Procurement of Irrigation Pumps at National Programme for Agriculture and Food Security (NPAFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security (NPFS)

(Islamic Development Bank Support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Invitation for Bids For

Bid Issuance Date 13th October 2011

IFB NO: NPFS/IsDB/NCB/05/11

1.       The Government of the Federal Republic of Nigeria has received a credit from the Islamic Development Bank (lsDB) in various currencies towards the cost of National Programme for Food Security Programme. It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for the Procurement of Irrigation Pumps:- 2nd Petrol Engine water pump and 3rd Petrol Engine Water Pump.

 

The National Programme for Food Security Programme now invites sealed bids from eligible bidders for the Procurement of Irrigation Pumps:- Surface water source and Ground water source. Bids will be considered, evaluated and awarded as a whole Lot. Bids for part of a Lot will be considered non responsive.

 

2.     Bidding will be conducted through National Competitive Bidding Procedures specified in the Islamic Development Bank’s Guideline; Procurement under Islamic Development Bank (IsDB) Credits, and is open to all bidders from eligible source countries is defined in the Guidelines.

 

3.       Interested eligible bidders may obtain further information from the National Programme for Food Security (NPFS) and inspect the bidding documents at the address given below from 11:00 a.m to 4.00 p.m daily, Mondays to Fridays.

 

The National Coordinator

National Programme for Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent,

Wuse II, Abuja.

Attention: Project Officer- Islamic Development Bank

Tel: 08033119366 Email Address:

Benjamin_ajihade@yahoo.com

4.       A complete set of bidding documents in English Language may be purchased by interested bidders on the submission of a written application to the above and upon payment of a non-refundable fee for the sum of Twenty Thousand Naira (N20,000.00) in farm of bank draft or cash payable to National Programme for Food Security (NPFS). The document will be sent by courier service or collected by hand.

 

5.       Bids must be delivered to the address in paragraph three (3) above on or before 17th November 2011 by 12.00noon. All bids must be accompanied by a Bid Security of not ten than 2.0% of the bid amount. Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend at on 17th November, 2011 by 12.00noon at the conference room, National Programme for Food Security (NPFS) 127 Adetokunbo Ademola Crescent Wuse II, Abuja, FCT.

 

Signed:

National Programme Coordinator,

National Programme for Agriculture and Food Security (NPAFS)

Abuja

Request for Bidding Documents for Construction of Rural Infrastructure in Gombe State at National Programme for Agriculture and Food Security (NPAFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security (NPFS)

(Islamic Development Bank Support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Bid Issuance Date 13th October 2011

Invitation for Bids For

Construction of Rural Infrastructure in Gombe State

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the Construction of Rural Infrastructure under the NPFS in Gombe state and intends to apply a portion of the proceeds of the funds for eligible payments under the Contract(s) for construction of rural roads, Rural Market and Boreholes equipped with hand pump, Vegetable Cooling Sheds and Rehabilitation of Health Centre for which this Invitation for bids is issued

 

2.       The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction works in the following three lots spread through the 9Nos Local Government Areas covered by the Project:

Lot 1:          –        140 km of Rural Roads

Lot 2:19Nos Rural Markets

Lot 3:          –        9Nos Boreholes equipped with handpumps

Lot 4:          –        27Nos Cooling sheds

Lot 5:          –        1No. Hearth Centre Rehabilitation in Kushi, Shongom LGA.

Details of the work to be done are specified in the bidding document

 

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

 

4.       Eligible bidders may obtain the documents by written application and direct Collection from:

 

The National Coordinator

National Programme for Agriculture and Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent, Wuse II, Abuja.

5.       The request must clearly state “Request for Bidding Documents for Construction of Rural Infrastructure in Gombe State” The documents are available for collection at a non-refundable fee of N50,000.00 (Fifty Thousand Naira Only). The National Programme for Food Security will issue the documents directly to the purchaser, but under no circumstances will it be held responsible for any dissatisfaction arising thereof.

6.       The minimum requirements for Contractor qualification are as follows:

Having achieved an annual turnover in construction work as listed hereunder in any of the last five years:

Lot 1 –        N100 million

Lot 2 –        N45 million

Lot 3 –        N10 million

Lot 4 –        N 30 million

Lot 5 –        N 8 million

 

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement, works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.

