Background Image

NATIONAL BIOSAFETY MANAGEMENT AGENCY (NBMA)-REQUEST FOR EXPRESSION OF INTEREST (EOI) AND INVITATION FOR PREQUALIFICATION FOR IMPLEMENTATION OF YEAR 2024 PROCUREMENT OPPORTUNITIES

FEDERAL REPUBLIC OF NIGERIA
NATIONAL BIOSAFETY MANAGEMENT AGENCY (NBMA)
UMARU MUSA YAR’ADUA EXPRESS WAY (AIRPORT ROAD) NATIONAL PARKS SERVICES HQ PREMISES, ABUJA, FCT
REQUEST FOR EXPRESSION OF INTEREST (EOI) AND INVITATION FOR PREQUALIFICATION FOR IMPLEMENTATION OF YEAR 2024 PROCUREMENT OPPORTUNITIES

1. INTRODUCTION
The National Biosafety Management Agency, in its bid to implement the year 2024 projects as captured in the budget, hereby invites experienced and competent contractor to submit prequalification documents for the below projects.

2. SCOPE OF GOODS, SERVICES AND WORKS

CATEGORY A: GOODS
LOTS     PROJECTS
1:  Acquisition of office equipment
2:  Upgrading of national genomics lab of the NBMA & acquisition of GM lab equipment, chemical reagents, consumables & detection kits for NBMA HQ

CATEGORY B: WORKS
LOTS PROJECTS
Lot 1:  Construction of corporate HQ building
Lot 2:  Construction of community health Centre at Dogon dawa, Brining Gwari LGA, Kaduna state
Lot 3:  Renovation & installation of solar street lights in Apapa Fed. Constituency of Lagos state

CATEGORY C: SERVICES
LOTS     PROJECTS
1:  Nationwide survey & tracking of genetically modified organism (GMOS) products
2:  Advocacy, sensitization/ partnership meetings with stakeholders on new breeding techniques (NBT)
3:  Training of youth and women in Brining Kebbi, Kalgo & Bunza federal constituency, Kebbi state
4:  Training of youth & women on modern farming techniques & supply of farm tools in Kwande/ushongo fed. Const. Benue state

The details of goods, works and services are as contained in the tenders and request for proposals to be issued later to shortlisted applicants

3. ELIGIBILITY REQUIREMENTS
All bidders must meet the following requirements:
a. Evidence of certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 and CAC2 and CAC7. Business name with form BN1 is also acceptable for consultancy services;
b. Evidence of Company’s Income Tax clearance certificate for the Last three (3) years valid till 31st December, 2024; with minimum average annual turnover of N50million;
c. Evidence of pension Clearance Certificate valid till 31st December, 2024 (this requirements 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 Nigerian social Insurance Trust Fund (NSITF) Clearance 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 national biosafety management agency 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;

h. Company’s Audited Accounts for the last three (3) years 2021,2022 and 2023
i. Reference letter from a reputable commercial bank in Nigeria, 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 practice license such as ARCON, COREN, QSRBN, CORBON, SURCON 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. List of plants/equipment with proof of ownership/lease agreement;
m. For joint venture/partnership, memorandum of understanding (MoU) should be provided indicating among others the lead partner (CAC, tax clearance certificate, pension clearance certificate, ITF compliance certificate, NSITF clearance certificate, IRR & sworn affidavit are compulsory for each JV partner);and

Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM NO.) and e-mail 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.

4. SUBMISSION F PRE-QUALIFICATION DOCUMENTS
Prospective bidders are to submit EOI or prequalification documents in two (2) hard copies and a with soft copy packaged in sealed envelopes and clearly marked as “prequalification documents” and addressed to the director general, National Biosafety Management Agency, Abuja. Furthermore, the reverse of the sealed envelope should have the name and address of the bidder and dropped in the designated tender box situated at the lobby of the procurement unit of NBMA, not later than 12:00 noon, Monday, 14th October, 2024.

5. OPENING OF EOI & PREQUALIFICATION DOCUMENTS
The submitted EOI and prequalification documents will be opened immediately after the deadline for submission at 12:00 noon, Monday, 14th October, 2024 at the agency’s conference room.
The national biosafety management agency, Abuja will not be held liable for misplaced or wrongly submitted bids. Further enquiries should be directed to the head of procurement on email address nbma@nbma.gov.ng

6. GENERAL INFORMATION
a. The EOI and prequalification must be in English Language and signed by an official authorized by the bidder;
b. The EOI and prequalification submitted after the deadline for submission would be returned un-opened;
c. All costs will be borne by the bidders.
d. The agency shall verify all claims made by applicants and shall disqualify any company whose claims are found to be untrue in addition to other sanctions that may be, while unsuccessful applicants will be debriefed on request.
e. Only pre-qualified applicants will be invited at a later date for collection of tenders/request for proposals as the case may be, while unsuccessful applicants will be debriefed on request.
f. Further enquiries to be directed to the procurement unit NBMA, Abuja
g. The national biosafety management agency, Abuja is not bound to pre-qualify 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 Procurement Act, 2007.

Signed:
Director-general/CEO
National Biosafety Management Agency, Abuja

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights