Welcome to AFD/dgMarket


Search
Advanced Search

CONSULTANCY SERVICES FOR PROJECT MANAGEMENT AND OPERATIONAL DESIGN

Request For Expressions of Interest

General Information

Country:   Nigeria
City/Locality:   Lagos Lagoon
Notice/Contract Number:   LASG/LASWA/AFD/EIB/CS/IPC/QCBS/PMOD/02-24
Publication Date:   Sep 9, 2024
Deadline (local time):   October 16, 2024 - 15:00
Agency:   Agence Française de Développement (AFD)
Buyer:   Lagos State Waterways Authority (LASWA)
Original Language:   English

Contact information

Address:   Head of Procurement
Lagos State Waterways Authority (LASWA)
Five Cowries Terminal Falomo Ikoyi Lagos 101233 Nigeria
Ikoyi, Lagos 101233
Nigeria
Telephone:   +234 (0) 802 424 4429
E-mail:   procurement@lagoswaterways.com
Web site::   http://www.lagoswaterways.com

Assignments

 

Documents attachés

 
  • (274 KB; Sep 10, 2024)
     Download documents

Original Text

REQUEST FOR EXPRESSIONS OF INTEREST
LAGOS, NIGERIA
LAGOS STATE WATERWAYS AUTHORITY (LASWA)
Project Title: OMI ÈKÓ
Contract Title: CONSULTANCY SERVICES FOR PROJECT MANAGEMENT AND OPERATIONAL DESIGN
LASG/LASWA/AFD/EIB/CS/IPC/QCBS/PMOD/02-24
Date: September 11th, 2024
The Lagos State Government through the Federal Republic of Nigeria has received financing from Agence Française de Développement ("AFD"), the European Union (“EU”) and European Investment Bank (“EIB”) for the OMI ÈKÓ project, and intends to use part of the funds thereof for the following consultancy service: Project Management and Operational Design (PMOD).
Objective and Outputs of the Consultancy
OMI ÈKÓ is a 410 M EUR project cofinanced by AFD, the EU and European Investment Bank (“EIB”), and implemented by the Lagos State Waterways Authority (LASWA). The project aims to develop mass public inland waterways transportation (IWT) on the Lagos Lagoon. This includes the procurement of 78 electric powered vessels and the development of 15 ferry routes comprising the channelization, marking, and dredging of 140km of inland waterways, and the development of 25 ferry terminals and jetties, including charging stations, light maintenance facilities, connections with other modes of transport, and all supporting infrastructure to the operation of the ferry network such as intelligent transport systems. Lastly, the project will strengthen capacity within LASWA to ensure they can effectively implement the project and manage the future ferry network.
Figure 1 – Proposed OMI ÈKÓ ferry network (2023)
LASWA, the implementing agency, requires the services of internationally qualified and experienced consultants with the requisite skills and experience to assist in two areas:
• Package 1: Detailed Engineering Design, Procurement and Construction Supervision (EPCS)
• Package 2: Project Management and Operational Design (PMOD)
This request for Expression of Interest is related to Package 2: PMOD.The consultancy service includes the six missions and following outputs:
Mission 1 – Finetuning the OMI ÈKÓ ferry network
Output 1.1 – Update of the existing ferry passenger demand
Output 1.2 – Refinement of the passenger forecasts
Output 1.3 – Finalising the OMI EKO ferry network
Mission 2 – Shaping the OMI ÈKÓ ferry operations
Output 2.1 – Enhancing the Fare Structure and Potential Non-Fare Revenue
Output 2.2 – Update the Financial Model for the OMI EKO Operations
Output 2.3 – Advancing the Ferry Operational Plan for the OMI EKO project
Output 2.4 – Sharping the Business Model for OMI EKO Operations
Output 2.5 – Vessel Industry Transition Program (VITP)
Output 2.6 – Branding and marketing the OMI EKO project
Output 2.7 – Start-Up and Commissioning of OMI EKO Operations
Mission 3 – Detailed Engineering Design (DED) for OMI ÈKÓ ferry operations
Output 3.1 – DED for e-ferries
Output 3.2 – DED for Intelligent Transport System (ITS)
Output 3.3 – Functional specifications for the Battery Energy Storage System (BESS)
Mission 4 – Procurement Support for OMI ÈKÓ
Output 4.1 – Procurement support for e-ferries
Output 4.2 – Procurement support for ITS
Output 4.3 – Procurement support Electronic Fare Collection system
Output 4.4 – Procurement support for OMI EKO services
Mission 5 – Supervision of ferry construction and ITS supply and installation
Error! Reference source not found.
Error! Reference source not found.
Error! Reference source not found.
Error! Reference source not found.
Mission 6 – Project management and institutional strengthening of LASWA
Output 6.1.1 – Master Project Schedule
Output 6.1.2 – Quality Management Plan
Output 6.1.3 – Master Procurement Plan
Output 6.1.4 – Contract Management
