Consulting Service for the Design of Network Rehabilitation at Lagos Water Corporation

The Federal Republic of Nigeria

Lagos State Government

Lagos Water Corporation

Second National Urban Water Sector Reform Project

Or, 4086-UNI (Project ID No, P071301)

Consulting Service for the Design of Network Rehabilitation /Expansion at Designated Service areas of Lagos Water Corporation

Request for Expression of Interest (EOI)

This invitation for Bids follows the general procurement notice for this project that appeared in Development Business No.693 of February 28, 2006 on-Line and in DG Market.

The Lagos State Government through the Federal Republic of Nigeria has received financing from the International Development Association (IDA) toward the cost of the Second National Urban Water Sector Reform Project, and intends to apply part of the proceeds for consultancy services. The service for design of Network Rehabilitation /Expansion at DESIGNATED SERVICE Areas of Lagos i.e. engineering design and preparation of bid documents for the rehabilitation and expansion of transmission mains/ distribution networks and house connections in the designated service areas of Lagos Water Corporation. It is estimated that a maximum of 3-6 months of consulting services inputs will be required.

Service Areas Scope of Work Distribution Network (KM) Estimated Time for Consulting Services
Shomolu Network Rehabilitation and Expansion in Shomolu Service Area 45 4 months of design consulting
Victoria Island Network Rehabilitation and Expansion in Surulere Service Area 105 6 months of design consulting
Surulere Network Rehabilitation and Expansion in Surulere Service Area 78 5 months of design consulting
Ogudu Network Rehabilitation and Expansion in Ogudu Service Area 38 3 months of design consulting

The Lagos Water Corporation now invites eligible consultants to indicate their interest in providing services for ONE OR MORE services areas as described in the table above, Interested consulting firms must provide (brochures, description of similar assignments, experiences in similar conditions, availability of appropriate skills among staff etc) consultants may associate to enhance qualification.

A consultant can apply for one or more of the service areas indicated above provided it possesses the required qualification, experience, skill and adequate resources to carry out the assignment. Consultants or consortium will be short listed FOR EACH OF THE SERVICE AREAS in accordance with the procedures set out in the World Bank’s Guide line: Selection and Employment of consultants by World Bank Borrowers (Current Edition). Consultants are required to submit in hard copies, one original and four copies and not by electronic mailing.

Interested consultants may obtain further information at the address below during office hours between 9:00am 3:00pm.

Expressions of interest must be delivered on or before 3rd November 2010 to the address below:

Group Managing Director

Attention

Project Coordinator

Lagos Water Corporation

Project Implementation Unit

5th Floor, Room 549

Water House,

Ijora Lagos

Tel: + 234-01-7749034

E-mail: (raimi.ipaye@yahoo.co.uk )

Execution of Projects at Office of the Head of the Civil Service of the Federation

Office of the Head of the Civil Service of the Federation

The Presidency Federal Secretariat Complex, Phase II, Abuja.

Invitation for Technical & Financial Bids for the Replacement/Upgrading of Inter­com Equipment and Interconnectivity of the Five (5) Blocks,

(A, B, C, D & E) At the Federal Secretariat Complex, Phase II, Abuja

The Office of the Head of the Civil Service of the Federation wishes to invite bids from interested companies for the replacement/upgrading of the Intercom equipment and interconnectivity of the 5 blocks of the Federal Secretariat Complex, Phase II, Abuja.

Project Location:

Federal Secretariat Complex, Phase II, Abuja

Project Distribution / Scope:

The Job involves replacement of equipment:

  1. 1 set of Hipath 3800 exchange for Block A1 HOSF Complex.
  2. 1 set of spare parts for the Hipath 3800 exchanges for Block A1, A2&C.
  3. 1 set of Hipath 3800 exchange for Block A2 HOSF Complex.
  4. 1 set of Hipath 3800 exchange for Block C HOSF Complex.
  5. 1 lot linking of the New Federal Secretariat complex PABX to HOSF A1 PABX.

