Re – Invitation for Pre-Qualification for Highway Construction/Rehabilitation Projects, and Expression of Interest(s) for Consultancy Services for Engineering Design and Construction Projects at the Federal Ministry of Power, Works and Housing (Works Sector)

Federal Ministry of Power, Works and Housing (Works Sector)

Headquarters, Mabushi, Abuja 

Re – Invitation for Pre-Qualification for Highway Construction/Rehabilitation Projects, and Expression of Interest(s) for Consultancy Services for Engineering Design and Construction Projects 

Addendum

Further To The Ministry’s Advertisement in the Newspapers (Punch and Daily Trust) Dated Monday, 30th May, 2016 inviting interested Competent Companies to Submit Pre-Qualification/Expression of Interest Documents for Various Projects Intended for Procurement in 2016, The Ministry Wishes to Make the following amendments:

1 The pre-qualification of the procurement of the Rehabilitation of Ilorin – Omuaran – Egbe Road in Kwara State, Lot 2, under Category A is withdrawn.
2 The Project with the description -Rehabilitation of Zaria -Panbeguwa Road in Kaduna State under Consultancy for Various Engineering Design Projects is wrongly described, the Propel description is now “Rehabilitation of Zaria-Danbobo Road” in Kaduna State.
3 The procurement of the Engineering Design Consultancy for the Rehabilitation of Section of Gombe – Bauchi Road in Gombe State is withdrawn.
4 The procurement of the Engineering Design Consultancy for the Construction of Burga-Dull-Mbat II-Tadnum Gobbiya-Badagari-Gwarangah-Sum Road in Bauchi, Bauchi State (Lot 2) is also withdrawn.
5 The procurement of the Engineering Design Consultancy for the Construction of Tudun Wuss -Wandi-Baraza-Durr-Zumbul-Polchi-Dot-Kwanar Road in Bauchi, Bauchi State (Lot 3) is also withdrawn.
6 The procurement of the Engineering Design Consultancy for the Rehabilitation of Rogo-Karaye-Kiru-Kwanar Dangers Road in Kano, Kano State (Lot 8) is also withdrawn.
7 The procurement of the Engineering Design Consultancy for the Rehabilitation of Gyadi Gyadi Roundabout flyover in Kano, Kano State (Lot 9) is also withdrawn.
8 The procurement of the Engineering Design Consultancy for the Construction of Panshin-Tapshin-Gamar-Sara-Kal-Gindiri Road in Plateau, Plateau State (Lot 12) is also withdrawn.
9 The Project with the description ‘Rehabilitation of Gombe Biu Road’ Lot 3 under Category A is wrongly described with Gombe/Yobe States but Rehabilitation of Gombe –Biu Road Gombe Borno States

Please Note that other Items in the Earlier Advertisement Remain Relevant.

Invitation to Tender for Pre-Qualification for Highway Construction/Rehabilitation Project and Technical and Financial Bids for Electrical Street Lights and Some Capital Projects under Various Works and Services

(1.0)         Introduction

The Federal Ministry of Power, Works and Housing (Works Sector). In furtherance of its statutory mandate, intends to implement some capital projects under various works and services in line with the budget for the Financial Year 2016 and in accordance with the Public Procurement Act, 2007.

The Ministry therefore invites interested competent Construction Companies, Civil Engineering Firms, etc. to submit prequalification documents for the projects.

The Ministry also invites interested competent Companies to submit Technical and Financial tender for the Electrical Street Lights and some capital projects under various works and services.