Output 6.1.5 – Cost Control System
Output 6.1.6 – Project Monitoring and Evaluation Results Framework
Output 6.1.7 – OMI EKO Risk Assessment
Output 6.1.8 – Project Monitoring and Progress Report
Output 6.1.9 – Financial and Technical Audits
Output 6.1.10 – Project Implementation Manual (PIM)
The services are expected to commence in Q1 2025 for a contract period of sixty (60) months, and an expected completion in Q1 2030, It should be noted that most services are expected to be full-time residential in Lagos. However, part of the services may be delivered from the home office(s) of the consultant(s).
The Lagos State Waterways Authority (LASWA) hereby invites eligible consultants to show their interest in delivering the service described above.
This Request for Expressions of Interest is open to: Consulting Firms. The services are desired to be undertaken by a consortium of foreign and local firms.
Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD-Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include (i) : a copy of the JV Agreement entered into by all members; or (ii) a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal. In the absence of this document, the other members will be considered as Subconsultants. Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.
Assessment of previous similar experiences will be based on:
− The contracts size: not less than €3,000,000 (Three millions euros).
− The nature of the Services: (i) project management; (ii) institutional strengthening and capacity building; (iii) marketing and communication; (iv) inland waterways transportation [IWT] operations design and business model; (v) financial modeling for public transport; (vi) detailed engineering design, functional requirements and technical specifications for e-vessels and intelligent transport systems [ITS]; (vii) procurement for FIDIC supply contract; and (viii) supervision of vessel production.
− The technical area and expertise: (i) urban mass transit systems; (ii) vessel design; (iii) ITS design; (iv) public transport operations – Preferably, applicants demonstrate experience in at least one (1) successfully implemented IWT Project.
− Geographic experience: knowledge and in depth experience of project execution in Nigeria and/or subsaharan Africa, and developing contexts more widely.
LASWA will also take into account during the evaluation of expressions of interest the following items:
− Relevant experience in projects of similar nature and complexity. In the case of JV or consrtium, experiences from all JV members and subconsultants will be considerd;
− Team composition and adequate balance between international and local experts
− Presence of local representatives/partners in the proposed JV or consortium.
− Experience in implementation of donor-funded infrastructure projects.
In case of JV or Consortium:
− General introduction about the leading firm and its potential partners;
− Justification of consortium or JV in those both cases: complementary capacities and key technical fields of the consortium;
Among the submitted applications, LASWA will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.
An AFD’s standard form of Statement of Integrity, Eligibility and Social and Environmental Responsibility, duly signed by the Firm/JV, must be provided with the application. A copy could be
downloaded from the AFD website (https://www.afd.fr.) or through this link: https://bit.ly/347wmhJ. or from the EIB website through the link: https://eur-lex.europa.eu/homepage.html . The consultant may request a hard or soft copy from LASWA.
One original and two copies of the EOI must be delivered no later than October 16th, 2024 by 3 :00 p.m
- In hardcopy and softcopy to the address below in a sealed envelope clearly marked Expression of Interest for PMOD Consultancy Services; or
- By email in PDF format to procurement@lagoswaterways.com with clear indication of the title in the subject.
Head of Procurement
Lagos State Waterways Authority (LASWA),
Five Cowries Terminal, Falomo, Ikoyi,
Lagos, Nigeria.
Telephone: +234 (0) 802 424 4429
E-mail: procurement@lagoswaterways.com
Interested Applicants may obtain further information at the address above by a written procedure.

More information: Click here
Please note that this notice is for your information only.
We try our best to have the most accurate and up-to-date information available on our web site, but we cannot guarantee that all of the information provided is error-free.
If you have any suggestions for updates/corrections for this notice, please let us know.