FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY (FMAFS)-
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS
FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY (FMAFS)
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI)
TENDER PACKAGE NO: FMARD/PROC/2024/001
1. INTRODUCTION
The Federal Government of Nigeria has provided funds in the 2024 Appropriation Act for the Federal Ministry of Agriculture and Food Security (FMAFS). The Ministry, in pursuance of the Federal Government’s Agricultural policies aimed at improving the lives of ordinary Nigerians, desires to utilize these funds to procure Works, Goods and Services in various parts of the country. In pursuance of the above, experienced and reputable Contractors, Suppliers and Consultants/Service Providers are hereby invited to tender for the under-listed items:
2. SCOPE OF WORK
CATEGORY A: WORKS
W1 | Construction of On-Farm Run-OIT Water Harvesting Structure in various locations |
W2 | Establishment Rehabilitation/Maintenance of Micro Earth Dams in various locations |
W3 | Land development for soil mapping in various locations |
W4 | Establishment of Integrated farm on Agro-forestry farmers’ managed natural regeneration |
W5 | Establishment of pasture/demonstration irrigation plots in various locations |
W6 | Provision of Mini-water treatment Plants in various locations |
W7 | Provision of Solar and Motorized Powered Boreholes in various locations |
W8 | Provision of all-in-one Street Solar Lights Nationwide in various locations |
W9 | Establishment of Agri-Business Incubation Centres in Some Selected States |
W10 | Repairs/Rehabilitation of Storage structures, Agricultural Machineries, Equipment, Vehicles, etc. |
W11 | General Renovation/servicing/upgrading of Geographical Information Systems GIS laboratory |
W12 | Establishment/Rehabilitation of Demonstration Processing Skills Acquisition Centres |
W13 | Construction of Fibre glass tanks as Empowerment for Women & Youth fish farmers |
W14 | Provision, Renovation, Upgrading and Maintenance Works in various locations |
W15 | Printing of Agricultural related documents |
W16 | Construction of Schools/Public Toilets/Markets in Rural Communities |
W17 | Construction of Training/Delivery Centres |
W18 | Rehabilitation of Milk Collection Centres |
CATEGORY B – GOODS | |
G1 | Procurement and Distribution of Various Monogastric, Ruminant, Poultry and Dairy broods |
G2 | Procurement of Veterinary Clinical items/Equipment |
G3 | Procurement of Office Equipment |
G4 | Procurement of Generators and accessories |
G5 | Procurement of Office Furniture |
G6 | Procurement of Computers, Routers, Photocopiers, Toners, other accessories, etc |
G7 | Procurement of Motor Vehicles, Motorcycles, Tricycles and other Agricultural Equipment |
G8 | Procurement of Agricultural Processing Equipment |
CATEGORY C – CONSULTANCY | |
C1 | Development of ICT tools for enhancement of GAP/weather alert to farmers and extension agents |
C2 | Maintenance/upgrade of internet facilities and e- portals |
C3 | Design and consultancy of prototype structure to serve as Agro-input centres |
C4 | Consultancies on Seasonal Climate prediction in some selected states |
C5 | Consultancies on National Rural Infrastructure survey and data management |
C6 | Training/Engagement/Sensitization/Awareness/Empowerment and Capacity Building on various Agricultural programs |
C7 | Supervision of Construction and Rehabilitation of Micro Earth Dams/ Water harvesting Structures and other Agricultural related projects |
C8 | Consultancy Services on Reclamation and Restoration of soil in some selected States |
C9 | Consultancy Services the conduct of detailed Soil Survey and fertility Mapping in selected states |
C10 | Consultancy Services on Needs Assessment/Enhancement of Water bodies and other agricultural related projects in some selected states |
C11 | Provision of logistics for machinery equipment general agricultural products delivery |
C12 | Consultancy Services for Clearing and forwarding of consignments at the Ports |
C13 | Provision of logistics for machinery equipment general agricultural products delivery |
C14 | Consultancy Services on Post-transaction Services |
C15 | Consultancy Services as prevision of specialized skills in relation to Agricultural Development |
3. ELIGIBILITY REQUIREMENT
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the above are required to submit the following documents. Failure to fulfill any out 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 CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable for services;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above).
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (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);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Federal Ministry of Agriculture and Food Security or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company’s Audited Accounts for the last three years (2021, 2022 & 2023);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j) 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, QSDRBN, ARCON, CORBON etc;
k) 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;
l) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
m) Consultancy services: evidence of firm’s current registration with relevant professional body(ies) such as NITDA/CPN for ICT, COREN, QSRBN, ARCON, CORBON, SURCON, ICAN/ANAN etc;
n) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
o) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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 firm.
Note that documents/information must be arranged and submitted in the sequence/order as listed above.
4. COLLECTION OF BIDS DOCUMENTS
Categories A & B (Works and Goods):
Interested Bidders are to collect the Standard Bidding Documents (SBD) from the Ministerial Tenders Board Secretariat, Federal Ministry of Agriculture & Food Security, Procurement Department, 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 Food Security 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.
5. SUBMISSION OF TENDER DOCUMENTS
Categories A & B-Works and Goods:
Prospective Bidders are to submit bids 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 Food Security, 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 Monday, 13th May, 2024.
Category C-Expression of Interest:
Interested Firms are to submit two (2) bound copies of Expression of Interest (Eol) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Permanent Secretary, Federal Ministry of Agriculture and Food Security, 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, Monday, 29th April, 2024.
6. OPENING OF BIDS/DOCUMENTS
Categories A & B-Works and Goods:
Only the Technical Bids will be opened immediately after the deadline for submission at 12:00 noon on o Monday, 13th May, 2024, at the Conference Room, Federal Ministry of Agriculture and Food Security, FCDA Complex, Area 11, Garki-Abuja, 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.
Category C-Expression of Interest:
Expression of Interest (Eol) documents will be opened immediately after the deadline for the submission at 12:00noon on Monday, 29th April, 2024, at the Conference Room, Federal Ministry of Agriculture and Food Security, FCDA Complex, Area 11, Garki.
7. GENERAL INFORMATION
i. 1. Bids and Expressions of Interest must be in English Language and signed by an official authorized by the bidder;
ii. Further details are as specified in the Bid Documents and each shall be evaluated and awarded as a separate Lot/Project;
iii. Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened;
iv. Bidders should not bid for more than two (2) Lots
v. The Eols/Technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the EOIs/bid opening online.
vi. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
vii. Consultancy services: only shortlisted applicants at EOI’s evaluation will be invited at a later date for collection of Request for Proposals;
viii. All costs will be borne by the bidders as the Ministry will not be held responsible for any cost incurred by any interested party(ies) in connection with any response to this invitation;
ix. Non-compliance with the Conditions stated therein will lead to automatic disqualification of the bidder from the bidding process;
x. The Federal Ministry of Agriculture and Food Security is not bound to pre-qualify/shortlist any applicant 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;
xi. For further enquiries, please contact Procurement Department between 9.00 am to 3.30 pm (Mondays – Fridays) at this address:
Federal Ministry of Agriculture & Food Security,
FCDA Secretariat Complex
Area 11, Garki – Abuja
No Comments