
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI) TENDER PACKAGE NO. – FMARD/PROC/2022/001
1. INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2022 Appropriation Act for the Federal Ministry of Agriculture and Rural Development (FMA&RD). The Ministry, in pursuance of the Federal Government’s Agricultural policies aimed at improving the lives of ordinary Nigerians, desires to utilise these funds to procure Goods, Works and Services in various parts of the country.
In pursuance of the above, experienced, and reputable Suppliers, Contractors and Consultants/Service Providers are hereby invited to tender for the under-listed projects:
LOT NO |
PROJECT TITLE |
|
|
CATEGORY A – GOODS |
|
G1 |
Procurement of Office Furniture, Generators and Others Equipment |
|
G2 |
Procurement of Computers/tablets/ Vehicles |
|
G3 |
Procurement of Agricultural Processing Equipment |
|
|
CATEGORY B-WORKS (Companies bidding for this category must have a Minimum Average Turnover stated against each Lot) |
MINIMUM AVERAGE ANNUAL TURNOVER |
W1 |
Establishment of Agri-Business Incubation Centres in Some Selected Universities. |
350,000,000.00 |
W2 |
General Renovation/servicing//upgrading and equipping of GIS laboratory at FMARD office |
30,000,000.00 |
W3 |
Establishment or rehabilitation of demonstration /Processing / Skills Acquisition Centres |
250,000,000.00 |
W4 |
Construction of Fibre glass tanks as Empowerment for Women & Youth fish farmers. |
50,000,000.00 |
W5 |
Provision, Renovation, Upgrading and Maintenance Works in Some Selected FMARD facilities |
70,000,000.00 |
W7 |
Construction of Schools/public toilets/Markets in rural communities |
150,000,000.00 |
W8 |
Construction of Training/Delivery Centres |
90,000,000.00 |
|
|
|
|
CATEGORY C- CONSULTANCY |
|
C1 |
Development of SMS tools for GAP and weather alert to farmers and extension agents |
|
C2 |
Maintenance/upgrade of internet facilities and e- portals |
|
C3 |
Engagement of a Consultant for the Preparation of BoQs, Architectural designs, Structural, Mechanical, Electrical and detailing acquisition of statutory approval for the construction of FMARD’s buildings. |
|
C4 |
Design and consultancy of prototype structure to serve as Agro-input centres |
|
C5 |
Consultancy for Seasonal Climate prediction in some selected states |
|
C6 |
Consultancy for National Rural Infrastructure survey and data management |
2. ELIGIBILITY REQUIREMENTS
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the projects listed above are required to submit the following documents. Failure to fulfil any of the under-listed requirements will render a bid, disqualified:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1); or Business Name where applicable;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates for all the Partners) for the last three (3) years valid till 31st December, 2022, with a minimum average annual turnover as stated in Category B & C.
- Evidence of Pension Clearance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 15 and above);
- Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
- Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2022;
- Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2022 or valid Certificate issued by BPP.
- Sworn Affidavit:
- disclosing whether or not any officer of the relevant committees of the Federal Ministry of Agriculture and Rural Development or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
- that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
- that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
- That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
- Company’s Audited Accounts for the last three (3) years -2019, 2020 & 2021, duly acknowledged by the Federal Inland Revenue Service (FIRS);
- Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
- Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc.;
- Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
- Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
- For Consultancy Services: Evidence of Firm’s registration with relevant regulatory professional body(ies) such as NITDA/CPN for ICT, COREN, QSRBN, ARCON, CORBON etc. for Construction;
- For Supply of Equipment: Letter of Authorisation from Original Equipment Manufacturers (OEMs);
- For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
- All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company/Firms Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM Number), and E-mail Address. The Letter Headed Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Company; and
*Note that documents/information must be arranged and submitted in the sequence/order as listed above*
3.0 COLLECTION OF BIDS DOCUMENTS
Categories A & B (Goods and Works):
Interested Companies are to collect the Standard Bidding Documents (SBD) from the Ministerial Tenders Board Secretariat, Federal Ministry of Agriculture & Rural Development, Wing F, Ground Floor, Room F001, FCDA Secretariat Complex, Area 11, Garki– Abuja, on evidence of payment of a non-refundable Tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the Remita Account/TSA of the Federal Ministry of Agriculture and Rural Development in any reputable Commercial Bank in Nigeria. (The TSA Account Number is to be obtained from the Ministry’s Central Pay Office) HQ Area 11 Garki Abuja.
