Procurement of Operational Vehicles at Lagos Urban Transport Project (LUTP)

Invitation for Bids (IFB)

Lagos State Government

Lagos Urban Transport Project

IDA Credit No: 3721-0 UN1

Procurement of Operational Vehicles

IFB No: LAMATA/WB/NCB/GC/107/10

Date: November 2, 2010

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. No.655 of May 31, 2005.
  2. The Lagos  State Government has received a credit from international  Development Association toward the cost of Lagos Urban Transport Project (LUTP), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Operational Vehicles of Contract No LAMATA/WB/NCB/GC/107/10
  3. The Lagos Metropolitan Area Transport Authority now invites sealed bids from eligible and qualified bidders for Supply of the following Operational
Lot Item Description Qty
1 Saloon Car of min. eng. Capacity 1.8 L.t 2
2 30-Seater Coaster Bus.eng. capacity 2.7 L.t 1
  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IERD 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 Lagos Metropolitan Area Transport Authority (LAMATA), and inspect the Bidding Documents at the address given below from 9a.m, to 4p.m Mondays through Friday.
  3. Qualification requirement include
  • Evidence of previous supply (sale) of vehicles proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • Evidence of adequacy of working capital for this Contract for this Contract (access to line(s) of credit and availability of other financial resources);
  • Certificate of Incorporation and company profile.
  • Manufacturer’s Authorization.

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

  1. A complete set of Bidding Documents in English 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 Fifteen Thousand Naira Only (N 15,000.00). The method of payment will be in Bank Draft. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.
  2. Bids must be delivered to the address below at or before 10.00 am 30th of November 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 or on-line at the address below at 10.00 am, 30th of November 2010; all bids must be accompanied by a Bid Security of Five Hundred Thousand Naira Only (N500, 000.00) or an equivalent amount in a freely convertible currency.
  3. The address referred to above is:

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd Floor, Motorways Center, 1, Motorways Avenue

Alausa, Ikeja, Lagos State

Telephone: 01-270227, 01-2702786

Fax: 01-2702783

E-mail: advert@lamata-ng.com

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts