
Project procurement
IFAD’s project procurement
IFAD’s project procurement applies to the procurement of goods and services needed for the projects financed from the resources of the Fund (IFAD Loans and Grants). This is carried out directly by the borrowers/recipients of IFAD loans and grants.
IFAD’s revised General Conditions for Agricultural Development Financing (April 2009) states that: “Procurement of goods, works and services financed by [IFAD] shall be carried out in accordance with the provisions of the Borrower/Recipient’s procurement regulations; to the extent such are consistent with the IFAD Procurement Guidelines. Each Procurement Plan shall identify procedures which must be implemented by the Borrower/Recipient in order to ensure consistency with the IFAD Project Procurement Guidelines.” In adopting this approach, IFAD is following the principles set out in the Paris Declaration on Aid Effectiveness and the Accra Agenda for Action in respect of the use of existing national procurement systems.
Procurement oversight
Oversight of project procurement activities undertaken by Borrower/Recipient is a key fiduciary responsibility for IFAD. Such oversight ensures that project procurement activities are conducted in a sound and efficient manner and provides assurances that the funding IFAD provides to Borrowers/Recipients is used for the intended purposes. Effective procurement oversight is closely tied to the successful and timely implementation of projects and the achievement of their objectives.
IFAD’s procurement oversight capacity has been strengthened and a team is in place to support project procurement activities at each country where IFAD operates. This team plays a key role in fulfilling IFAD’s project procurement oversight function across all regions.
Working with IFAD Borrowers/Recipients and cooperating with local authorities, we propose fit for purpose customized procurement solutions at Country Strategic Opportunities Programme (COSOP), Country Strategy Note (CSN) development and at Project Design (PD) while supporting capacity building and providing tailored technical assistance as required by the countries.
IFAD's project procurement framework aims to maximize the strategic role of procurement in achieving development effectiveness goals by:
- Modernizing procurement to emphasize fit-for-purpose, choice, quality and greater value for public spending, while enabling adaptation to country contexts.
- Promoting strengthened national procurement systems that are empowered to support sustainable development objectives.
- Promoting the highest standards of transparency and accountability in public spending to ensure that IFAD’s resources reach project beneficiaries in the most effective, efficient and transparent way.
Project procurement opportunities for goods, works, non-consulting and consulting services are listed below and on the UN Development Business website.
Procurement Notices
Tender for Supply and Delivery of Fencing Materials for the Wildlife Control Electric Fence Project
MINISTRY OF WATER, SANITATION AND IRRIGATION
UPPER TANA CATCHMENT NATURAL RESOURCES MANAGEMENT PROJECT
(UTaNRMP)
TENDER ADVERTISEMENT
The Government of Kenya has received financial assistance from the International Fund for Agricultural Development (IFAD) and the Spanish Trust Fund towards financing the Upper Tana Catchment Natural Resources Management Project. The goal of the project is to contribute to rural poverty reduction in the Upper Tana River Catchment through increased sustainable food production and incomes and sustainable management of natural resources for provision of environmental services. The Project Lead Agency is the Ministry of Water, Sanitation and Irrigation. The project area covers six counties namely: Murang’a, Meru, Tharaka Nithi, Nyeri, Kirinyaga and Embu. The area includes Mount Kenya and Aberdare National Parks and Forest reserves.
The project intends to use part of the funds to procure materials for Construction of 60Kms of wildlife control electric fence in Mt. Kenya Forest Reserve and National Park, Nyeri County.
Towards accomplishing its objectives, the Upper Tana Catchment Natural Resources Management Project (UTaNRMP) now invites sealed tenders from qualified tenderers for SUPPLY AND DELIVERY OF FENCING MATERIALS FOR THE WILDLIFE CONTROL ELECTRIC FENCE PROJECT IN MT. KENYA FOREST RESERVE AND NATIONAL PARK as shown in the table below and as per specifications in the respective tender documents.
TENDER NAME & NUMBER | PROCUREMENT METHOD | CLOSING/OPENING |
SUPPLY AND DELIVERY OF ELECTRIC FENCE MATERIALS (tight lock mesh wire, HTS wire, energizers, among others) FOR MT. KENYA FOREST RESERVE AND NATIONAL PARK ELECTRIC FENCE TENDER NO. MWSI/UTaNRMP/ICB/001/2020-21 | INTERNATIONAL COMPETETIVE BIDDING | 8th March 2021 at 11:00 EAT |
A complete set of tender documents and submission details are available for downloading free of charge from UTaNRMP website www.utanrmp.or.ke/downloads and the Ministry of Water and Sanitation website www.water.go.ke.
Completed tender documents in a plain sealed envelope and clearly marked with the respective tender number and title should be addressed and sent to:
The Project Coordinator,
Upper Tana Catchment Natural Resources Management Project,
P.O BOX 996-60100
Tel: 254-68-2231376/2231517
EMBU
or dropped in the Tender Box situated at the main entrance to the EMBU West Water offices located on Embu-Meru Road road opposite Kangaru DEB Primary School or posted so as to reach the above address on or before the dates so indicated.
However due to Covid -19 protocols, tenderers will not be invited for a physical opening. The opening will be through virtual platform. Tenderers are therefore requested to register with utarnmp@gmail.com one day before opening in order to be sent the link for the virtual opening meeting.
Late tenders will not be accepted regardless of the circumstances.
PROJECT COORDINATOR
UPPER TANA CATCHMENT NATURAL RESOURCES MANAGEMENT PROJECT
FOR: PRINCIPAL SECRETARY, MINISTRY OF WATER, SANITATION AND IRRIGATION
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
REOI Impact Level Baseline Survey
The Republic of the Union of Myanmar has received a funding in loan & grant from International Fund for Agricultural Development (IFAD) in total amount of USD 20.3 million to implement the Western States Agribusiness Project (WSAP). The project's goal is to improve the social and economic status of rural households in a climate resilient manner in northern Magway region and southern Chin state. Its objective is to increase household incomes, food security and nutrition quality. In order to achieve its objectives, the project will: (i) finance strategic investments in productive and social infrastructure; and (ii) invest in agriculture modernization and enabling services to optimize resource management, productivity and benefits in areas of infrastructure investment. The Project (WSAP) is being implemented by the Department of Rural Development (DRD) as primary Implementing Agency (IA) of the Ministry of Agriculture, Livestock and Irrigation (MOALI), the Executing Agency (EA).
The Government intends to apply part of the financing to hire a consulting firm to peform an Impact Level Baseline Survey Study. The main objective of the study is to develop the sample design, conduct the data collection and analysis and report writing of the baseline survey to be used for the project evaluation process. survey. The information to be collected includes information related to project activities in order to derive data on the outcomes stated in the logical framework.
The survey will measure the baseline values of project outcomes indicators and individual/household characteristics at project start. The baseline survey will be conducted on a sample of beneficiaries. Baseline data provide information on beneficiaries and comparison groups before the programme is implemented and are important for measuring pre-intervention outcomes and establish benchmark information for selected indicators. The analysis of baseline data will also be used to assess targeting effectiveness, that is, whether or not WSAP is going to reach its intended beneficiaries.
The Department of Rural Development (IA) now invites eligible consulting firms or NGOs to indicate their interest in providing this service. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the services (see below Eligibility and Qualification Criteria). The firms may associate with other firms in the form of a joint venture or any association type to enhance their qualifications.