 

iii.      Verifiable proof of ownership/unhindered access to essential equipment required for the job.

 

iv.      A Project/Contract Manager with 10 years experience-in works of equivalent nature and volume including not less than 5 years as Manager, and

 

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than the following:

Lot 1 –        N50 Million

Lot 2 –        N 15 Million

Lot 3 –        N 5 Million

Lot 4 –        N15 Million

Lot 5 –        N 5 Million

 

vi.      VAT registration certificate.

 

vii.     Evidence of registration with the Pension Commission in line with the

provisions of the Procurement Act 2007.

 

7.       Completed bids documents must be in 2 parts consisting of (a) Technical Prequalification documents and (b) Commercial bid documents. Bids will be submitted in two (2) separate sealed envelopes for Technical Pre-qualification and Commercial bid respectively, each appropriately labeled. These are to be enclosed in a third envelope labeled “Rural Infrastructure in Gombe State”.

 

8.       Completed bids must be accompanied by a Security of values stated below

Lot 1 –        N3.2 million

Lot 2 –        N1.3 million

Lot 3 –        N330,000.00

Lot 4 –        N925,000.00

Lot 5 –        N 250,000.00

 

Bids must be delivered to the address below on or before 17th November, 2011 by 12:00, Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend on 17th November, 2011 by 12:00noon at the Conference Room,

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent, Wuse II, Abuja

 

9.       The submission shall be made in ONE original and TWO copies and be marked Accordingly.

 

10.     Only firms and Joint ventures whose Technical Pre-Qualification documents fulfill the minimum requirements will have their Commercial Bid documents opened. Unsuccessful bidders will have their Commercial Bids returned to them unopened.

 

11.     All bid enquiries are to be directed to the office of:

Project Officer

National Programme For Food Security (IDB Financing)

No. 127, Adetokunbo Ademola Crescent,

Wuse II, Abuja

Tel: +2348033119366

E-mail: benjamin_ajibade@yahoo.com ,

Abdulazizmuhammad@ymail.com , uriaigbinoba@yahoo.com

Signed

National Coordinator,

National Programme for Agriculture and Food Security (NPAFS)

No. 127, AdetokunboAdemola Crescent, Wuse II,

Abuja. FCT

 

Construction of Water Use and Control Structures in Yobe State at National Programme For Agriculture and Food Security (NPAFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security (NPFS)

(Islamic Development Bank Support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Bid Issuance Date 13th October 2011

Invitation for Bids For

Construction of Water Use and Control Structures in Yobe State

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the Construction of Water Use and Control Structures under the NPFS in Yobe State and intends to apply a portion of the proceeds of the funds for eligible payments under the Contract(s) for construction of micro earth dams, ponds, concrete dykes, irrigation modules and supply of Irrigation pump Invitation for bids is issued.

 

2.       The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction works in four lots as follows:

 

Lot 1:          i)      Micro Earth Dam in Gurjayi (Fika LGA) – 1No.

ii)      Micro Earth Dam in Gujba (Gujba LGA) – 1No.

iii)     Micro Earth Dam in Matakuskum (Geidam) –     1No.

iv)     Micro Earth Dam in Zebedum, Jakusko LGA- 1No.

 

Lot 2: i)       2Nos Concrete Dykes in LGAs specified in the bidding document

ii)      10Nos Ponds in LGAs specified in the bidding document

 

Lot 3: i)       50Nos Irrigation module A (surface water source) in LGAs specied

 

Lot 4: i)       50Nos Irrigation module “B” Tubewells in IGAs specified

ii)      175Nos Irrigation Module “C” Washbores in LGAs specified

Details of the work to be done are specified in the bidding document

 

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

4.       Eligible bidders may obtain the documents by written application and direct Collection from.

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No. 1 27, Adetokunbo Ademola Crescent, Wuse II , Abuja.