These works which consist of Construction, Rehabilitation, Electrical Street Lights and various other projects with their locations and scope are listed below:-

(2.0) Scopes of Works and Services

The scopes of works to be carried out include the following:

(A)   HIGHWAY PROJECTS: CONSTRUCTION/REHABILITATION

(for Prequalification)

The Highway project for construction/rehabilitation is listed under Categories A as shown in the table below. Bidders are requested to Submit bids for Category A based on understanding of the Specific Requirements of the category, as stated in this publication and a realistic self-assessment of the Bidder’s capacity

Lot No PROJECTS DESCRIPTION  LOCATION 
CATEGORY A
1 Rehabilitation of – Mansir-Garga Furvam Kasuwa – Jarmai Road  Plateau/Bauchi States
2 Rehabilitation – Kaduna Road FCT Abuja/Kaduna States
3 Rehabilitation of Kaduna -Zaria Road in Kaduna State Kaduna State
4 Rehabilitation of – Kano Road in Kaduna/Kano States Kaduna/Kano States
CATEGORY B
1 Construction of  ga-Dull-Mbat II-Tadnum Gobbiya-Ba’dagari- Gwarangah-Sum, Bauchi State  Bauchi State
2 Construction of Udun Wuss-Wandi-Wandi-Baraza-Durr-Zumbul-Polchi-Dot-Kwanar, Bauchi State Bauchi State
3 Construction of anshin-Tapshin-Gambar-Sara-Kal-Gindiri Road in Plateau State Plateau state
OTHER PROJECTS
1 Construction/Rehabilitation of Road and bridge projects in different parts of the country  Nationwide

 

(B)   SUBMISSION OF TECHNICAL AND FINANCIAL BIDS FOR  INSTALLATION AND REHABILITATION OF STREET LIGHTS ON DESIGNATED FEDERAL ROADS AND BRIDGES IN SOME GEO – POLITICAL ZONES.

The Electrical projects for Installation/Rehabilitation of street lights are listed under Category A (Rehabilitation projects) and Category B (New Projects) as shown in the table below. Bidders are requested to submit bids for the Lots based on understanding of the Requirements of each lot, as stated in this publication and a realistic self-assessment of the Bidder’s capacity.

Lot No PROJECTS DESCRIPTION  LOCATION 
  CATEGORY A (REHABILITATION)   
1 Rehabilitation of 120 Poles Solar Street Lights on Katsina-Ala Bridge  Benue State 
2 Rehabilitation of Makurdi Bridge at Makurdi, Benue State Benue State
3 Rehabilitation of Street Lights on Ogbomosho-Ilorin road, Spur Geri Alimi by (Eiye nkorin) Ilorin Kwara State
4 Rehabilitation of 120 Poles Solar Street Lights on Jebba Bridge, Jebba Niger State Niger State
CATEGORY B (NEW PROJECTS)
1 Provision of Street Lights at Giri Interchange along Abuja – Lokoja Expressway FCT Abuja (Phase II)  FCT Abuja
2 Provision of Street Lights at Ogbomosho Interchange along Ibadan Ogbomosho-Ilorin Expressway (Phase II) Ogbomosho Oyo State
3 Provision of Street Lights at Benin Sapele interchange along Benin-Sapele Road Benin (Phase II) Edo State
4 Provision of Street Lights as Gombe bypass Gombe (Phase II) Gombe Gombe State
5 Provision of Street Lights at Kaduna Old Toll Gate along Abuja Kaduna Kaduna State

(C)    TECHNICAL AND FINANCIAL BIDS FOR THE VARIOUS WORKS AND SERVICES/OTHER PROJECTS

 

Lot No PROJECTS DESCRIPTION  LOCATION 
1 Water System Development (to include drilling of borehole Construction of overhead tank and ground tank) for Hostel blocks at Elect/ Mech Engineering Training School Abeokuta.  Ogun State 
2 Provision and Installation of 1No. 500KVA Generator for Block B at the Headquarters Complex, Mabushi. FCT Abuja
3 Upgrade of Mechanical Welding workshop Kuje Abuja FCT Abuja
4 Provision and Installation of Medium Frequency Induction Furnace for Kuje workshop FCT Abuja

(3.0)  MANDATORY REQUIREMENTS

(a)     Evidence of registration with Corporate Affairs Commission (CAC);

(b)     Evidence of Tax Clearance Certificate (TCC) for the last three (3) years ending in December 2015.

(c)      Evidence of VAT Registration;

(d)     Evidence of Certificate of Compliance by National Pension Commission (PENCOM):

(e)      Evidence of Certificate of Compliance by Industrial Training Fund in line with the provisions of ITF Act, 2011

(f)      Evidence of registration (IRR) with Bureau of Public Procurement (Interim Registration Report) for the categorization and classification in the BPP website, as provided in pan I section 5(h) of PPA 2007

(3.1)  OTHER NECESSARY REQUIREMENTS

(a)     Unabridged company Audited Annual Report for the immediate past (3) years:

(b)     A sworn affidavit that no partner/director has been convicted in any country for criminal offences related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter and that all the required documents are both genuine and up to date:

(c)      A sworn affidavit disclosing whether or not any officer of FMW or BPP is a former or present Director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all materials particular;

(d)     A statement indicating that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last three months:

(e)      Evidence of particulars of Directors:

(4.0) SPECIFIC REQUIREMENTS:

(i)      For Construction/Rehabilitation of Road Projects:

CATEGORY A;

(a)     Annual Turnover

Bidders must have an annual turnover of at least ten (10) billion naira (as stated in a verifiable tax clearance certificate) in the last three (3) years ending in December 2015. 

(b)     Bidders’ Experience

Bidder must be a prime contractor on at least two (2) project of similar nature, magnitude and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached):

(c)      Plant and Equipment

Verifiable evidence that the Bidders have the requisite plants and equipment to execute a project of the nature and complexity including Asphalt and quarry Plants in the geopolitical zone of the project bidded for

(d)     Financial Capacity

Evidence of access to or availability of credit facilities, confirmed by a reputable bank, equivalent of five hundred (500) million Naira minimum amount of Liquid Assets net of other contractual commitments of the successful bidder shall be required; and

(e)      Manpower

Company profiles with CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of registration with relevant regulatory professional bodies e.g. COREN, ARCON, CORBON and QSRBN.

(ii)     CATEGORY B:

(a)     Annual Turnover

Annual Turnover of Not less than two (2) billion Naira (as stated in a verifiable tax clearance certificate) in the last three (3) years;

(b)     Bidders’ Experience

Experience as a prime contractor on at least one (1) project of similar nature and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached);

(c)      Plant and Equipment

Evidence that the Bidders have the requisite plants and equipment to execute a project of this nature and complexity;

(d)     Financial Capacity

Evidence of access to or availability of credit facilities, certified by the bankers, equivalent of one Hundred (100) million Naira minimum amount of Liquid Assets net of other contractual commitments of the successful bidder shall be required;

(e)      Manpower

Company profiles with CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of registration with relevant regulatory

professional bodies e.g. COREN, ARGON, CORBON, QSRBN).

(f)      Maximum number of Lots

Bidders must restrict their submission of bids to a maximum of two (2) lots located in a geopolitical zone where they are already mobilized.

(iii)    For Installation/Rehabilitation of Street Lights:  

(a)     Annual Turnover

Annual Turnover of Not less than Ten Million Naira (N10,000,000.00) (as stated in a verifiable Tax clearance certificate) in the last three (3) years ending December 2015:

(b)     Bidders’ Experience

Bidder must be a prime contractor on at least one (i) protect of similar nature, magnitude and complexity comparable to the works under consideration within the Last five (5) years (copies of letters of award /certificates of completion to be attached;

(c)      Financial Capacity

Evidence of access to or availability of credit facilities, confirmed by a reputable bank 

(d)     Manpower

Company profiles with CVs of Key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers (evidence of registration with relevant regulatory professional bodies e.g. COREN and NSE as well as:

(i)      Evidence of current PHCN Electrical Contractor Certificate/Permit; OR

(ii)     Evidence of current Ministry of Power wiring License Grade One.

(iv)    For Various Works and Services/Other Projects:

(a)       Annual Turnover

Annual Turnover of Not less than Ten Million Naira (N10,000,000.00) (as stated in a verifiable Tax clearance certificate) in the last three (3) years ending December 2015;

(b)     Bidders’ Experience

Bidder must be a prime contractor on at least one (1) project of similar nature, magnitude and complexity comparable to the works under consideration within the last five (5) years (copies of letters of award/certificates of completion to be attached);

(c)      Financial Capacity

Evidence of access to or availability of credit facilities, confirmed by a reputable bank

(d)     Manpower

Company profiles with CVs of key professionals including photocopies of relevant academic and professional qualifications with attestation of availability and contact phone numbers

All enquiries are to be directed to:

The Director,

Public Procurement Department,

Federal Ministry of Power, Works and Housing

(Works Sector),

Headquarters; Mabushi,

Abuja

(5.0)  Method of Paying for Electrical Street Lights and Various Works and Services Tender Documents:

Interested bidders are to collect Financial Tender with a non-refundable fee of N20,000.00 (Twenty Thousand naira only).

 (6.0)  Method of Submission:

(i)      Prequalification documents for Construction and Rehabilitation of Road (Category A, B & OTHER PROJECTS) must be submitted on or before 12 noon Monday, 11th July, 2016; and

(ii)     Submission of documents for Electrical Street Lights and Various Works and Services is to be done in two separate envelopes clearly marked at the top left corner as “Technical Bid for: Street light, Various Works and Services or other projects” projects and as “Financial Bid for: Street light, Various Works and Services or other projects” with the company’s name at the bottom left corner for easy identification. The completed technical and financial bids documents should be enclosed in an outer envelope, sealed and marked appropriately in Capital Letters at the Left Corner and addressed to:

The Secretary,

Ministerial Tenders’ Board,

Public Procurement Department,

Room B 218, Block A,

Federal Ministry of Power, Works and Housing

(Works Sector),

Headquarters,

Mabushi, Abuja.

The completed and sealed tender documents for Electrical Street Lights and Various Works and Services should be deposited in the Tenders Box in the office of the Deputy Director Public Procurement, Room B 218, Block A, Federal Ministry of Power, Works and Housing (Works headquarters) not later than 12.00 noon on Monday 11th July, 2016. Any submission made thereafter stand rejected

(7.0)  Opening of Bids:

(i)         Submitted documents are to be opened immediately after closing of submission of bids on:

(a)     Monday 11th July, 2016 for Electrical Street Lights and Various Works and Services

(b)       Monday 11 July, 2016 for Construction and Rehabilitation of Road (CATEGORY A, B & OTHER PROJECTS)

The opening will commence by 12 noon immediately after closing of submissions on Monday 11thJuly, 2016 at the Ministry’s Conference Room:

(ii)     ONLY technically shortlisted bidders will be invited to witness the opening of the financial bids and

(iii)    Companies or their representation, Civil Societies, NGOs, Professional Bodies and members of the general public are invited to witness the bids opening exercise through this medium

8.0     Additional Information:

Please note that

(i)      The Ministry may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary;

(ii)        Bidders who have worked for the Ministry and have history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply;

(iii)    This advertisement shall not entitle technically shortlisted companies to make any claims whatsoever, and/or seek any indemnity from the Ministry by virtue of such companies having been technically shortlisted;

(iv)    The Ministry reserves the right to reject any and/or all technically shortlisted Bidders at its sole discretion and at no costs whatsoever;

(v)       All costs incurred in responding to this advert and being shortlisted for the projects shall be borne solely by the Bidders;

(vi)      Submissions must be accompanied with a sworn affidavit indicating that all documents submitted are genuine and verifiable;

(vii)   Two (2) hard copies and one (1) soft copy of profiles and financial bids are to be submitted;

(viii)    No Bidder (Company) is allowed to bid for more than One (1) Lot in any Category;

(ix)    Non- compliance to the instructions will lead to disqualification; and

(x)     This advertisement shall not be construed as a commitment on the part of the Ministry to award contract to any bidder.

Signed:

Permanent Secretary,

Federal Ministry of Power,

Works and Housing.

(Works Headquarters)

Invitation for Technical and Financial Bids for the Execution of 2016 Capital Projects at the Federal Ministry of Power, Works and Housing (Power Sector)

Invitation for Technical and Financial Bids for the Execution of 2016 Capital Projects at the Federal Ministry of Power, Works and Housing (Power Sector)

The Federal Republic of Nigeria

Federal Ministry of Power, Works and Housing (Power Sector)

Power House, No 14 Zambezi Crescent, Maitama, Abuja 

Invitation for Technical and Financial Bids for the Execution of 2016 Capital Projects

(1.0)  Introduction

The Federal Ministry of Power, Works and Housing (Power Sector), in furtherance of its statutory mandate, intends to implement some capital projects under various Goods, Works and Services in line with the approved budget for the Financial Year 2016. To this end, the Federal Ministry of Power, Works and Housing (Power Sector), in accordance with the Public Procurement Act 2007 hereby invites qualified interested firms to obtain bids for specific procurement as follows:

LOT NO PROJECT DESCRIPTION LOCATION/REMARKS
CATEGORY A (GOODS)
A1 Procurement of ICT Hardware and software  As in Bidding Documents
A2 Procurement of Vehicles As in Bidding DocumentsOf Lots A2(i) and A2 (ii)

 

CATEGORY B (WORKS)
B1 Procurement and Installation of 75Nos 500KVA 33/0.4 l5kV Transformers in Abuja, Imo, Anambra, Abia and Edo States  Abuja, Imo, Anambra, Abia and Edo States / As in various Bidding Documents of Lots B1 (i), B1 (ii) B1 (iii), B1 (iv) and B1 (v).
B2 Kaduna 215MW Engineering, Procurement and Construction of LPG/LNG Fuel storage Tanks with interconnecting piping and associated components of the fuel system As in Bidding Documents
B3 Procurement and Installation of 10Tonnes, 7Stop, Kone Elevator (Europe Standard) Power House, No 14 Zambezi Crescent, Maitama, Abuja/ As in the Bidding Document.
B4 Renovation of old existing Sewage System at Power House, No 14 Zambezi Crescent, Maitama Power House, No 14 Zambezi Crescent, Maitama, Abuja/ As in the Bidding Document
B5 Upgrading and Rehabilitation of HQ Building in Minna Niger State As in the Bidding Document
B6 Establishment of Electronic Legal Library for prompt access to National and International Legal documents i.e. Law Regulations, Conventions, Protocols As in the Bidding Document
B7 Computerization of Store Operation As in the Bidding Document.
B8 Document Management System As in the Bidding Document
B9 Procurement and Installation of 50Nos of Transformers in 5 Area councils of Abuja 5 Area councils of Abuja /As in various Bidding Documents of Lots B9 (i), B9 (ii) B9 (iii), B9 (iv) and B9 (v).
CATEGORY C (CONSULTANCV SERVICES)
C1 Procurement of Consultancy for the dissemination and popularisation of the progress of the Policy Document “Strategic Framework”  AS in the Bidding Document.
C2 Upgrading of Accounting System facilities – Asset Valuation As in the Bidding Document.
C3 Developments of PPP Projects As in the Bidding Document.
C4 Consultancy for Research Survey Demographic Analysis of Electricity Load Demand and Quality of Services As in the Bidding Document.
C5 Technical Capacity Building in Distribution Network System Substation Metering and Theory and Application of incentive regulation for credible Distribution Tariff Documents of Lots C5 (i) and C5 (ii) As in the Bidding Document.
C6 Consultancy for the Sensitization Programme for Host Communities where Power installations are located and Data gathering As in the Bidding Document

(2.0) MANDATORY REQUIREMENTS;

Interested Contractors, Suppliers and Service Providers are required to submit the following:

(i)      Certificate of Registration with Corporate Affairs Commission (CAC)

(ii)     Tax Clearance Certificate corresponding with the company annual turnover for three years (2013, 2014 & 2015);

(iii)    Evidence of compliance with the Industrial Training Fund (ITF) by inclusion of Certificate of Compliance from the Industrial Training Fund;

(iv)    Evidence of compliance with Pension Reforms Act 2004 by inclusion of PENCOM Compliance Clearance Certificate;

(v)     Evidence of VAT Registration with TIN Number and

(vi)    Evidence of interim registration of firm on the National Database of Contractors, Consultants and Service Providers with Bureau of Public Procurement (BPP).

(2.1)  OTHER REQUIREMENTS.

(i)      Comprehensive Company Profile;

(ii)     Technical Qualifications of key personnel (Curriculum Vitae of individual staff who will be assigned to the required services including qualifications, individual experience in handling assignments and attestation available);

(iii)    Evidence of Financial Capability to execute the Projects (Bank Support);

(iv)    Verifiable evidence (Photocopies of letters of awards and completion certificates and interim performance certificates for on-going projects are subject to verification) of previous experience in similar jobs, at least three (3) in the last five years;

(v)     Annual Audited Account for the last three (3) years (2013, 2014 and 2015);

(vi)    Evidence of Registration with Relevant Professional Bodies;

(vii)   Name, e-mail address and telephone numbers of contact person for the project;

(viii) Affidavit of disclosure that none of the persons connected with the bid process in the procuring entity has any pecuniary interest and that the company is not in receivership of any form of insolvency/bankruptcy nor in debarment and that the company nor any of the Director(s) of the company has been convicted of financial crime; and

(ix)    Any other information that will further enhance the qualification of the company.

(3.0)  COLLECTION OF TENDER DOCUMENTS;

Tender Documents are obtainable from the office of the Director (Procurement), Federal Ministry of Power, Works and Housing (Power Sector), Power House, 4th Floor, Room 425A, No 14, Zambezi Crescent, Maitama, Abuja upon the presentation of evidence of payment of non-refundable tender fee of N 20,000.00 (Twenty thousand Naira only). Treasury Receipt can be obtained from the Cash Office Section of Finance & Accounts Department, Federal Ministry of Power, Works and Housing (Power Sector), 1st Floor, Annex III, Phase I, Federal Secretariat Complex, Abuja for each Lot.

(4.0)  ENQUIRIES ON THE INVITATION

All enquires are to be addressed to, Director, Procurement, Federal Ministry of Power, Works and Housing (Power Sector), Power House, 4th Floor, Room 425A, No 14, Zambezi Crescent, Maitama, Abuja.

(5.0)  BID SUBMISSION;

(a)     Completed Technical and Financial Documents (3 Sets of Hard Copy) shall be submitted in Two different sealed tamper proof envelopes and labeled “Technical Bid” and “Financial Bid” and both placed in a third envelope. All the three numbers envelopes should bear the company name at the reverse sides while the “Project Name” and “Lot No” at the Top Right Hand Corner of the Envelope and addressed to; The Secretary, Ministerial Tenders Board (MTB), Federal Ministry of Power, Works and Housing (Power Sector), Power House, 4th Floor, Room 425A, No 14, Zambezi Crescent, Maitama, Abujaon or before 12:00 noon, on Wednesday 3rd August, 2016. 

(b)     The Documents should be deposited in the Tender Box at the Tender Secretariat, Federal Ministry of Power, Works and Housing (Power Sector), Power House, 4th Floor, Room 425A, No 14, Zambezi Crescent, Maitama, Abuja. Closing time for all submissions is on or before 12:00 noon, on Wednesday 3rd August, 2016. Late submission shall not be entertained.

(6.0) BID OPENING

Tender Documents (TECHNICAL) are to be opened immediately after the closing of submission at12:00 noon, on Wednesday 3rd August, 2016 in the presence of Bidders and interested Members of the Public at Federal Ministry of Power, Works and Housing (Power Sector), Power House Auditorium, 2nd Floor, No. 14, Zambezi Crescent, Maitama, Abuja. All Bidders and/or their representatives, Relevant Professionals and NGOs are invited to witness the public bid opening exercise accordingly. This publication hereby serves as an invitation for the Bid Opening exercise to Professional Bodies and NGOs.