Eligibility Criteria
- The firm by itself or associate firm should be legally registered at the Myanmar Directorate of Investment and Company Administration (DICA) of the Republic of the Union of Myanmar. A copy of the certification for valid registration shall be provided.
- Attested copies of the tax registration and attested copies of tax payments or clearance documents. In the event of the organization is tax exempted, then attested documentation to this effect should be submitted.
- The firm should not have any tracking record of debarring from the Government, Ministries, and Departments, any other organizations.
Short list Qualification Criteria
- Previous experience in carrying out evaluation surveys is a compulsory requirement, including demonstrated experience in designing and conducting evaluations and of organizing surveys on the scale of this project (including survey and sampling design) – 30%
- Strong capacity and experience in planning and organizing survey logistics – 20%
- Strong capacity in survey analysis and reporting of results – 20%
- Experience doing household survey work and carrying out evaluations in Myanmar – 20%
- Experience in using tablets or smartphones in conducting surveys – 10%
Shortlisting
Following a review of Expressions of Interest, the IA will invite short listed firms who meet eligibility requirements and have received a minimum score of 70 and above to submit full proposals. The firm will eventually be selected in accordance with the QCBS method with a fixed maximum budget allowed, set out in the IFAD Procurement Handbook and Guidelines.
Further information and a summary of the Project Design Report may be obtained from the email address: tayzar@drdmyanmar.net below during office hours from 09:00 to 16:00, Monday through Friday, except public holidays.
Expression of Interest must be submitted in a written but preferably electronic form to the address below by 16:00 PM (Local Time), FRIDAY, 29 January, 2021.
Attention:
U Myo Naing Aung
Deputy Director General
Department of Rural Development, MOALI
Office No.36, Naypyitaw, Myanmar
Email address: wsap.drd@gmail.com
Tel: 067-3418639
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
General Procurement Notice
GENERAL PROCUREMENT NOTICE (GPN)
Project country: | Myanmar |
Financing institution: | International Fund for Agricultural Development (IFAD) |
Sector: | Livestock, Rural Development |
Project name: | Western States Agribusiness Project (WSAP) |
Procurement type: | Consulting Services |
Title: | Main Implementation Consultant (MIC) |
Project ID: | IFAD Loan No. 2000002535, IFAD Grant No. 2000002530 |
Loan/Credit/Grant Financing No.: | Loan/Grant No. 2535/2530 |
The Republic of the Union of Myanmar has received a funding in loan & grant from International Fund for Agricultural Development (IFAD) in total amount of USD 20.3 million to implement the Western States Agribusiness Project (WSAP). The project's goal is to improve the social and economic status of rural households in a climate resilient manner in northern Magway region and southern Chin state. Its objective is to increase household incomes, food security and nutrition quality. In order to achieve its objectives, the project will: (i) finance strategic investments in productive and social infrastructure; and (ii) invest in agriculture modernization and enabling services to optimize resource management, productivity and benefits in areas of infrastructure investment. The Project (WSAP) is being implemented by the Department of Rural Development (DRD) as primary Implementing Agency (IA) of the Ministry of Agriculture, Livestock and Irrigation (MOALI), the Executing Agency (EA).
The Government intends to apply part of the financing to hire a consulting firm to peform an Impact Level Baseline Survey Study. The main objective of the study is to develop the sample design, conduct the data collection and analysis and report writing of the baseline survey to be used for the project evaluation process. survey. The information to be collected includes information related to project activities in order to derive data on the outcomes stated in the logical framework.
The survey will measure the baseline values of project outcomes indicators and individual/household characteristics at project start. The baseline survey will be conducted on a sample of beneficiaries. Baseline data provide information on beneficiaries and comparison groups before the programme is implemented and are important for measuring pre-intervention outcomes and establish benchmark information for selected indicators. The analysis of baseline data will also be used to assess targeting effectiveness, that is, whether or not WSAP is going to reach its intended beneficiaries.
The Department of Rural Development (IA) now invites eligible consulting firms or NGOs to indicate their interest in providing this service. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the services (see below Eligibility and Qualification Criteria). The firms may associate with other firms in the form of a joint venture or any association type to enhance their qualifications.
Eligibility Criteria
- The firm by itself or associate firm should be legally registered at the Myanmar Directorate of Investment and Company Administration (DICA) of the Republic of the Union of Myanmar. A copy of the certification for valid registration shall be provided.
- Attested copies of the tax registration and attested copies of tax payments or clearance documents. In the event of the organization is tax exempted, then attested documentation to this effect should be submitted.
- The firm should not have any tracking record of debarring from the Government, Ministries, and Departments, any other organizations.
Short list Qualification Criteria
- Previous experience in carrying out evaluation surveys is a compulsory requirement, including demonstrated experience in designing and conducting evaluations and of organizing surveys on the scale of this project (including survey and sampling design) – 30%
- Strong capacity and experience in planning and organizing survey logistics – 20%
- Strong capacity in survey analysis and reporting of results – 20%
- Experience doing household survey work and carrying out evaluations in Myanmar – 20%
- Experience in using tablets or smartphones in conducting surveys – 10%
Shortlisting
Following a review of Expressions of Interest, the IA will invite short listed firms who meet eligibility requirements and have received a minimum score of 70 and above to submit full proposals. The firm will eventually be selected in accordance with the QCBS method with a fixed maximum budget allowed, set out in the IFAD Procurement Handbook and Guidelines.
Further information and a summary of the Project Design Report may be obtained from the email address: wsap.drd@gmail.com below during office hours from 09:00 to 16:00, Monday through Friday, except public holidays.
Expression of Interest must be submitted in a written but preferably electronic form to the address below by 16:00 PM (Local Time), TUESDAY, 19 January, 2021.
Attention:
U Myo Naing Aung
Deputy Director General
Department of Rural Development, MOALI
Office No.36, Naypyitaw, Myanmar
Email address: wsap.drd@gmail.com
Tel: 067-3418639
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Supply and installation of food and feed control laboratory equipment
Invitation for Bids
REPUBLIC OF UZBEKISTAN
Dairy value chain development project
Loan No.: 2000000714
Contract Title: “Supply and installation of food and feed control laboratory equipment”
Reference No.: DVP/ICB/01
01.01.2021
1. The Republic of Uzbekistan has received financing from the International Fund for Agricultural Development (IFAD) toward the cost of the Horticultural Support Project, and the Executing Agency – Agency for implementation of projects in the field of agro industry and food security intends to apply part of the proceeds toward payments under the contract for Supply and installation of food and feed control laboratory.
This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, dated June 6, 2016.
2. Agency for implementation of projects in the field of agro industry and food security now invites sealed bids from eligible bidders for the following:
Supply and installation of food and feed control laboratory equipment to Djizak and Karshi regions of Uzbekistan.
3. Bidding will be conducted through the International Competitive Bidding procedures as specified in IFAD procurement guidelines (September 2010) and is open to all eligible bidders as defined in the Procurement Guidelines.
4. Interested eligible bidders may obtain further information from Agency for implementation of projects in the field of agro industry and food security and inspect the bidding documents during office hours i.e. 09:00 to 17:00 at the address given below.
5. Qualifications requirements:
The average annual turnover of the bidder for any of the last three years has to be not less than:
160 000 USD
The minimum volume of liquid assets and / or credit sources, excluding other contractual obligations must be:
24 600 USD
Bidder must demonstrate that he has successfully completed at least 3 contracts for the supply of similar goods with a similar volume or more, for the last 5 years.