5.       The request must clearly state “Request for Bidding Documents for Construction of Water Use and Control Structures in Yobe State”. The documents are available for collection at a non-refundable fee of N50,000.00 (Fifty thousand Naira only). The National Programme for Food Security will issue the documents directly to the purchaser, but under no circumstances will it be held responsible for any dissatisfaction arising thereof.

 

6.       The minimum requirements for Contractor qualification are as follows:

i.        Having achieved an annual turnover in construction work as listed hereunder in any of the last five years:

Lot 1 –        N 100 million

Lot 2 –        N 120 million

Lot 3 –        N 40 million

Lot 4 –        N 30 million

 

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement, works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.

 

iii.      Verifiable proof of ownership/unhindered access to essential equipment required for the job.

 

iv.      A Project/Contract Manager with 10 years experience-in works of equivalent nature and volume including not less than 5 years as Manager, and

 

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than the following:

Lot 1 –        N 50 Million

Lot 2 –        N 50 Million

Lot 3 –        N 15 Million

Lot 4 –        N15 Million

 

vi.      VAT registration certificate.

vii.     Evidence of registration with the Pension Commission in line with the

provisions of the Procurement Act 2007.

 

7.       Completed bids documents must be in 2 parts consisting of (a) Technical Prequalification documents and (b) Commercial bid documents. Bids will be submitted in two (2) separate sealed envelopes for Technical Pre-qualification and Commercial bid respectively, each appropriately labeled. These are to be enclosed in a third envelope labeled “Rural Infrastructure in Yobe State”.

 

8.       Completed bids must be accompanied by a Security of values stated below

Lot 1 –        N3.1 million

Lot 2 –        N3.4 million

Lot 3 –        N1.1 million

Lot 4 –        N860,000.00

 

Bids must be delivered to the address below on or before 17th November, 2011 by 12:00, Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend on 17th November, 2011 by 12:00noon at the Conference Room,

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent, Wuse II, Abuja

 

9.       The submission shall be made in ONE original and TWO copies and be marked Accordingly.

 

10.     Only firms and Joint ventures whose Technical Pre-Qualification documents fulfill the minimum requirements will have their Commercial Bid documents opened. Unsuccessful bidders will have their Commercial Bids returned to them unopened.

 

11.     All bid enquiries are to be directed to the office of:

Project Officer

National Programme For Food Security (IDB Financing)

No. 127, Adetokunbo Ademola Crescent,

Wuse II, Abuja

Tel: +2348033119366

E-mail: benjamin_ajibade@yahoo.com ,

Abdulazizmuhammad@ymail.com , Uriaigbinoba@yahoo.com

Signed

National Coordinator,

National Programme for Agriculture and Food Security (NPAFS)

No. 127, AdetokunboAdemola Crescent, Wuse II,

Abuja. FCT

 

 

 

 

 

 

 

 

 

Invitation for Bids for Construction of Water Use and Control Structures in Anambra State at National Programme for Agriculture and Food Security (NPAFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security (NPFS)

(Islamic Development Bank Support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Bid Issuance Date 13th October 2011

Invitation for Bids for Construction of Water Use and Control Structures in Anambra State

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB)for co-financing the Construction of Water Use and Control Structures under the NPFS in Anambra state and intends to apply a portion of the proceeds of the funds for eligible payments under the Contract(s) for construction of micro earth dams, ponds, concrete dykes, irrigation modules and supply of irrigation pumps for which this Invitation for bids is issued.

 

2.       The National Programme for Food Security (NPFS) intends to employ qualified contractors for construction works in four lots as follows.

Lot 1:          i) Micro Earth Dam in Mili Okpatu lgboriam ( Anambra East LGA)

ii) Micro Earth Dam in Nikwelle Ezunaka (Oyi LGA)

Lot 2:          i) 3Nos concrete dykes in Ayamelum, Orumba South and DunuKofia LGAs

ii) 3Nos ponds in Anaocha, Ayamelum and Nnewi LGAs

Lot 3:                   i) 25Nos Irrigation module A(surface water source)

Details of the work to be done are specified in the bidding document

 

3.       Bidding is open to private firms and voluntarily formed joint ventures duly registered to operate in Nigeria.

 

4.       Eligible bidders May obtain the documents by written application and direct Collection From:

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent, Wuse II, Abuja.

 

5.       The request must clearly state “Request for Bidding Documents for Construction of Water Use and Control Structures in Anambra State”. The documents are available for collection at a non-refundable fee of N50,000.00 (Fifty Thousand Naira Only). The National Programme for Food Security will issue the documents directly to the purchaser, but under no circumstances will it be held responsible for any Dissatisfaction arising thereof.

6.       The minimum requirements for Contractor qualification are as follows:

i.        having achieved an annual turnover in construction work as listed hereunder in any of the last five years

Lot 1 –        N 70 million

Lot 2 –        N 70 million

Lot 3 –        N 24 million

 

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement, works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.

 

iii.      Verifiable proof of ownership/unhindered access to essential equipment required for the job.

 

iv.      A Project/Contract Manager with 10 years experience-in works of equivalent nature and volume including not less than 5 years as Manager, and

 

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than the following:

Lot 1 –        N50 Million

Lot 2 –        N 50 Million

Lot 3 –        N15 Million

 

vi.      VAT registration certificate.

 

vii.     Evidence of registration with the Pension Commission in line with the

provisions of the Procurement Act 2007.

 

7.       Completed bids documents must be in 2 parts consisting of (a) Technical Prequalification documents and (b) Commercial bid documents. Bids will be submitted in two (2) separate sealed envelopes for Technical Pre-qualification and Commercial bid respectively, each appropriately labeled. These are to be enclosed in a third envelope labeled “Water Use and Control Structures in Anambra State”.

 

8.       Completed bids must be accompanied by a Security of values stated below

Lot 1 –        N1.9 mi1lion

Lot 2 –        N1.9 million

Lot 3 –        N 660,000

 

Bids must be delivered to the address below on or before 17th November, 2011 by 12:00, Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend on 17th November, 2011 by 12:00noon at the Conference Room,

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent, Wuse II, Abuja

 

9.       The submission shall be made in ONE original and TWO copies and be marked Accordingly.

 

10.     Only firms and Joint ventures whose Technical Pre-Qualification documents fulfill the minimum requirements will have their Commercial Bid documents opened. Unsuccessful bidders will have their Commercial Bids returned to them unopened.

 

11.     All bid enquiries are to be directed to the office of:

Project Officer

National Programme For Food Security (IDB Financing)

No. 127, Adetokunbo Ademola Crescent,

Wuse II, Abuja

Tel: +2348033119366

E-mail: benjamin_ajibade@yahoo.com ,

Abdulazizmuhammad@ymail.com , uriaigbinoba@yahoo.com

Signed

National Coordinator,

National Programme for Agriculture and Food Security (NPAFS)

No. 127, AdetokunboAdemola Crescent, Wuse II,

Abuja.

 

 

 

 

 

 

Invitation to Tender at National Agency for Food and Drug Administration and Control (NAFDAC)

National Agency for Food and Drug Administration and Control (NAFDAC)

Invitation to Tender

 

Bids are hereby invited from interested and reputable contractors with relevant experience and good track record in respect of the following projects.

 

LOT 1: Completion of Existing Laboratory Building at NAFDAC Laboratory Kaduna

Scope:

The works include among others:

  • Aluminium Windows and Partitioning
  • Floor and Wall Tilling
  • Suspended Gypsum ceiling
  • Supply and Installation of cassette Air- conditioners
  • Fortification and plastering of Perimeter Fence
  • Electrical and Mechanical Works
  • Concrete Interlocking tiles

Lot 2: Furnishing of NAFDAC Property at No. 10/16 Mobil Road Apapa Lagos

  • Supply/Installation of Office furniture

 

LOT 3:     Completion of Renovation Works at NAFDAC Laboratory Oshodi

  • Construction of drainage line and interlocking kerbs.
  • Renovation of toilets facilities

LOT 4:     Renovation and Rehabilitation of NAFDAC Office Port Harcourt

Scope:

The works include among others:

  • Aluminium Windows and Partitioning
  • Floor and Wall Tiliing
  • Suspended Gypsum ceiling
  • Interlocking tilies

 

 