Prequalification Documents:

Interested and competent companies are expected to possess the following documents:

  1. Certificate of Incorporation or Business Name.
  2. Evidence of Tax Clearance Certificate for the last three (years) 2007, 2008 and 2009.
  3. VAT Registration/VAT Payment/Exemption Certificate.
  4. Audited Account for the last (3) years i.e. 2007, 2008 & 2009.
  5. Evidence of fulfillment of Pension contributions.
  6. Evidence of requisite Professional/qualification and Technicians to perform the job.
  7. Evidence of experience of similar jobs and knowledge of the industry.
  8. Evidence of financial capability vides Bank Statement.
  9. The bid must be accompanied by “a Bid Security” of not more than 2% of the bid price by way of Bank Guarantee/Insurance Bond issued by a reputable Bank/Insurance Company.

Bidding Documents:

The bidding documents shall be issued to prospective bidders upon presentation of receipt for payment of N20, 000.00 (Twenty thousand Naira) only non-refundable fee payable to the Central Pay Office, Office of Head of Civil service of the Federation, 5th floor, Block ‘A’ Federal Secretariat, Phase II, Abuja.

Submission of Bidding Documents:

The bidder shall enclose the documents requested for in one (1) sealed envelope duly marked “Technical Bid for up-Grading of Intercom Facilities” while the completed financial bid with photocopy of payment receipt shall be enclosed in a 2nd sealed envelope duly marked “Financial Bid for up-Grading of Intercom Facilities”.

The two (2) envelopes containing the Technical and Financial bids respectively shall then be enclosed and sealed in a 3rd single outer envelope bearing “Up-Grading of Intercom Facilities” and delivered to the address below on or before 12:00 noon, Tuesday October 29th 2010.

Bid opening shall commence immediately after the closing time at the Atiku Hall Block ‘A’1st floor, Federal Secretariat Phase II, Abuja. Later submissions will be rejected. Bidders are hereby notified that only the financial bids of those whose technical bids meet the minimum qualifying score shall be opened. The others will be returned unsuccessful bidders.

All clarification shall be addressed to:-

The Deputy Director (Procurement)

Block A, 1st floor, Room 112

Federal Secretariat Complex, Phase II, Abuja.

Signed:

Permanent Secretary (Common Services Office)

Construction of Project at Damboa Local Government Area of Borno State

Borno State Government of Nigeria

Damboa Local Government Area

Invitation for Pre-Qualification to Tender

The Damboa Local Government Council hereby invites application from qualified and reputable Companies for Pre-qualification for the following projects:-

  1. Electrification of Alimtri village
  2. Electrification for Imeli village
  3. Construction of Dispensary at three locations within the Local Govt.

Prequalification Requirements

  1. Details of Company profile including registration with CAC
  2. List of Construction Equipment
  3. Financial Capability of the Company which should include among others, Audited account tax clearance. Certificates for three (3) years, evidence of registration with VAT, registration with Damboa Local Government council etc.

Submission/ Opening of Documents

All documents of registration must be submitted on or before 29th October, 2010.

Document shall be opened in public at the L.G. Secretarial at the end of the two (2) weeks’ notice.

All documents should be addressed to Moh’d Baba Lawan Secretary Local Government Tenders Board Damboa Local Government Council Secretarial.

Sign

Moh’d Baba Lawan

L.G. Secretary

For: Tenders Board

Damboa L.G.A

Procurement and Supply Chain Management Capacity at Country Coordinating Mechanism (CCM) Nigeria

Country Coordinating Mechanism (CCM) Nigeria

Investing in our Future

The Global Fund

To Fight AIDS, Tuberculosis and Malaria

Federal Secretariat Complex Phase) Annex 3 5 “floor Rms 5,48&5.50 shehu shagail way or 4th Floor of Dr. Uzor Kalu(Abia) House 1” Avenue Off Ahmadu Bello Way, adj, Sokoto House, Central Business Area, Nigeria.