6. A complete set of bidding documents in English / Russian languages may be obtained by interested eligible bidders upon the submission of a written application to the address below. The document will be sent by email.
7. Bids must be delivered to the address below before 5.00 p.m. by Tashkent time on November 2, 2020. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives who choose to attend at the address below at 5.30 p.m. by Tashkent time on February 15, 2021.
8. All bids must be accompanied by a Bid Security of 1,600 USD.
9. The address referred to above is:
Attn: Mr Sh.Shoahmedov, Director General
1-A, Labzak street,
Tashkent, Uzbekistan
Tel: (+998 71) 241-33-30
E-mail: dvp@rra.uz
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Supply, Delivery And Installation of Post-Harvest Equipment
SPECIFIC PROCUREMENT NOTICE
Project country: | Kenya |
Financing institution: | International Fund for Agricultural Development (IFAD) |
Sector: | Ministry of Agriculture, Livestock, Fisheries and Cooperatives State Department For Crop Development And Agricultural Research |
Kenya Cereal Enhancement Programme -Climate Resilient Agricultural Livelihoods Window | |
Procurement type: | Goods |
Title: | Supply, Delivery And Installation of Post-Harvest Equipment |
Bid Reference No: | MOALF&C/SDCD& AR/KCEP-CRAL/PROC/047/2020-2021 |
Loan/Credit/Grant Financing No.: | 2000000263 and 2000001121 |
Submission Deadline: | 26th January 2020 at 10.00am EAT |
Contact Email: |
The Kenya Cereal Enhancement Programme – Climate Resilient Agricultural Livelihoods Window (KCEP-CRAL) is a partnership between the Government of Kenya, the European Union and the International Fund for Agricultural Development (IFAD) including grant resources from the Adaptation of Smallholder Agriculture Programme-ASAP. The Programme is expected to be completed in September 2022. It is implemented by Ministry of Agriculture, Livestock, Fisheries and Cooperatives and supervised by IFAD. The overall goal is to contribute to the reduction of rural poverty and food insecurity of smallholders in the targeted Counties by developing their economic potential while improving their natural resources management capacity and resilience to climate change in an increasingly fragile ecosystem.
The bidding document can be downloaded by interested Bidders FREE OF CHARGE from the Ministry’s website: www.kilimo.go.ke under “tender’’ links or the Programme website www.kcepcral.go.ke UNDB Online and https://www.ifad.org/en/project-procurement and the Bidders who download the tender document from the website must forward their particulars immediately to tenders.kcepcralprogramme@gmail.com for records and any further tender clarifications and addenda.
The Kenya Cereal Enhancement Programme – Climate Resilient Agricultural Livelihoods Window (KCEP-CRAL) now invites sealed Bids from eligible Bidders for Supply, Delivery and Installation of Post- Harvest Equipment as follows:
Item Description | UoM | Quantity Required | |
1 | Grain Moisture Meter | PC | 202 |
2 | Grain drying Tarpaulins | PC | 202 |
3 | Digital Weighing Scales 500Kg | PC | 202 |
4 | Grain Manual Sieve | PC | 202 |
Contact Information:
The Principal Secretary,
State Department for Crop Development and Agricultural Research
Kenya Cereal Enhancement Programme -Climate Resilient Agricultural Livelihoods Window
P.O. BOX 30028-00100, Nairobi, Kenya
Waiyaki Way, KALRO NARL
Email: tenders.kcepcralprogramme@gmail.com
Web page: www.kcepcral.go.ke
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Startup packages for preselected beneficiaries for Window 1
Invitation for Bids
Armenia
Infrastructure and Rural Finance Support Programme (IRFSP)
Grant No.: 2000001401;
Contract Title: Startup packages for preselected beneficiaries for Window 1
Reference No. GEF/ICB-2019/002
1. The Republic of Armenia has received financing from the Global Environmental Facility (GEF) toward the cost of the IRFSP, and intends to apply part of the proceeds toward payments under the contracts for:
Lot 1 - GEF/ICB-2019/002-1 - Saplings of fruit trees;
Lot 2 - GEF/ICB-2019/002-2 - Tunnel greenhouses 100 sq.m;
Lot 3 - GEF/ICB-2019/002-3 – Sprayers, Grass-cutters, Moto blocks and Dried herbs cutting machine;
Lot 4 - GEF/ICB-2019/002-4 – Electric fruit dryers;
Lot 5 - GEF/ICB-2019/002-5 - Wind fruit dryers;
Lot 6 - GEF/ICB-2019/002-6 - Hives with bee families and Electric honey squeezers;
2. The Rural areas economic development programme implementation unit State Institution now invites sealed bids from eligible bidders for: Saplings of fruit trees; Tunnel greenhouses 100 sq.m and 120 sq.m; Sprayers, Grass-cutters, Moto blocks with 2 attachments (plow and grass-cutter) and Dried herbs cutting machine; Electric fruit dryers; Wind fruit dryers; Hives with bee families and Electric honey squeezers;
3. “Bidders may bid for one or several contracts, as further defined in the bidding documents.
4. Bidding will be conducted through the International Competitive Bidding procedures as specified in the IFAD’s Procurement Guidelines 2010 and Procurement Manual 2010, and is open to all eligible bidders as defined in the Bidding Documents. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the IFAD’s policy on conflict of interest.
5. Interested eligible bidders may obtain further information from: Rural areas economic development programme implementation unit State Institution, Artur Grigoryan, Chief of Procurement Division, procurement@raed.am and inspect the bidding documents during office hours 0900 to 1700 hours at the address given below.
6. A complete set of bidding documents in Armenian may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of AMD 10,000. The method of payment will be direct deposit to specified account number. The document will be sent by e-mail.
7. Bids must be delivered to the address below on or before 15:00; January 22, 2021. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on 15:00; January 22, 2021.
8. All bids must be accompanied by a Bid Security of:
Lot 1 - GEF/ICB-2019/002-1 - Saplings of fruit trees - USD 640;
Lot 2 - GEF/ICB-2019/002-2 - Tunnel greenhouses - USD 6,670;
Lot 3 - GEF/ICB-2019/002-3 – Sprayers, Grass-cutters, Moto blocks and Dried herbs cutting machine – USD 2,720;
Lot 4 - GEF/ICB-2019/002-4 – Electric fruit dryers – USD 2,640;
Lot 5 - GEF/ICB-2019/002-5 - Wind fruit dryers – USD 2,200;
Lot 6 - GEF/ICB-2019/002-6 - Hives with bee families and Electric honey squeezers – USD 4,160;
9. The address referred to above is:
Rural areas economic development programme implementation unit State Institution
Attn: Ashot Vardanyan, Director
Street Address: Tigran Mets Street, 4;Floor/Room number: VI floor, Room 14;
City and Country: Yerevan, Armenia
Tel: +37410 54 65 10 138 ; E-mail: procurement@raed.am Web site: www.raed.am
Ameria Bank CJSC - A/C 15700-11483010200
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
UPDATE - Tender for Supply and Delivery of Motorcycles and Helmets
This is an updated notice.
UPDATED ON 11 JANUARY 2021 (ORIGINALLY PUBLISHED ON 8 DECEMBER 2020): The deadline date changed from 24 January to 26 January 2021.