4.0 SUBMISSION OF TENDER DOCUMENTS
4.1 Categories A & B – Goods and Works:
Prospective Bidders are to submit bid for each of the Lot desired in two (2) hard copies of the Technical Bid and two (2) hard copies of Financial Bid (including soft copy of Financial Bid in MS Excel format), packaged separately in sealed envelopes and clearly marked ‘Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Permanent Secretary, Federal Ministry of Agriculture and Rural Development, FCDA Complex, Area 11, Garki– Abuja, and clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder and should be deposited in the Tender Box at the address in 3.0 above, not later than 12:00 noon on Tuesday,28th June, 2022.
4.2 Category C– Expression of Interest:
Interested Firms are to submit two (2) bound copies of Expression of Interest (EoI) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Permanent Secretary, Federal Ministry of Agriculture and Rural Development, FCDA Complex, Area 11, Garki– Abuja, and clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder and should be deposited in the Tender Box at the address in 3.0 above, not later than 12.00noon on Tuesday, 14th June, 2022.
5.0 OPENING OF BIDS/EOI DOCUMENTS
5.1 Categories A & B – Goods and Works:
Only the Technical Bids will be opened immediately after the deadline for submission at 12:00 noon on Tuesday28th June, 2022 at the Conference Room, Federal Ministry of Agriculture and Rural Development, FCDA Complex, Area 11, Garki – Abuja, in the presence of bidders or their representatives, while the Financial Bids will be kept unopened. Please, ensure that you sign the Bid Submission Register at the address stated above 3.0, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
5.2 Category C – Expression of Interest:
Expression of Interest (EoI) documents will be opened immediately after the deadline for the submission at 12.00noon on Tuesday, 14th June, 2022 at the Conference Room, Federal Ministry of Agriculture and Rural Development, FCDA Complex, Area 11, Garki – Abujain the presence of bidders or their representatives, while the Financial Bids will be kept unopened. Please, ensure that you sign the Bid Submission Register at the address stated above in 3.0, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
6.0 GENERAL INFORMATION
- Bids and Expressions of Interest must be in English Language and signed by an official authorised by the bidder;
- Further details are as specified in the Bid Documents and each shall be evaluated and awarded as a separate Lot/Project;
- Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened;
- Bidders should not bid for more than two (2) Lots.
- Attendees at the bids opening shall be required to wash hands, use hand sanitiser, wear mask and observe physical distancing. The Bids Opening in the presence of observers will be covered by video recording and invitation link will be sent to bidder who chooses to join the bid opening online
- Only Pre-qualified bidders for Categories A & B will be invited at a later date for Financial Bids Opening while Financial Bids of unsuccessful bidders will be returned unopened.
- Only shortlisted firms for Category C will be invited at a later date for collection/submission of Tender Documents;
- All costs will be borne by the bidders as the Ministry will not be held responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation;
- Non-compliance with the Conditions stated therein will lead to automatic disqualification of the bidder from the bidding process;
- The Ministry is not bound to pre-qualify/shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007
- Further enquiries, please contact Procurement Department between 9.00 am to 3.30 pm (Mondays – Fridays) at this address:
Federal Ministry of Agriculture & Rural Development, Ministerial Tender Board Secretariat
Wing F, Ground Floor, Room F001, FCDA Secretariat Complex,
Area 11, Garki – Abuja
E-mail – [email protected]
Signed
Permanent Secretary,
Federal Ministry of Agriculture & Rural Development