Phones: +234-009 32-29and +234-803-5866-582 Email: ccmnigeria@gmail.com , twbello@yahoo.com

Expression of Interest to Become

A Pringipal Recipient (Pr)

Background

HIV/AIDS, tuberculosis and malaria together account for nearly six million deaths per year globally and cause immeasurable sufferings and damages to families, communities and economies, particularly in sub- Sahara Africa, including Nigeria, The Global Fund grants are to enable countries to strengthen local public health Infrastructure and to dramatically scale up efforts to prevent and treat HIV, Malaria and TB.

Established in January 2002 as a financial instrument, complementary to existing programs addressing these three diseases, the Global Fund is to raise and invest large amounts of additional finance to support technically sound and cost-effective interventions for the prevention of infection and the treatment, care and support of persons infected and affected by HIV/AIDS, Tuberculosis and malaria, as well as strengthen country Health System.

The CCM Nigeria is therefore calling for organizations and institutions wishing to participate as a Principal Recipient (PR) in the SECURED GF Round 9 Tuberculosis grant for Nigeria to express their interest to participate by submitting proposal that highlights examples of their existing programs, core capacities and experiences that can be leveraged to support the implementation of the public sector component of the Round 9 Tuberculosis Grant(details of the approved proposal can be viewed on the CCM Nigeria website- www.ccmnigeria.org or the Global fund website – www.theglobalfund.org

MDR-TB and TB/HIV Management

The Organization should have the expertise to strengthen the nation capacity to manage drug resistant TB. It should be able to adequately address the needs of the MDR- TB program with focus on both programmatic and clinical management of MDR-TB. The organization should have the capacity to oversee the development, implementation, coordination, regular monitoring and evaluation of the MDR-TB diagnostic and treatment services.

Also the organization will be responsible for TB/HIV collaborative activities and strengthening TB/HIV integration with a view to

  • Expand and strengthen TB/HIV mechanisms for collaboration
  • Scaling up HCT services to 1650 new DOTS centres
  • Conduct HIV test for registered TB patients
  • Provide CPT for HIV- positive TB patients.
  • Monthly joint supervision by the TB/HIV team at State level

All these am geared to decrease the burden of TB in HIV/AIDS patients in Nigeria.

Organizations interested in becoming Principal Recipient for the approved Tuberculosis GF Round 9 Nigeria grant should in addition to providing concrete evidence on its ability to implement MDR-TB and TB/HIV Collaboration related activities as stated above in not more than THREE PAGES, should also provide information about itself using the format below. The information should be provided in both electronic and hard copy version. In a document not exceeding 20 pages.

Format of application for Principal Recipient in GF Round 9 Nigeria Grant

Name of the organization:

Grant applying for: Please indicate Tuberculosis.

Indicate whether first lime applicant:

Indicate whether served in similar role and give specifics if applicable:

A.      Governance and Legal Status

  1. Does the organization have a legal status? If yes, please attach documentary proof
  2. What is the overall independent body that oversees the organization? Provide a list of the people that constitute the body
  3. Provide a copy of the minutes of the last meeting of the body that oversees the organization

B.      Institutional and Programmatic Capacity

  1. Does the organization have an organizational chart? If yes, please attach a copy.
  2. Attach a document that describes the roles, functions and responsibilities of all the staff in the organization
  3. Who in the organization is responsible for preparing short and long-term work and implementation plans?
  4. Who in the organization is responsible for programme development? Please attach a copy of the current organization’s strategic plan. Who was involved in its development?
  5. Who in the organization is responsible for programme monitoring, evaluation and reporting?
  6. How are collection, analysis and dissemination of programme information organized in the organization?
  7. How does the organization design, and evaluate its programme activities?
  8. How does the organization report on its activities? How frequently? To whom does it report?

C.      Financial Management Capacity

Describe the financial system and procedures in place

Describe how the organization is able to account for separate individual project funds,

Describe how the organization budget is prepared, implemented and controlled.

Describe how financial reporting is done including audit arrangements in place

Has the organization been involved in grant management? If yes, please provide more details.