MINISTRY OF AGRICULTURE, LIVESTOCK, FISHERIES AND THE COOPERATIVES
STATE DEPARTMENT FOR FISHERIES, AQUACULTURE AND BLUE ECONOMY
AQUACULTURE BUSINESS DEVELOPMENT PROGRAMME (ABDP)
IFAD LOAN NO: 2000002052 - Aquaculture Business Development Programme
SPECIFIC PROCUREMENT NOTICE (SPN)
INTERNATIONAL COMPETITIVE BIDDING (ICB)
Tender Reference No: | Item Description | Eligibility |
MOALF/SDFA&BR/ABDP/ICB/2020-2021/002 | Supply of Motorcycles and Helmets for ABDP Programme | All |
Aquaculture Business Development Programme (ABDP) is a partnership between the Government of Kenya, and the International Fund for Agricultural Development (IFAD). The Programme is expected to be completed in April 2026. It is implemented by Ministry of Agriculture, Livestock, Fisheries and Irrigation and supervised by IFAD. To increase the incomes, food security and nutritional status of the wider communities of poor rural households involved in aquaculture in the targeted Counties, with progress indicated by the percentage of beneficiaries reporting increased annual net income and the percentage increase in national annual fish consumption).
MOALF/SDFA&BR/ABDP/ICB/2020-2021/002
The Programme intends to use proceeds of the loan to procure Motorcycles and Helmets for programme implementation.
Interested eligible bidders may download the complete tender document from the Procuring entity website www.kilimo.go.ke or www.abdpcu.org free of charge.
Completed tender documents should be submitted in plain sealed envelopes clearly marked with the Tender No. “MOALF/SDFA&BE/ABDP/ICB/2020-2021/002 Supply of Motorcycles and Helmets and addressed to:
The Programme Coordinator,
Aquaculture Business Development Programme
P.O. Box 904-10100,
Nyeri
must be delivered to and deposited in the Tender Box situated on the Reception Area of ABDP PCU office Nyeri , located off Kamakwa Road and opposite Golf Club on or before Tuesday, January 26, 2021 at 11.00am.
Tenders will be opened at ABDP PCU Boardroom on January 26, 2021 at 11.30am. Due to the Covid – 19 containment measures, vendors will not be allowed to attend. However, they may request for the Tender Opening minutes at least 24 hours after opening.
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
GENERAL PROCUREMENT NOTICE (GPN)
GENERAL PROCUREMENT NOTICE (GPN)
Country: Mozambique
Co-financing institution: International Fund for Agricultural Development (IFAD)
Sector: Agribusiness
Project name: Inclusive Agri-foods Value Chains Development Programme (PROCAVA)
Project ID: 2000001981
Loan/ Credit/ Grant Financing Nr.: IFAD Loan No. 2000003236 and IFAD Grant No. 2000003237
- Since 22 May 2020, the Government of Mozambique is implementing the Inclusive Agri-foods Value Chains Development Programme (PROCAVA), co-financed by the International Fund for International Development (IFAD) through the Loan No. 2000003236 and Grant No. 2000003237. The project targets the development of five (5) value chains (Horticulture, Cassava, Red Meat, Legumes and Poultry), in seventy-five (75) districts in the South, Centre and North Regions of Mozambique, targeting 180.300 households, mainly smallholder farmers and marginalized value chain actors, during an implementation period of ten (10) years. The programme is implemented by the Ministry of Agriculture and Rural Development (MADER), with the Agriculture Development Fund (FDA) as the responsible implementing agency through a National Programme Management Unit (NPMU) based in its headquarters in Maputo and Regional Programme Management Units (RPMU) based in its Delegations (FDA-Del) in Gaza, Manica, Nampula, as well as a Provincial Programme Management Unit in Niassa.The overall objective of the Project is to achieve sustainable increased returns to smallholder farmers in the targeted value chains, by promoting increased production, productivity and quality; improved market linkages, efficient farmer organizations and higher farmers’ share over the final added value. This objective will be achieved through the following components:
- Component 1: Production Improvement and Market Linkages – Current yield levels of the target commodities are low and products produced are generally of poor quality in relation to market requirements. This component aims at contributing to improve production and productivity of target crop and livestock commodities. It will also improve backward and forward linkages of farmers to different stakeholders (input suppliers and produce/product buyers) of the target value chains. Proposed interventions will seek to address some of the identified constraints to increased productivity and production of the target value chains and the associated market linkages. Strengthening climate resilience and enhancing natural resource management and environmental sustainability through promotion of appropriate technologies and best practices will be an integral part of this component. Typical interventions shall comprise the research an technology release (improved technologies, including varieties), technical assistance and technology transfer to smallholder farmers and value chain actors and capacity development of farmers’ organizations, access to inputs and farming equipment and others.
- Component 2: Market-Related Climate Resilient Infrastructure – The objective of this component is to avail the appropriate infrastructure to support the effectiveness of the market-led production interventions and to more efficiently deliver the surplus production to different markets. Planned interventions will focus on addressing constraints faced by relevant actors operating within target value chains. This will include supporting rural infrastructure investments that can add value at the location, upgrade performance of enterprises and support associated agricultural producers to become competitive, environmentally and profitably sustainable. Infrastructure will be prioritized according to business plans and linkages along the value chain. Typical interventions promoted under this component include: (i) Rehabilitation and improvement of irrigation schemes; (ii) construction / rehabilitation / improvement of multifunctional water infrastructure; (iii) construction, rehabilitation or improvement of small scale processing facilities for cassava, horticulture, red meat, legumes and poultry; construction of livestock management infrastructures (crush-pens, dip tanks, fattening centres), construction of marketing infrastructures (rural roads, retail markets, wholesale markets, livestock fairs) and others.
- Component 3: Institutional and Policy Strengthening and Implementation Support – This will be a cross-cutting component servicing the technical components and facilitating pathways for the effective functioning of the target value chains. Accordingly, it will aim at: a) augmenting the capacity of the institutions (public and private sector/farmer-owned) that will be responsible for overseeing and/or implementing the different PROCAVA activities; b) facilitating the development and/or review and update of policies and strategies of selected subsectors for their effective and structured development; and c) managing PROCAVA in an efficient and effective manner by providing overall coordination, including planning and implementation, financial management and control, procurement support, monitoring and evaluation, knowledge management, and progress reporting. It will also ensure liaison and linkage with all other relevant projects/programmes being implemented in the country that seek to address similar or related constraints.
- Procurement of contracts under the PROCAVA Programme will be conducted through the procedures as specified in the IFAD’s Procurement Handbook (September, 2010), and is open to all eligible bidders as defined in the guidelines. The National Procurement Regulations approved by the Decree 05/2016, as of 08 March shall also apply.
- Specific procurement notices for contracts to be bid under the IFAD’s International Competitive Bidding (ICB) procedures and for contracts for consultancy services will be announced, as they become available, in United Nations Development Business Website, UN Development Business, IFAD’s external website; PROCAVA’s Website; and a national newspaper with wide circulation. National Competitive Biddings (NCB) will be advertised nationally in a newspaper with wide circulation.
- Interested and eligible bidders who wish to be included on the mailing list to receive invitations to prequalify/ bid under ICB procedures and interested consultants who wish to receive a copy of advertisement requesting expressions of interest for consultancy contracts, or those requiring additional information, should contact the address below.
