NATIONAL AGENCY FOR FOOD AND DRUG ADMINISTRATION AND CONTROL
INVITATION TO TENDER
- INTRODUCTION
The National Agency For Food and Drug Administration and Control (NAFDAC) is the Agency of the Federal Government established by Decree No. 15 of 1993 as amended (now Cap. N1, LFN, 2004) and charge with the responsibility among others of regulating and controlling, the importation, manufacture, exportation, distribution, advertisement, and sale of drug, food, chemicals, medical devices, packaged water, detergents and cosmetics.
The Agency hereby invites interested reputable and competent companies with relevant experience and good track-records to respond to the invitation to tender, for the following projects.
- SCOPE OF SUPPLIES
CATEGORY (A) – GOODS
| S/N | PROJECTS TITLE | LOT NO. | SCOPE |
| 1 | Supply of Desktop Computers and Accessories | 1 | ©Desktop, 4GB RAM, 20.5(ii) PRINTER
(iii) UPS 700 VA |
| 2 | Supply of Office Equipment | 2 | Split unit 2hp Air-conditioners |
| 3 | Procurement of Media & Communication Equipment | 3 | Professional still & video camera with accessories |
| CATEGORY (B) – WORKS | |||
| 4 | Construction of Drainage and Associated works at NAFDAC Office, Yaba Lagos | 1 | Drainage& channelling works , Interlocks stone, covered-canopy |
| 5 | Renovation, Remedial and Civil Infrastructural works at NAFDAC Area Laboratory, Kaduna | 2 | Block Works, Plastering, Painting, Inter-locking Stones etc |
- ELIGIBILITY REQUIREMENT
Prospective bidders are required to submit technical document that highlights the bidding company ability to carry out the procurement. The documents must contain the following:
(I) Evidence of Registration with Corporate Affairs Commission, namely Certificate of Incorporation, Memoranda & Articles of Association, form CAC7, CAC2 (Certify True Copy)
(ii) Evidence of current Company’s Income Tax Clearance Certificate for the last three years (2017, 2018, and 2019) expiring on 31st December 2020; with minimum average annual turnover of N10 million for Goods;
(iii) Evidence of current Pension Clearance expiring on 31st December 2020;
(iv) Evidence of current Registration on the National Database of Federal Contractors, Consultants and Service Providers, by submission of Interim Registration Report expiring on 30 June, 2020 or valid Certificate issued by BPP;
(v) Evidence of current Industrial Training Fund (ITF) Compliance Certificate expiring on 31st December, 2020;
(vi) Current Evidence of Nigeria Social Insurance Trust Fund (NSITF) compliance certificate valid till 31st December 2020.
(vii) Sworn Affidavit:
that the company/firm is not in receivership/bankruptcy
that none of the directors or partners of the company/firm is an ex-convict in any country for any criminal offence relating to fraud or financial impropriety
disclosing whether or not any officer of the relevant committees of the National Agency for Food and Drug Administration and Control 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.
(viii) Detailed Company/firms profile, indicating Management structure, size, strength and numbers of Management, Technical & None Technical Staff, including Names, qualifications and years of experience, photocopies of qualifications from relevant professional bodies/Schools must be attached
(ix) Verifiable evidences of experience in similar assignment of comparable complexity (Tabulated) with details comprising of Client Name, Brief description of Project, Project location, year, Contract Value, Implementation role, the status of Project as completed or on-going, in addition, evidence of 3 Nos award letters, Payment Certificate (if on-going) and Completion Certificate from clients as Tabulated must be shown.
(x) 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. (Turnover, as reflected in Financial Statements, must correspond with that on the Tax clearance certificate). Please note that Banker’s letter merely stating that the applicant is a customer or maintains an account with the bank is not acceptable.
(xi) Evidence of Audited Financial Statement for the last three years – 2017, 2018 & 2019 stamp and sign by client Auditor.
(xii) Lot 1: Evidence of Authorization by Original Equipment Manufacturer (OEM)
(xiii) Lot 4: List of Plants/Equipment including proof of Ownership/Lease;
(xiv) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm letterhead bearing amongst others, the Registration Number (RC) as issued by corporate affairs commission (CAC), Contact Address, Telephone Number (GSM), and E-mail Address. The Letter Headed paper must bear the Names and Nationalities of the Directors of the company/firms at the bottom of the page and duly signed by the authorized officer of the company/firm and documents/information must be arranged and submitted in the sequence/order as listed above. - COLLECTION OF TENDER DOCUMENTS
Tender Documents in English language containing details of goods/works can be obtained from Monday 25th May 2020 to Monday 6th of July 2020 from 8am to 4pm at the procurement unit third floor NAFDAC Headquarters Plot 2032 Olusegun Obasanjo way wuse zone 7 Abuja, upon payment of non-refundable fee of N10, 000.00 only per Lot, using the Remita platform from any commercial bank of the bidders choice or online direct payment (visit “http//www.remita.net”). Please ensure that you obtain evidence receipt generated i.e. Remita Retrieval Reference (RRR) of such payment, which must be presented on collection of bid document also the Agency GIFMIS code is 1000053852. - SUBMISSION OF TENDER DOCUMENTS
Technical and Financial bids documents are to be submitted in three (3) copies each, one original and the other two (2) photocopies in a separate sealed envelope and clearly Marked as Technical or Financial with the project name clearly stated, the three envelopes shall be placed in a single outer envelope for submission on or before 12:00 noon on Monday, 20 July, 2020 and addressed to:
The Director General (NAFDAC)
Attention: Head Procurement Procurement Unit (Third Floor)
NAFDAC Headquarters
Plot 2032, Olusegun Obasanjo Way, Wuse Zone 7, Abuja.
Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated tender box at the above address. Please note that late submission will be returned un opened and submission must be hand delivered.
- OPENING OF TECHNICAL BIDS
Only the Technical Bids shall be publicly opened immediately after the deadline for submission at 12:00 noon on Monday, 20 July, 2020, at the conference room 2nd floor NAFDAC Headquarters Building, Plot 2032 Olusegun Obasanjo way, Wuse Zone 7 Abuja. Interested Service Providers/Companies and their representatives, civil society organisations and the general public are invited to witness the opening process. - NOTES:
(a) Bids must be in English Language and signed by an authorized official of the bidder;
(b) Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
(c) NAFDAC reserve the right to verify claims made by any service provider/company/firm;
(d) Submitting false document is an offence, which will lead to disqualification and prosecution;
(e) NAFDAC is not bound to award contract to 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 PPA2007.
SIGNED
MANAGEMENT
NAFDAC