Sanitation Institutional, Legal and Regulatory Framework in Bauchi State, Nigeria

 

Sustainable Water and Sanitation in Africa (SUWASA) is implementing a three year reform project to improve the delivery of water and sanitation services to the urban areas of Bauchi State, Nigeria, SUWASA is requesting expressions of interest (REOI) from qualified consultancy firms (firms) in the water sector to conduct an assessment and design of an institutional, legal and regulatory framework for urban water services in the State of Bauchi. The assignment will be done through a consultative process where different options for the institutional arrangement would be assessed, analyzed and discussed. Currently, the State has neither the information base for decision-making, the autonomy to make decisions, or the resources to implement the decisions, SUWASA wishes to engage the services of a firm to assess the shortcomings and gaps in the current institutional arrangement and come up with a clear institutional, legal and regulatory framework for the urban water and sanitation sector in Bauchi State. The anticipated work by the consultancy firm will include to:

  • Assess the Institutional and legal framework for urban water supply and sanitation services in Bauchi State. The assessment should identify:
    • All the current key players in the urban water sector, defining their roles and responsibilities;
    • The key challenges and gaps of the current arrangements, identify any legal inadequacies and impediments to the successful autonomous operations of the BSWB, review the edict (current law was enacted during the Military regime);
    • weaknesses and inadequacies vis-a-vis water policy and other international best practice in the sector.
  • Design an institutional framework for the urban water supply and sanitation services in Bauchi State. The consultant must clarify the roles and responsibilities of the following bodies: the Office of the Governor, State Ministry of Water Resources and Rural Development, Bauchi State Water Board, Local Government Area Administration, other Government Ministries such as the Ministry of Environment, Budget and any other relevant Ministries. Also clearly outline institutional linkages (if any) with the Bauchi State Environmental Protection Agency (BASEPA), Rural Water supply and Sanitation Agency (RUWASSA), etc
  • Design the regulatory framework: determine and define the objectives of economic regulation in Bauchi State, define the roles and responsibilities of the regulatory framework, design an organizational chart for the regulatory body including reporting mechanisms, determine staffing requirements for the regulatory body and operational budget and funding mechanisms for the regulator
  • Develop the legal framework for urban water  supply sanitation services: make necessary consultations to determine the key elements of the draft legislation, draft a forward looking legislation that promotes key principles of urban water service delivery mechanisms; consult with key stakeholders on the draft
  • Road map: design a roadmap for the implementation of the above items

 

Deliverables:

  • Once awarded the expected deliverables include;
  • an inception report;
  • a report presenting the results of the assessment of the current institutional arrangements of Bauchi State Water & Sanitation Sector;
  • a new institutional framework for the urban water supply and sanitation services in Bauchi;
  • regulatory framework for the urban water supply and sanitation services, draft legislation for the sector;
  • a roadmap clearly showing an implementation plan for all the items above specifically.
  • Due to the nature of these services, only those firms possessing demonstrable knowledge, experience, expertise and performance in projects of similar nature or in this filed of activities are encouraged to participate. If interested, send an EOI with a maximum of six pages responding to the following;
  • Explanation of  firm’s understanding of the work to be performed;
  • A capability statement indicating a proposed approach;
  • Minimum five years experience in the relevant sectors;
  • Provide at least three examples of the firm’s similar work in Nigeria,
  • West Africa or from the rest of Africa. Basically, this is a description of similar assignments in similar socio-economic conditions:
  • Firm’s profile and registration status in Nigeria,
  • Firms will be shortlisted based on the responses to the above points.

 

All Submissions shall be by e-mail with “Expression of Interest for Bauchi Institutional Development” in the subject line latest by 10.00am, on Friday

October 28th 2011 to the e-mail address below: Email: eoi@ard-suwasa.org

 

The Chief of Party, EOI No. SUWASA/10/2011/001

Bauchi Water Sector Reform Project

First Floor Kiganjo House, Rose Avenue,

P. O, Box 38454

Nairobi, Kenya

 

Tel: +254 20 271 2312

Fax; +254202712314

 

Website: www.usaid-suwasa.org

 

Please note that this notice does not constitute a solicitation and SUWASA reserves the  right to change or cancel this REOI at any time.