- The address is:
Agricultural Development Fund (FDA)
Inclusive Agri-foods Value Chains Development Programme (PROCAVA)
Attn: Daniel Ozias Mate (Programme Coordinator)
Rua Joe Slovo n.º 192
Telephone: +258 21 302814
Fax: +258 21 430 044
Email: daniel.ozias.mate@gmail.com
Web: www.mader.gov.mz
Maputo, Mozambique
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Contract Awards
Procurement of vaccine against Brucellosis strain-19 Brucella abortus (450 000 doses) and trivalent vaccine against foot and mouth disease (2 000 000 doses)
Name of Project: Access To Markets Project (ATMP)
Project Country: The Kyrgyz Republic
Sector: Agriculture
Credit/Grant: IFAD Loan #2000001757; DSF Grant#2000001756
Contract Name: Procurement of vaccine against Brucellosis strain-19 Brucella abortus (450 000 doses) and trivalent vaccine against foot and mouth disease (2 000 000 doses).
Identification Number: № ATMP\SIVPSS\Brucellosis&FMD Vaccines\ICB-04\20
Procurement Method: International Competitive Bidding
Procurement Type: Goods
The Kyrgyz Republic has received a Loan and Grant from the International Fund of Agricultural Development toward the cost of «Access to Markets Project», and it intends to apply part of the proceeds of these Loan and Grant to payments under the Contract # №ATMP\SIVPSS\Brucellosis&FMD Vaccines\ICB-04\20 The Agricultural Project Implementation Unit invited sealed bids from eligible and qualified bidders for supply of supply of vaccine against Brucellosis strain-19 Brucella abortus and trivalent vaccine against foot and mouth disease to the State Inspectorate for Veterinary and Phytosanitary Security under the Government of the Kyrgyz Republic (SIVPS GKR).
I. Name of each bidder who submitted a bid
According to the IFAD’s No-objection dated May 12, 2020 (deadline for submission was June 26, 2020 time 16:00) the APIU received sealed proposals from 2(two) companies “El-pharm” LLC (Kyrgyzstan) by Lot 1, and “Kalash Pharmachem PVT Ltd” (India) by Lot 1.
II. Bid prices as read out at bid opening
Bidder Identification | Read Out Bid Prices | Modifications or comments | |||
Name | City/Region | Country | Currency | Amount | |
(a) | (b) | (c) | (d) | (e) | (f) |
Lot 1 - REV-1 Vaccine Against Brucellosis strain - 19 Brucella abortus - 450,000 doses | |||||
«El-Farm»LLC | Bishkek | Kyrgyzstan | US$ | 312 750 | - |
«Kalash Pharmachem PVT Ltd» | Mumbai | India | US$ | 270 000 |
|
* Note: the tender for Lot No. 2 "Trivalent vaccine against foot and mouth disease - 2,000,000 doses" did not take place due to absence of proposals.
III. Name and evaluated prices of each bid that was evaluated
Bidder | Read-out Bid Price | Corrections | Corrected Bid Price | |
| Currency | Amount | Arithmetical error |
|
(a) | (b) | (c) | (d) | (f) = (c) + (d) |
Lot 1 - Vaccine against brucellosis strain - 19 Brucella abortus – 450 000 doses | ||||
«El-Pharm» LLC (Kyrgyzstan) | US$ | 312 750,00 | 0 | 312 750,00 |
IV. Name of bidders whose bids were rejected and the reasons for their rejection
# | Name of bidder | Reason(s) for Rejection |
Lot 1 - Vaccine against brucellosis strain - 19 Brucella abortus – 450 000 doses | ||
«Kalash Pharmachem PVT Ltd» | Did not provide a bank guarantee for the bid |
V. Name of winning bidder, and the price it offered, as well as the duration and summary scope of the contract awarded
1.Name of winning bidder | “El-Pharm” LLC |
2.Proposed Award | Lot 1 – US$ 312 750 |
3.IFAD’s no-objection to the proposed award of contract | August 25, 2020 |
4.Contract signing date | September 8, 2020 |
5.Estimated delivery to project site/completion period. | 1-6 weeks from the date of contract signing. |
6.Summary scope of the contract awarded. | Lot 1 – US$ 312 750 |
Contact Info:
Executing Agency: Agricultural Projects’ Implementation Unit, ATMP
Address: 96a Kievskaia Str., office 511, 515, 720040 Bishkek, the Kyrgyz Republic
Attn: Mr. T.K. Tuleev
Tel: (+996) (312) 665625; 661423
Fax: (+996) (312) 661572.
E-mail: tuleev@apiu.elcat.kg; anvar@apiu.elcat.kg.
Website: N/A.
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Procurement of Mobile Offices
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000002143
IFAD GRANT #2000002142
Project: COMMUNITY-BASED AGRICULTURAL SUPPORT PROJECT
Bid/Contract Reference No: CASP/E&G/NCB-2020/01
Scope of Contract: Procurement of Mobile Offices
Contract Signature Date: 31/08/2020
Evaluation Currency: USD
Awarded Bidder:
Name: LLC “SK-MIR”
Address: Daryobod village, Guliston jamoat, Rudaki district, Tajikistan.
Bid Price at Opening: USD 284 145.00
Evaluated Bid Price: USD 284 145.00
Contract Price: USD 284 145.00
Rejected Bidders:
Name: LLC “Eldarado-5”
Address: Dusti district, Tajikistan
Bid Price at Opening: USD 287 850.00
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “22 solagii istikloliyati vatan”
Address: Dusti district, Tajikistan
Bid Price at Opening: USD 298 900.00
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Supply of seed cleaning machines for CSFs
Name of Project: Livestock and Market Development Project-2 (LMDP-2)
Project Country: The Kyrgyz Republic
Sector: Agriculture
Credit/Grant: IFAD Loan #2000000438; IFAD Grant#2000000439; ASAP Trust Grant #2000000440
Contract Name: Supply of seed cleaning machines for CSFs.
Identification Number: LMDP-2\AKJ\Seed cleaners\ICB-04-2019\Retender
Procurement Method: International Competitive Bidding
Procurement Type: Goods
The Kyrgyz Republic has received a Loan and Grant from the International Fund of Agricultural Development toward the cost of « Livestock and Market Development Project-2 », and it intends to apply part of the proceeds of these Loan and Grant to payments under the Contract LMDP-2\AKJ\Seed cleaners\ICB-04-2019\Retender.
The Agricultural Project Implementation Unit invited sealed bids from eligible and qualified bidders for supply of seed cleaning machines for Community Seed Funds of Batken, Osh, Jalal-Abad, Issyk-kul and Naryn oblasts.
I. Name of each bidder who submitted a bid
According to the IFAD’s No-objection dated 02 April, 2020 (deadline for submission was May 26, 2020 time 16:00) the APIU received sealed proposals from (six) companies - “Zanin F.LLI.S.R.L.” Ltd (Italy), “Avtomash-Radiator” Ltd (Kyrgyzstan), “Tooashkan” Ltd.(Kyrgyzstan), “Industrial Technology” Ltd. (Kyrgyzstan), “Arctonic” Ltd. (Kyrgyzstan) in consortium with “Zavod Voronezh Agromash” (Russia), “Arto” LLC. (Kyrgyzstan).
