Supplemental Letter No. 1 (Lagos Urban Transport Project) Section 9.02 of the General Conditions Financial and Economic Data In connection with the above Credit to the Republic of Nigeria for the Lagos Urban Transport Project, in an amount in various currencies equivalent to SDR 75,500,000, I am writing on behalf of the Republic of Nigeria to set forth the following: 1. We understand and agree that, for purposes of Section 9.02 of the General Conditions, the Republic of Nigeria is required by the Association to report new loan commitments (as defined in the World Bank s Debtor Reporting System Manual, dated January 1989) not later than thirty days after the end of the quarter during which the debt is incurred, and to report transactions under loans, (as so defined) not later than March 31 of the year following that for which the report is made. 2. We represent that no defaults exist in respect of any external public debt. It is our understanding that, in making the above Credit, the Association may rely on the statements herein set forth or referred to.
Supplemental Letter No. 2 (Lagos Urban Transport Project) Performance Indicators We refer to the Project Implementation Plan for the above-referenced Project, as such manual may be amended from time to time with the prior agreement of the International Development Association (the Association ). We shall implement the Project in accordance with arrangements and timetable set forth in the Project Implementation Manual. With reference to paragraph 2 of Schedule 4 to the to the Credit Agreement of even date herewith between the Federal Republic of Nigeria and the Association, the Project shall be evaluated in accordance with the performance indicators set forth in the Project Implementation Manual.
Supplemental Letter No. 3 Lagos Urban Transport Project National Competitive Bidding We refer to Part C.1 of Section II to Schedule 3 of the Development Credit Agreement, concerning procurement by national competitive bidding procedures. Procurement under the above-referenced Project will be conducted so as to meet the following objectives: (a) (b) (c) the need for economy and efficiency in the implementation of the project, including the procurement of the goods and works involved; the need to give eligible bidders from developed and developing countries an opportunity to compete in providing goods and works; encouraging the development of domestic contracting and manufacturing industries in Nigeria; and (d) the importance of transparency in the procurement process. National competitive bidding procedures will also ensure that: (i) bids will be advertised in National dailies of wide circulation; (ii) methods to be used in evaluation of bids and the award of contracts are made known to all the bidders and are not applied arbitrarily; (iii) bidders are given adequate response time at least (four weeks) for preparation and submission of bids; (iv) bid evaluation and bidder qualification are clearly specified in the bidding documents; (v) no preference margin is granted to domestic contractors; (vi) interested eligible foreign firms are not precluded from participation; (vii) award of contract will be made to the lowest evaluated bidder substantively responsive to the bidding documents in accordance with pre-determined and preannounced/published and transparent methods; (viii) the bid evaluation reports will clearly state the reasons for rejecting any non-responsive bid; and (ix) prior to issuing the first call for bids, the
draft standard bidding documents prepared by Lagos Metropolitan Area Transport Authority will be submitted to the Association and found acceptable.