LOT 5:     Printing of NAFDAC Public Enlightment Compendium:

Specification

Cover: 250gsm Art card/Glazy Full Processed Colour (Gloss Laminated)

Inside: 120gsm Art Paper (Full Colour)

Finishing: Staple Binding, Direct Imaging Printing, full colour process (In and out), two page Di-cutting with lasser film

Size: A4

No. of Pages: 54 (Inclusive of Cover)

Total QTY: 10,000 copies

 

LOT 6:       Printing of NAFDAC in Focus: A Compendium of Press Reports on NAFDAC Activities

Cover: 400gms Art Card/Glazy Full Processed Colour (Gloss Laminated) Inside: 90gsm Art Paper (Full Colour)

Finishing: Perfect Binding, full colour process (In and out), two page

Size: A3

No. of Pages: 500 (Inclusive of Cover)

Total QTY: 10,000 copies

 

Lot 7:    Design, Development and Implementation of Biometric Staff Attendance Scheme

 

Lot 8:    Supply of Desktop and Laptop Computers (in various spec. details in bid documents)

Lot 9:    Supply of Pharmaceutical Refrigerators

Lot 10:  Renovation of NAFDAC EID Zonal and State Office, Narayi Kaduna State

Lot 11:  Supply and Installation of Laboratory Benches at Kaduna Laboratory

Bidding Criteria

All interested contractors are required to submit the following documents along with the financial bids

i.        Evidence of Company Registration with (Certificate of Incorporation) by Corporate Affairs Commission

ii.       Company Tax Clearance Certificate for the last (3) years i.e. 2008, 2009 and 2010.

iii.      Audited Accounts for the last three years

iv.      Evidence of VAT Registration Certificates and past Remittances

v.       Verifiable List of Previous/similar works successfully completed in recent past with their locations names of clients. (Copies of award letter, completion certificates/final payment certificates should be attached)

vi.      Company profile and organizational structure, including names, qualifications, resume of key personnel with addresses and phone numbers, photocopies of certificates and professional registration certificates.

vii.     Evidence of financial strength to execute the project (Certified Bank Statement for the past three months), Bank reference and a letter of credit facility from a reputable commercial bank with a commitment to provide loan facility for the execution of the contract if eventually the contract is won.

viii.    List of equipment and technological Capacity (State whether the equipment are leased, hired or owned, if owned attached proof)

 

Collection of Tender Documents:

Bid documents are to be collected on or before 27th October 2011 between 10.00am and 4.00pm each day upon payment of a non refundable fee of N50,000.00 naira per lot in bank draft in favour of “National Agency for Food and Drug Administration and Control” at the procurement unit located on the third floor of the main building NAFDAC Headquarters Abuja.

 

Submission of Tender Documents:

Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The documents should be sealed and labeled (Technical and Financial bids as appropriate) separately and the two envelops be put in another envelop that should also be sealed and labeled with the lot number bidded, clearly written at the top left hand corner of the envelop and addressed to.

 

The Secretary

Tenders Board

NAFDAC

Plot 2032 Olusegun Obasanjo Way

Wuse Zone 7

Abuja

 

Closing of Submission:

All submission of tenders documents (Lot 1-11) ends on 22nd November 2011 by 12.00 noon and shall be opened immediately at conference room NAFDAC Headquarters plot 2032 Olusegun Obasanjo way zone 7 Wuse Abuja. Civil Society Organization, bidders or their representative are strongly advised to be present.

 

Note:

  • Interested and eligible bidders for lot 5 and 6 may obtain samples at the address above during office hours, 10.00am -4.00pm Monday to Friday.
  • No submission will be entertained after 12.00 noon Tuesday on 22nd November 2011
  • Companies without the documents listed in I -IV above need not apply as they will be disqualified ab initio.
  • Technical bids submitted by interested companies will be assessed and only tenders of those found technically competent, that their financial bids will be opened for evaluation.
  • This notice shall not be construed to be a commitment on the part of NAFDAC to award any form of contract to any respondent nor shall it entitle any organization submitting any document to claim indemnity from the Agency.

Signed

Management

NAFDAC…Safeguarding the Health of the Nation