II. Bid prices as read out at bid opening
Bidder Identification | Read-out Bid Price(s) | Applicable Exchange Rate | Bid Price after converting | ||
Name | Country | Currency | Amount | in USD | in USD |
(a) | (c) | (d) | (e) | (f) | (g) |
| |||||
“Arto” LLC | Kyrgyzstan | KGS | 37 525 000 | 73.6468 | 509 526.55 |
“Avtomash-Radiator” LLC | Kyrgyzstan | KGS | 21 918 400 | 73.6468 | 297 615,1 |
“Zanin F.LLI.S.R.L.”Ltd*. | Italy | KGS | 272 346 696.76 | 73.6468 | 3 698 011,27 |
““Tooashkan” LLC | Kyrgyzstan | USD | 517 750 | 1 | 517 750 |
“Industrial Technology” LLC | Kyrgyzstan | KGS | 33 987 400 | 73.6468 | 461 491.87 |
“Arctonic” LLC in consortium with “Zavod Voronezh Agromash” | Kyrgyzstan Russia | KGS | 30 020 000 |
73.6468 | 407 621.24 |
III. Name and evaluated prices of each bid that was evaluated
Bidder | Read-out Bid Price(s) | Corrections | Corrected Bid Price | |
| Currency | Amount | Computational Errors |
|
(a) | (b) | (c) | (d) | (f) = (c) + (d) |
“Tooashkan” LLC | USD | 517 750 | 0.00 | 517 750 |
“Arctonic” LLC in consortium with “Zavod Voronezh Agromash” | KGS | 30 020 000 | 0.00 | 30 020 000 |
IV. Name of bidders whose bids were rejected and the reasons for their rejection
# | Name of bidder | Reason(s) for Rejection |
Zanin F.LLI.S.R.L.”Ltd. | Does not meet requirements of the bidding document | |
“Avtomash-Radiator” LLC | Does not meet the requirements of the technical specification of tender document. | |
“Industrial Technology” LLC | Does not meet the requirements of the technical specification of tender document. | |
“Arto” LLC | Does not meet requirements of the bidding document |
V. Name of winning bidder, and the price it offered, as well as the duration and summary scope of the contract awarded
1.Name of winning bidder | “Arctonic” LLC in consortium with “Zavod Voronezh Agromash” |
2.Proposed Award | KGS 30 020 000
|
3.IFAD’s no-objection to the proposed award of contract | July 22, 2020 |
4.Contract signing date | August 17, 2020 |
5.Estimated delivery to project site/completion period. | 12 weeks from the date of contract signing.
|
6.Summary scope of the contract awarded. | KGS 30 020 000
|
Contact Info:
Executing Agency: Agricultural Projects’ Implementation Unit, LMDP-2
Address: 96a Kievskaia Str., office 511, 515, 720040 Bishkek, the Kyrgyz Republic
Attn: Mr. T.K. Tuleev
Tel: (+996) (312) 665625; 661423
Fax: (+996) (312) 661572.
E-mail: t.tuleev@apiu.kg; a.mukarapov@apiu.kg .
Website: N/A.
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Procurement of agricultural machinery
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000002143
IFAD GRANT #2000002142
Project: COMMUNITY-BASED AGRICULTURAL SUPPORT PROJECT
Bid/Contract Reference No: CASP/E&G/ICB-2020/01
Scope of Contract: Procurement of agricultural machinery
Contract Signature Date: 06/08/2020
Evaluation Currency: USD
Awarded Bidder(s):
LOT #1:
Name: CJSC “Agrotekhservice”
Address: Hiloli str. 23, Hisor town, Tajikistan.
Bid Price at Opening: Lot 1 – USD 251 600.00
Evaluated Bid Price: Lot 1 – USD 249 350.00
Contract Price: USD 249 350.00.
LOT #2:
Name: LLC “Taminot-2009”
Address: Sari Chasma village 24, Muminobod district, Tajikistan.
Bid Price at Opening: Lot 2 – USD 396 900.00;
Evaluated Bid Price: Lot 2 – USD 396 900.00;
Contract Price: USD 396 900.00.
LOTS #3:
Name: CJSC “Agrotekhservice”
Address: Hiloli str. 23, Hisor town, Tajikistan.
Bid Price at Opening: Lot 1 – USD 782 100.00;
Evaluated Bid Price: Lot 1 – USD 782 100.00;
Contract Price: USD 782 100.00.
LOTS #4, 5 and #6:
Name: LLC “Asia Universal Service”
Address: Mirzokodirova 9A str., Bokhtar town, Tajikistan
Bid Price at Opening: Lot 4 – USD 166 940.00; Lot 5 – USD 94 035.00; Lot 6 – USD 342 630.00;
Evaluated Bid Price: Lot 4 – USD 166 940.00; Lot 5 – USD 94 035.00; Lot 6 – USD 342 630.00;
Contract Price: USD 603 605.00 (Lot 4 – USD 166 940.00; Lot 5 – USD 94 035.00; Lot 6 – USD 342 630.00).
Rejected Bidder(s):
Name: LLC “Raf-Ojakh”
Address: Erevan, Armenia
Bid Price at Opening: Lot 1 – USD 391 625.00; Lot 2 – USD 582 815.00; Lot 5 – USD 176 360.00.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Hayat Group”
Address: Baku, Azerbaijan
Bid Price at Opening: Lot 1 – USD 250 800.00; Lot 3 – USD 799 200.00; Lot 4 – USD 215 220.00; Lot 5 – USD 168 880.00; Lot 6 – USD 359 880.00.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Sabo Shirkat”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 473 000.00; Lot 2 – USD 920 000.00; Lot 3 – USD 1 060 000.00; Lot 4 – 302 300.00; Lot 5 – 200 950.00 and Lot 6 – USD 686 700.00.
Reason for Rejection: The submission of fake documents and non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Ovon”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 433 000.00; Lot 2 – USD 985 000.00; Lot 3 – USD 1 023 000.00; Lot 4 – 331 600.00; Lot 5 – 192 450.00 and Lot 6 – USD 778 000.00
Reason for Rejection: The submission of fake documents and non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Shahmaran”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 464 000.00; Lot 2 – USD 983 000.00; Lot 3 – USD 1 037 000.00; Lot 4 – 356 200.00; Lot 5 – 192 400.00 and Lot 6 – USD 663 000.00
Reason for Rejection: The submission of fake documents and non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Lola - 2010”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 437 850.00; Lot 4 – 189 040.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Nuri Bakht”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 400 300.00.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Burkhiyon”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 191 760.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Abubakri Azim”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 139 400.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Tajikagromash”
Address: Rudaki district, Tajikistan.
Bid Price at Opening: Lot 1 – USD 263 060.00; Lot 2 – USD 410 400.00; Lot 3 – USD 787 500.00; Lot 4 – 184 280.00; Lot 5 – 103 870.00 and Lot 6 – USD 369 030.00
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC JV “Talco Uzauto Truck”
Address: Tursunzoda town, Tajikistan.
Bid Price at Opening: Lot 2 – USD 393 840.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Atiko Tajikistan”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 158 440.00; Lot 5 – USD 123 660.00; Lot 6 – USD 361 370.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Jadid Techno”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 171 360.00; Lot 5 – USD 97 895.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Diyor 1”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 976 500.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Procurement of agricultural machinery
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000001439
IFAD GRANT #2000001438
ASAP TRUST GRANT #2000001437
Project: LIVESTOCK AND PASTURE DEVELOPMENT PROJECT-II
Bid/Contract Reference No: LPDP-II/E&G/ICB-2020/01
Scope of Contract: Procurement of agricultural machinery
Contract Signature Date: 16/07/2020
Evaluation Currency: USD
Awarded Bidder(s):
LOT #1:
Name: CJSC “Agrotekhservice”
Address: Hiloli str. 23, Hisor district, Tajikistan.
Bid Price at Opening: Lot 1 – USD 754 170.00;
Evaluated Bid Price: Lot 1 – USD 754 170.00;
Contract Price: USD 754 170.00.
LOT #2:
Name: LLC “Tajikagromash”
Address: Rudaki district, Tajikistan
Bid Price at Opening: Lot 2 – USD 688 800.00;
Evaluated Bid Price: Lot 2 – USD 688 800.00;
Contract Price: USD 688 800.00.
LOT #3:
Name: LLC “Jadid Tekhno”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 3 – USD 252 070.00;
Evaluated Bid Price: Lot 3 – USD 252 070.00;
Contract Price: USD 252 070.00.
LOT #4:
Name: LLC “Art Media”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 5 – USD 188 380.00;
Evaluated Bid Price: Lot 5 – USD 188 380.00;
Contract Price: USD 188 380.00.
LOTS #5:
Name: LLC “Art Media”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 5 – USD 251 260;
Evaluated Bid Price: Lot 5 – USD 251 260;
Contract Price: USD 251 260.
Rejected Bidder(s):
Name: LLC “Raf Ojakh”
Address: Erevan, Armenia
Bid Price at Opening: Lot 1 – USD 822 470; Lot 4 – USD 250 000.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “AGROTEC SPA”
Address: Rome, Italy
Bid Price at Opening: Lot 1 – USD 651 284,64; Lot 2 – USD 667 152.95; Lot 3 – USD 253 923.75; Lot 4 – USD 300 277.17 and Lot 5 – USD 334 079.53.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Lola-2010”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 2 – USD 701 500; Lot 3 – USD 246 180.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Burkhiyon”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 3 – USD 238 150.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Atiko Tajikistan”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 1 069 500 and Lot 2 – USD 722 300.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Sabo Shirkat”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 1 – USD 1 120 000; Lot 2 – USD 611 000; Lot 3 – USD 277 400; Lot 4 – USD 298 600 and Lot 5 – USD 190 540.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Sharq”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 652 000; Lot 3 – USD 231 500.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
AUDIT OF ACCESS TO MARKETS PROJECT (IFAD)
CONTRACT - ATMP/Audit/LCS-01/2020
Scope of Contract: | AUDIT OF ACCESS TO MARKETS PROJECT (IFAD) | Minimum Qualifying Technical Score: | 70 |
Consultants’ names | BDO Armenia CJSC | Baker Tilly Bishkek LLC | Ernst & Young Audit LLC | MKD Partner |
|
City/Country | Erevan, Republic of Armenia | Bishkek, Kyrgyz Republic | Bishkek, Kyrgyz Republic | Saint Petersburg, Russian Federation |
|
Status: | Awarded Consultant/Firm | Evaluated Consultant/Firm | Evaluated Consultant/Firm | Evaluated Consultant/Firm | |
Technical Score | 91,89 | 89,39 | 91,04 | 67,84 |
|
Financial Score | - | - | - | - |
|
Combined Score | 91,89 | 89,39 | 91,04 | 67,84 |
|
Criteria |
|
|
|
|
|
Specific Experience | (score) | (score) | (score) | (score) |
|
Work Plan & Methodology | 30,00 | 30,00 | 30,00 | 30,00 |
|
Key Experts | 61,89 | 59,39 | 61,04 | 37,84 |
|
Training | - | - | - | - |
|
Local input | - | - | - | - |
|
|
|
|
|
|
|
Price as read out | USD 63 650.00 | USD 50 300.00 | USD 85 000.00 | The Financial Proposal was not opened |
|
Final Evaluation Price | USD 63 650.00 | USD 50 300.00 | USD 85 000.00 |
| |
Final Negotiated Price | - | USD 56 336.00 including all taxes | - | - |
|
|
|
|
|
|
|
Rank | 2 | 1 | 3 | - |
|
Other Shortlisted Consultant(s)/Firm(s) (these will be all that “Proposal submitted =no”)
# | Consultants’ names | City/Country | Proposal Submitted: |
1 | KPMG | Kyrgyz Republic | No |
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
SUPPLY AND DELIVERY OF PIPES & FITTINGS FOR VARIOUS WATER PROJECTS IN THE PROJECT AREA COUNTIES
MINISTRY OF WATER, SANITATION AND IRRIGATION
UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP)
P.O. Box 996-60100 EMBU Tel: 068-2231376 E-mail: utanrmp@gmail.com
NOTIFICATION OF AWARD
FOR
SUPPLY AND DELIVERY OF PIPES & FITTINGS FOR VARIOUS WATER PROJECTS IN THE PROJECT AREA COUNTIES TENDER NO: MWSI/UTaNRMP/ICB/001/2019-20
The Government of Kenya has received financial assistance from the International Fund for Agricultural Development (IFAD) and the Spanish Trust Fund towards financing an eight year (2012-2020) Upper Tana Natural Resources Management Project. The goal of the project is to contribute to rural poverty reduction in the Upper Tana River Catchment through increased sustainable food production and incomes and sustainable management of natural resources for provision of environmental services. The Project Lead Agency is the Ministry of Water, Sanitation and Irrigation. The project area covers six Counties namely: Murang’a, Meru, Tharaka-Nithi, Nyeri, Kirinyaga and Embu.