D.      Procurement and Supply Chain Management Capacity

  1. Describe the procurement and supply chain management system and procedures in place
  2. What commodity storage and distribution arrangements are used by the organization?

Note:

The deadline for the submission of Letters of Expression of Interest and relevant documents is 12 NOON, on or before 28th October 2010. Electronic copies should be sent to: ccmnigeria@gmail.com and copy fwbello@yahoo.com while hard copies should be sent to: The Executive Secretary, CCM Nigeria, 4th floor, Abia House, Plot 979 1st Avenue, off Ahmadu Bello Way, Central Business District, Abuja.

Both National (Public and Private Sector) and international organizations are welcome to apply. The selected organization will be expected to have the capacity to cope with the Principle of Performance Based Funding of the Global Fund in a rapid and proactive manner, Note that organizations that are screened and found unsuitable to serve as Principal Recipients will not be contacted. Only those found suitable will be contacted for organizational assessment for final selection.

Further information

Applicants are strongly encouraged to consult:

a) The Frequently Asked Questions (FAQ) section, on http://www.theglobalfund.org and http:/www.ccmnigeria.org

b)       The Global Fund home page (www.theglobalfund.org ) to access the complete directory of Global Fund documents as well as information specifically related to GF Round 8, For further information or questions on any aspect of PR guidelines. Please contact the Global Fund Secretariat or the Country Coordinating Mechanism (CCM) at the address given above.

Dr. Fatal Bello

Executive Secretary, CCM Nigeria

Supply of Project Vehicles at Nigeria Electricity and Gas Improvement Project (NEGIP)

The Federal Republic of Nigeria

Invitation for Bids (IFB) Nigeria

Nigeria Electricity and Gas Improvement Project (NEGIP)

CR 46200 UNI

Supply of Project Vehicles

NGP-NCB-6

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 752 of 16th June 2009.
  2. The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Nigeria Electricity and Gas Improvement Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Supply of Project Vehicles: NGP-NCB-6.
  3. The Power Holding Company of Nigeria Plc – Project Management Unit (PHCN-PMU) now invites sealed bids from eligible and qualified bidders for the supply and delivery of one (1No.) 4Wheel Drive JEEP, five (5Nos) Saloon Cars and six (6Nos) 4Wheel Drive Double Cabin Pickup Van.

The latest delivery period is three (3) months.

  1. 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, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.
  2. Interested eligible bidders may obtain further information from Power Holding Company of Nigeria Plc – Project Management Unit (PHCN-PMU); phcnpmu@nepapmu.org and inspect the Bidding Documents at the address given below.
  3. Qualifications requirements include: A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.
  4. A complete set of bidding documents in English may be purchased by   interested bidders on the submission of a written application to address (2) below and upon payment of a nonrefundable fee of fifteen thousand Naira (N15, 000.00) or one hundred US Dollars (US$100.00). The method of payment will be by Certified Bank Cheque in favour of PHCN. The Bidding Documents will be sent by courier upon additional payment of fifteen thousand   Naira (N15, 000.00) or one hundred US Dollars (US$100.00) for Europe and West Africa or thirty thousand Naira (N30, 000.00) or two hundred US Dollars for all other countries payable to the General Manager, PHCN PMU at Abuja to cover the cost of the delivery to bidders by courier.
  5. Bids must be delivered to the address below at or before 12:00am of November 3, 2010. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend in person at the address below at 12:00am of November 3, 2010. All bids must be accompanied by a Bid Security of NGN 1, 500, 000.00 or an equivalent amount in a freely convertible currency.

The address (es) referred to above is (are):

Address (1)

Engr. M. A. Ganiyu

Manager, Project Management Unit

7, Kampala Street, Wuse II,

Abuja 900288, Nigeria

Tel: +234-9-8746412

E-mail: phcnpmu@nepapmu.org

Website: www.nepapmu.org

Address (2)

Engr. H. S. Labo

Managing Director/ CEO

Power Holding Company Nigeria Plc

Plot 441, Zambezi Crescent, Maitama

Abuja, Nigeria

Attention: General Manager Project Management Unit