(7)     FURTHER INFORMATION

(a)     Contractors are not permitted to Bid for more than two lots and only technically successful bidders will be invited for the next stage of the bidding process;

(b)     Late submission will be rejected;

(c)      This advertisement shall not be construed as a commitment on the part of Ministry to appoint any consultant/contractor nor shall it entitle any consultant/contractor submitting documents to claim any indemnity from Federal Ministry of Power, Works and Housing (Power Sector);

(d)     Federal Ministry of Power, Works and Housing (Power Sector) reserves the right to take final decision on any of the document received in your proposals;

(e)      No representative or agent should bid for or on behalf of any Firm as the client shall not discuss or deal with any third party;

(f)      Federal Ministry of Power, Works and Housing (Power Sector) reserves the right to verify and authenticate any claim by Firms. Prospective Firms should therefore include in their submissions necessary authority for verification;

(g)     Interested Suppliers/Contractors are advised to visit the Ministry’s Notice Board for Specific Procurement Notices for minor value procurement;

(h)     The FMPW&H (Power Sector) also reserves the right to invoke the provision of section 28 of the Public Procurement Act (PPA) 2007, without incurring any liability to the bidder;

(i)      All costs incurred in responding to this advert and prequalifying for the projects shall be borne solely by the bidders; and

(j)      The Federal Ministry of Power, Works and Housing (Power Sector) shall not enter into any debate or discussion with any party with respect to the rejection of bid not conforming to directives and accompanying documents.

Signed:

Permanent Secretary

The gathering of Agro Allied Key Players and Equipment Manufacturers in West Africa

The gathering of Agro Allied Key Players and Equipment Manufacturers in West Africa

The gathering of Agro Allied Key Players and Equipment Manufacturers in West Africa

Theme: “The new Agricultural Agenda for Economic Growth and Food Security”

The 2nd annual Agribusiness Tradeshow & Conference will serve as the platform to discuss the potential and viability of the agriculture business in Nigeria and the West Africa sub region. The event seeks to symbolize the opportunities in the Agribusiness, as well as synergize on technologies, techniques and human resources to take this all important sector to the level of Africa union food security initiative.

A paradigm shift in Agriculture through its commercialization has become potentially necessary owing to the fact that for far too long agriculture and farming has been practiced by farmers in Africa on a subsistence level. At this subsistence level, there has been shrinking and depleted farms, an ageing population with limited interest from the youth to engage in agriculture.

To this end, the imperativeness of exploring the potential profitability of every agriculture investment and to determine whether it makes financial sense to proceed in the short, medium and long term is now more feasible than ever before

It is in recognition of this fact that there have been comprehensive interventions to ensure sustainable growth and job creation. For example, the cassava value chain, one of the most important value chains in Nigeria, benefited from a presidential campaign for cassava and its products, including cassava chips, flour, etc.

With minimal investment in research, provision of market information, access to subsidised fertiliser, and links to international markets, cassava received a major boost in the country between 2003 and 2007. This boost has resulted in a glut on the market, obviously disappointing farmers. This demonstrates that a focus on increasing yields, without investing in processing and other aspects of the value chain will lead to short-term gains, but not long-term sustainable growth and development for actors across the chain.

Africa holds about 60% of global uncultivated land and the key to unlocking the growth of agriculture in Africa is to improve the business of the small scale farmers who have access to millions of hectares needed to boost productivity. Research has shown that Nigeria has over 80 million hectares, accounting for 23% of arable land in West Africa and Agribusiness is presently contributing heavily to the countrys GDP as well as driving employment opportunities.

