FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (FMA&RD) has floated a tender for Development/Piloting of NAITS Data Base in FMARD HQTR and 1 Pilot State. The project location is Nigeria and the tender is closing on 21 Oct 2019. The tender notice number is FMARD/PROC/2019/001/LOT NO AH-C15, while the TOT Ref Number is 37155544. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Development/Piloting of NAITS Data Base in FMARD HQTR and 1 Pilot State

Deadline : 21 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 37155544

Document Ref. No. : FMARD/PROC/2019/001/LOT NO AH-C15

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FEDERAL MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (FMA&RD)
Wing F, Ground Floor, Room F001, FCDA Secretariat Complex, Area 11, Garki-Abuja
Nigeria
Email :fmard_procurement@yahoo.com

Tender Details

Expression of Interest are invited for Development/Piloting of NAITS Data Base in FMARD HQTR and 1 Pilot State

ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Service Providers/ Consultants wishing to carry out any of the projects listed under the above Four (4) Categories 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;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2019, with a Minimum Average Turnover as stated in Categories B& D;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
(e) Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st January, 2020 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 & Rural Development or the Bureau of Public Procurement 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 particulars;
(h) Company’s Audited Account for the last three (3) years, 2016, 2017, 2018;
(i) Evidence of financial capability to execute the project by submission
of 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 Curriculum Vitae of relevant Key Staff to be deployed for the project, including copies of their Academic/Professional Qualifications (e.g. COREN, ARCON, CORBON, SURCON, QSRBN etc. for Works);
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the projects;
(l) List of Plants/Equipment with Proof of Ownership/Lease/Agreement for Works;
(m) For Consultancy Services; Evidence of Firm’s registration with relevant professional body(ies)
(n) For Supply of Equipment: Letter of Authorisation from Original Equipment Manufacturers (OEMs);
(o) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner);
(p) 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

4. COLLECTION OF BIDS DOCUMENTS
Categories A & B (Goods and Works):
Interested Companies are to collect the Standard Bidding Document (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 N 10, 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).

5. SUBMISSION OF TENDER DOCUMENTS
(5.1) 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 have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4 above, not later than 12:00 noon on Monday, 18 November, 2019. Late bids shall be returned un-opened.
(5.2) 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 have the name and address of the Bidder and should be deposited in the Tender Box at the address in 4 above, not later than 12:00noon on Monday, 21 October, 2019.
(5.3) Category D -Pre-Qualification
Prospective Bidders are to submit Pre-Qualification documents for each desired Lot in two (2) hard copies each of the Technical Bids packaged in a sealed envelope and clearly marked as “Technical Bid”, and addressed to the Permanent Secretary, Federal Ministry of Agriculture and Rural Development, FCDA Complex, Area 11, Garki – Abuja, clearly marked with the Name of the Project and Lot Number. Furthermore, the reverse of the sealed envelope should have the name and address of the Bidder and should be deposited in the Tender Box at the address

6. OPENING OF BIDS/EOI DOCUMENTS
(6.1) Categories A & B – Goods and Works:
Only the Technical Bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 18 November, 2019, 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 in 4.0 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
(6.2) Category C – Expression of Interest:
Expression of Interest (EoI) documents will be opened immediately after the deadline for the submission at 12:00noon on Monday, 21 October, 2019, 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. Please, ensure that you sign the Bid Submission Register at the address stated in 4 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.
(6.3) Category D -Pre-Qualification
The Pre-Qualification documents will be opened immediately after the deadline for submission at 12:00noon on 28 October, 2019, 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. Please, ensure that you sign the Bid Submission Register at the address stated in 4 above, as the Ministry will not be held liable for misplaced or wrongly submitted bids.

7. GENERAL INFORMATION
(i) Bids and Expressions of Interest must be in English Language and signed by an official authorised 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) Bidders are to note that turnover for each separate lot/project is specified in the bid document;
(iv) Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened;
(v) Bidders should not bid for more than two (2);
(vi) Pre-qualified bidders for Categories A & B will be contacted at a later date for Financial Bid Opening while Financial Bids of unsuccessful bidders will be returned unopened;
(vii) Only shortlisted firms for Categories C& D, will be contacted at a later date for collection of Tender Documents;
(viii) 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;
(ix) Non-compliance with the Conditions stated therein will lead to automatic disqualification of the bidder from the bidding process;
(x) The Ministry 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 Public Procurement Act 2007

Documents

 Tender Notice