Join NGO Procurement Telegram Channel

NATIONAL BIOSAFETY MANAGEMENT AGENCY-
INVITATION FOR TENDER/EXPRESSION OF INTEREST FOR THE PROCUREMENT OF WORKS, GOODS AND OTHER ESSENTIAL SERVICES UNDER 2023 CAPITAL APPROPRIATION


NATIONAL BIOSAFETY MANAGEMENT AGENCY
NATIONAL PARK SERVICE HEADQUARTERS’ PREMISES
UMARU MUSA YARADUA EXPRESSWAY, AIRPORT ROAD, ABUJA, FCT
INVITATION FOR TENDER/EXPRESSION OF INTEREST FOR THE PROCUREMENT OF WORKS, GOODS AND OTHER ESSENTIAL SERVICES UNDER 2023 CAPITAL APPROPRIATION

1. INTRODUCTION
The National Biosafety Management Agency, a parastatal under the supervision of the Federal Ministry of Environment in furtherance of its statutory mandate intends to implement some capital projects in the works/goods/services categories in line with Budgetary Appropriation for the financial year 2023 and in compliance with extant provisions of section 19 & 25 of the Public Procurement Act, 2007.

2. SCOPE OF THE PROCUREMENT
The proposed procurement comprises, Goods (General supplies), Works (construction) and services (consultancy/non-consultancy) projects of the Agency towards implementation of budget for the financial year 2023. The Agency, therefore, invites interested and competent firms with relevant experience for consideration towards execution of the following projects.

CATEGORY A: GOODS

LOT NOPROJECT DESCRIPTION
A1Purchase of 18-seater buses forf United Anambra Youth Assembly and United Anambra Women Assembly (U-Aya & Uawaglobal link)
A2Supply of cassava milling machines to selected farmers’ cooperative in Akoko-Edo, Edo State
A3Supply of Grain Milling machines to selected cooperatives in akoko-Edo, Edo state
A4Supply of sewing machines, hair dressing and barbing equipment to youths and women in oruk Anam LGA, Akwa Ibom
A5Supply of sewing machines, hair dressing and barbing equipment  for empowerment of women and youths in Ukanafun/Oruk/Oruk Anam Federal Constituency, Akwa ibom State
A6Supply of motorcycles to indigenes of Ogu/Bolo and Okrika LGAs, Rivers state
A7Supply Of Assorted Grains In Gwale Federal Constituency, Kano State
A8Procurement and Supply of empowerment materials for women and youth in Gwale
A9Procurement and Supply of empowerment materials for women and youth in Gwarzo/Kabo/Mus Federal Constituency, Kano State
A10Supply of instruction materials to schools, secondary schools and primary schools in Gwarzo/Kabo Federal Constituency, Kano State

CATEGORY B: WORKS

B1Toilet facilities and fencing and gate in Hadejia Township, Jigawa North East Senatorial district
B2Construction of Motorized boreholes in Ado LG, Ado-Ekiti Irepodun. Federal Constituency, Ekiti state
B3Provision and installation of 3 in 1 lights iun Lakwaya Getso, Lakwaya and Garo communities of Gwarzo/Kabo Fed. Constituency, Kano State
B4Provision and Installation of Solar street lights in Irepodun/Ifelodun LG. Ado Ekiti state
B5Completion of fencing with rendering at Okena Alogho Secondary Technical school, Obowo, construction and rehabilitation of Eke Avutu Market and orie Umulgho market, Umuligho, Obowo LGA, Imo State
B6Construction and installation of solar powered boreholes with reticulation points across Gwale Federal Constituency, Kano State
B7Provision of integrated solar street lights in Doka Community of Plateau South Senatorial District
B8Provision of integrated 3 in 1 lights across selected communities in Lakwaya getso, Lakwaya and Garo Communities of Gwarzo/Kabo Fed. Constituency, Kano State
B9Provision of Integrated 3-in1 solar street lights in Kwalla, Namu, Madubi Plateau State
B10All-one-solar powered street light in Tonex road Egelebie, Okrika, Rivers state
B11Provision Of Integrated Solar Street Lights In Rigiya Giwa Communities Plateau South Senatorial District
B12Provision of Integrated 2-in-1 solar street lights in Shendam and Kurgwi communities of Plateau South Senatorial District