Nigeria is also the leading country with greater opportunity in West Africa with increased integration, making the country viable in no small way to improve food security in the region. In line with these growth potentials in agribusiness, banks are now investing in Agriculture. As part of its mandate to boost the agricultural sector in Nigeria, the Bank of Industry has distributed over 53 Billion Naira as loans to the Agribusiness value chain in 2012 alone. Other bank and financial institutions, including the Unity Bank has such portfolio as the Agriculture Credit Guarantee Scheme. The Central Bank of Nigeria has also liberated the condition for accessing the 200Billion Naira commercial Agricultural Credit Scheme to practicing farmers and sector players. In addition the Nigerian Export – Import (NEXIM) bank has introduced a Special Fund for Cassava export and the United Bank for Africa, on its part is one of the largest financers of Agricultural projects in the country; financing activities across the value chain from the production to storage, processing, Transportation and distribution.

Presently, the Nigeria’s macroeconomic indicators are showing a decline in Gross Domestic Product due to the low development the Agricultural sub sector, even, with its huge population. Presently, Nigeria is also the largest producer of almost every major agricultural commodities in West Africa, given the significance of the Nigerian economy in West Africa – with approximately 60 percent of the population and over 50 percent of the region Gross Domestic Product (GDP) – it is important in the context of regional initiatives to understand the country’s role in regional food security (World Bank, 2006).

We are therefore, sincerely inviting all stakeholders in this sector to share and participate in this event. The conference segment will discuss a wide range of agro allied activities, cutting across Livestock, Animal, Feeds, Agro- processing, seed production, soil pollution, research and machineries.

This and many more reasons explain why the forthcoming AgricBusiness Tradeshow is apt and timely. For details on Conference Delegate registration, Exhibition Space and Event Sponsorship, please contact: +234-8053100096, +234-7034638975 and  info@agricshow.com or visit event website: www.agricshow.com

Invitation for Technical and Financial Bids for the Execution of 2016 Capital Projects at the Federal Ministry of Power, Works and Housing (Power Sector)

General Procurement Notice at Nasarawa State Tenders Board

The Government of Nasarawa State 

General Procurement Notice 

The Nasarawa State Government has received a grant from the Central Bank of Nigeria for the specific purpose of infrastructural development in the State. The State intends to utilize the fund towards the construction and rehabilitation of Roads, Bridges, Culverts, Schools, Hospitals, Water Supply, Stadium, High Court Complex, Recreational Parks and other capital projects.

(2)     Requirement for Expression of Interest (EOI):

(i)      Evidence of registration with Nasarawa Tenders board;

(ii)     Tax clearance certificate for 2013, 2014 and 2015;

(iii)    Audited accounts for 2013, 2014 and 2015;

(iv)    Evidence of competence/experience;

(v)     Submission of detailed Company profile including all registration documents.

(3)     SUBMISSION

All interested Companies may submit Expression of Interest (EOI) to the address below.

The Secretary,

Nasarawa State Tenders Board,

State Secretariat, Lafia.

(4)     This advertisement shall not be construed as commitment on the part of Nasarawa State to contract any company nor shall it entitle any firm submitting documents to claim any indemnity.

(5)     Nasarawa State reserves the right to take the final decision on any of the submissions received.

Signed:

Secretary,

Nasarawa State Tenders Board

The Slovenia-Nigeria Chamber of Commerce announce a new Supervisory Board

The Slovenia-Nigeria Chamber of Commerce announce a new Supervisory Board

At the 3rd General Assembly Meeting of the Slovenia-Nigeria Chamber of Commerce held on the 21st of April, 2016 a new supervisory board was elected by the general assembly. The team are:-

Marko Štirn  (Damahaus Prestige d.o.o) – President of the board

Matvež U. Pavlič (Gecko d.o.o.)

Andrej Likar (Geoportal d.o.o.)

Grega Milčinski (Sinergise d.o.o.)

Bruno Anthony (TLT Urban d.o.o)

The management board and the entire membership of the Slovenia-Nigeria Chamber of Commerce congratulate the board for their commitment and contributions in further developing the Slovenia Nigeria trade and human relations.