CATEGORY C: CONSULTANCY SERVICES

C1Sensitizing workshop on the importance of Biosafety certified Biotechnology seed and supply of certified seedlings to selected communities in Edo North
C2Training and empowerment of small-scale farmers in Ehime Mbano, Ihitte Uboma and Obowo LGAs, Imo State on the use of chemicals and insecticides to boost Agro Productions
C3GMOS sensitization for farmers & Youth in Idemilili North Federal Constituency, Anambra State
C4Promotion and development of Animal Husbandry in Plateau South Senatorial District
C5Training of Youths in leather and shoe making in Gwale Federal Constituency, Kano State
C6Social Investment Programme And Financial Support For Msmes In Gwarzo And Kabo LGAs of Kano state

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents
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 is also acceptable;
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 2023
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 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 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 (2020, 2021 and 2022);
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) Work: List of plants/equipment with proof of ownership/lease agreement
m) For motor vehicle: Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for vehicle
n) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
o) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
p) evidence of firms’ registration with relevant regulatory professional body(ies) such as COREN, QSDRBN, ARCON, CORBON etc;
q) 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);
r) 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.

4. COLLECTION OF BID DOCUMENTS (CATEGORY A & B)
Interested companies are to collect the Standard Bidding Document (SBD) documents from the Office of the Head (Procurement) National Biosafety Management Agency, National Park Service Headquarters, Umaru Musa Yar’adua Expressway, Airport road, Abuja on submission of evidence of payment of non-refundable of N10, 000.00 per Lot paid into the National Biosafety Management Agency’ remita account in any reputable commercial bank in Nigeria. Firms interested in consultancy services will not pay at this stage until after shortlisting.

5. SUBMISSION OF BID DOCUMENTS (CATEGORY A & B)
The completed Technical and Financial bids are to be submitted in two (2) copies each, which include One (1) original and one (1) copy. The documents should be in Two (2) separate sealed envelopes clearly marked “Technical” and Financial bid and both sealed in a third sealed in a third/bigger envelope marked with the Appropriate project title and lot no, at the top right hand corner with the company name & address written behind and addressed to the:
The Director General, National Biosafety Management Agency
National Park Service Headquarters, Umaru Musa Yar’adua expressway, Airport Road, Abuja FCT
Furthermore, the sealed envelopes should be submitted in the designated tender box at the address above not later than 12:00 noon on Monday, 6th March, 2023. Late bids will be returned un-opened.

6. SUBMISSION OF EXPRESSION OF INTEREST (CATEGORY C)
Interested firms are to submit two (2) bound of EOI documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the address indicated above, and clearly marked with the name of the project and lot number. Furthermore, The reverse side of each sealed envelope should bear the name and addressed of the bidder and dropped in the designated tender box in the office of the Director General/CEO not later than 12:00 noon Monday, 20th February, 2023.

7. OPENING OF EOI AND TECHNICAL BIDS
The EOI and the Technical bids will be opened immediately later the deadline for submission at 12:00 noon Monday, 20th February, 2023 and 12:00 noon on Monday, 6th March, 2023, respectively, at the conference room, National Biosafety Management Agency (NMBA) in the presence of bidders or their representatives while the financial bids will be kept un-opened. Please, ensure they sign the bid submission register in the office of the Head (procurement unit), National Biosafety Management Agency, National park Service headquarters premises, Airport road, Abuja as the Agency will not be held liable for misplaced or wrongly submitted bid. For further enquiries, please contact the Head (Procurement).

8. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidders
b. Bids submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid for more than two (2) Lot
d. All cost will be borne by the bidders
e. Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals
f. Goods: 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;
g. The National Biosafety Management Agency is not bound to prequalify and bidder 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.

SIGNED
DIRECTOR-GENERAL/CEO
NATIONAL BIOSAFETY MANAGEMENT AGENCY