The Upper Tana Natural Resources Management Project (UTaNRMP) invited sealed tenders from eligible tenderers for Supply and Delivery of pipes and fittings and has completed the evaluation process and the summary is as follows:
1.1 Name of Borrower | GOVERNMENT OF KENYA |
1.2 Loan/Credit number | IFAD LOAN 1-867-KE AND SPANISH TRUST FUND LOAN E-8-KE |
2.3 Specific procurement notice (a) name of national newspaper (b) issue date (c) name of international publication (d) issue date |
The Standard & The Daily Nation 14th February 2020 United Nations DG Business 13th February 2020 |
Table 2: Bidders names and bid prices as read out during opening
| BIDDING FIRM
| COUNTRY | NO. OF COPIES | LOTS | TENDER AMOUNT IN FORM OF TENDER (Kshs) | BID BOND AMOUNT(Kshs) & SOURCE |
1 | LYLA CONTRACTORS & SUPPLIES COMPANY LIMITED KENYA | KENYA | 3 | Partially filled |
| 40,000 Amaco Insurance |
2 | MAULA CONSULTANTS LTD P.O BOX 51169-00100, NAIROBI info@maula.co.ke
| KENYA | 3 | 2&3 | 68,491,545.52 | 94,000 25,000 14,000 275,000 Family Bank |
3 | DALTON ENTERPRISES LTD P.O BOX 103771-00100 NAIROBI | KENYA | 3 | 2a | 7,647,200 |
193,000 Amaco Insurance |
|
|
|
| 2d | 2,840,900 | |
|
|
|
| 2e | 7,382,500 | |
|
|
|
| 3c | 2,463,350 | |
4 | DOSHI & CO HARDWARE LTD P.O BOX 90761-00100 NAIROBI
| KENYA | 3 | 1a, 2b, 3b, 1c, 2c, 3c, 1d, 2d, 3d, 1e, 2e, 3e | 148,033,788 | 2,091,700 NCBA Bank |
5 | TRUXCO GENERAL SUPPLIES & CONTRACTORS LIMITED P.O BOX 1113-60200, MERU | KENYA | 3 | 1a | 31,605,540 | 656,100 Amaco Insurance |
6 | AMUA WATER SYSTEMS P.O BOX | KENYA | 3 | 1a | 45,743,180 |
180,227,915 Credit Bank |
|
|
|
| 1b | 44,048,370 | |
|
|
|
| 1c | 7,757,145 | |
|
|
|
| 1d | 10,652,105 | |
|
|
|
| 1e | 32,447,805 | |
|
|
|
| 2a | 4,734,110 | |
|
|
|
| 2b | 1,412,130 | |
|
|
|
| 2c | 875,280 | |
|
|
|
| 2d | 1,683,020 | |
|
|
|
| 2e | 4,254,640 | |
|
|
|
| 3a | 8,939,560 | |
|
|
|
| 3b | 2,640,600 | |
|
|
|
| 3c | 2,037,320 | |
|
|
|
| 3d | 3,853,970 | |
|
|
|
| 3e | 7,036,980 | |
7 | ROPE ENGINEERING LIMITED P.O BOX 3263-00506, NAIROBI | KENYA | 3 | 2a | 4,312,184 |
411,600 Family Bank |
|
|
|
| 3a | 18,510,214 | |
|
|
|
| 2b | 2,479,210 | |
|
|
|
| 3b | 6,278,276 | |
|
|
|
| 2c | 1,375,298 | |
|
|
|
| 3c | 3,130,202 | |
|
|
|
| 2d | 1,740,130 | |
|
|
|
| 3d | 9,589,174 | |
|
|
|
| 2e | 4,000,782 | |
|
|
|
| 3e | 16,673,202 | |
8 | KINETICS ENGINEERING LIMITED P.O BOX 18059-00500 NAIROBI | KENYA | 3 | 1a | 27,623,817 |
2,091,100 I&M Bank |
|
|
|
| 1b | 21,299,841 | |
|
|
|
| 1c | 13,254,370 | |
|
|
|
| 1d | 7,110,650 | |
|
|
|
| 1e | 35,365,510 | |
|
|
|
| 2a | 2,915,460 | |
|
|
|
| 2b | 1,369,900 | |
|
|
|
| 2c | 2,011,600 | |
|
|
|
| 2d | 1,184,240 | |
|
|
|
| 2e | 3,063,820 | |
|
|
|
| 3a | 17,219,900 | |
|
|
|
| 3b | 1,826,880 | |
|
|
|
| 3c | 2,395,400 | |
|
|
|
| 3d | 7,446,920 | |
|
|
|
| 3e | 8,701,900 | |
9 | ESLON PLASTICS OF KENYA LTD P.O BOX 41761, NAIROBI | KENYA | 3 | 1a | 28,165,080 |
1,680,100 Kenindia Assurance Co Ltd |
|
|
|
| 1b | 25,616,420 | |
|
|
|
| 1c | 6,594,360 | |
|
|
|
| 1d
| 6,742,615 | |
|
|
|
| 1e | 20,036,400 | |
10 | RAY ENGINEERING & CONSTRUCTION INTERNATIONAL LIMITED | KENYA | 3 | 1d | 10,213,200 |
1,721,700 Mornach Insurance |
|
|
|
| 2d | 1,814,450 | |
|
|
|
| 3d | 13,184,895 | |
|
|
|
| 1e | 30,096,685 | |
|
|
|
| 2e | 5,607,870 | |
|
|
|
| 3e | 23,971,300 | |
11 | KABIRA VENTURES COMPANY LIMITED P.O BOX 75775-00200 N AIROBI | KENYA | 3 | 1a | 30,195,940 | 2,081,600 Sidian Bank |
|
|
|
| 2b | 26,640,330 | |
|
|
|
| 3c | 11,580,830 | |
|
|
|
| 1d | 7,663,400 | |
|
|
|
| 1e | 23,710,900 | |
|
|
|
| 2a | 3,471,550 | |
|
|
|
| 2b | 2,579,120 | |
|
|
|
| 2c | 1,048,370 | |
|
|
|
| 2d | 1,164,690 | |
|
|
|
| 2e | 3,504,880 | |
|
|
|
| 3a | 21,028,780 | |
|
|
|
| 3b | 6,930,200 | |
|
|
|
| 3c | 6,935,500 | |
|
|
|
| 3d | 9,518,900 | |
|
|
|
| 3e | 17,648,000 | |
12 | PEP CONTRACTORS LIMITED P.O BOX 3662-00100 NAIROBI | KENYA | 3 | 1b | 36,612,013.97 |
1,024,000 Credit Bank |
|
|
|
| 1c | 16,221,469.20 | |
|
|
|
| 1d | 11,137,787.10 | |
|
|
|
| 1e | 31,576,397.20 | |
|
|
|
| 2b | 1,346,560.20 | |
|
|
|
| 2c | 1,282,857.90 | |
|
|
|
| 2d | 2,260,218.10 | |
|
|
|
| 2e | 6,583,636.90 | |
|
|
|
| 3b | 9,394,535.40 | |
|
|
|
| 3c | 5,151,256.10 | |
|
|
|
| 3d | 15,776,227.70 | |
|
|
|
| 3e | 27,682,276 |
Table3: Name of bidders whose bids were rejected and the reasons for their rejection
# | Description | Reasons for rejections |
1 | Maula Consultants Ltd | Price bids for each lot were higher than the lowest recommended awards |
2 | Dalton Enterprises Ltd | Price bids for each lot were higher than the lowest recommended awards |
3 | Rope Engineering Limited | Price bids for each lot were higher than the lowest recommended awards |
4 | Ray Engineering & Construction International Limited | Price bids for each lot were higher than the lowest recommended awards |
5 | Lyla Contractors & Supplies Company Limited
|
|
6 | Truxco General Supplies & Contractors Limited |
|
7 | Amua Water Systems
| There was no documentary evidence was attached to show the quality of pipes and fittings to be supplied. The manufacture’s authorization also did not indicate the quality of pipes and fittings they produce. |
8 | Kabira Ventures Company Limited
| There was no written power of Attorney provided |
Table 4: Name and evaluated prices of each Bid that was evaluated
| MAULA CONSULTANTS LTD
| DALTON ENTERPTISES | DOSHI AND COMPANY | ROPE ENGINEERING LIMITED
| KINETICS ENGINEERING LIMITED
| ESLON PLASTICS | RAY ENGINEERING & CONSTRUCTION INTERNATIONAL LIMITED | PEP CONTRACTORS LIMITED | ||||||||
Lot# | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount |
Lot 1a | - |
| - |
| 28,181,682.00 | 28,181,674.70 | - |
|
|
| 28,165,080.00 | 29,033,580.00 | 37,752,580.00 | 37,756,020.00 | - | - |
Lot 1b | - |
| - |
| 19,497,556.00 | 19,497,524.77 | - |
|
|
| 25,616,420.00 | 21,616,420.00 | 48,492,430.00 | 48,492,430.00 | 36,611,013.97 | 36,611,974.87 |
Lot 1c | - |
| - |
| 5,090,321.00 | 5,090,312.67 | - |
|
|
| 6,594,360.00 | 4,594,360.00 | - | - | 16,221,469.20 | 6,646,249.20 |
Lot 1d | - |
| - |
| 7,013,213.00 | 7,013,213.31 | - |
|
|
| 6,742,615.00 | 6,742,615.00 | - | - | 11,137,787.10 | 11,137,787.10 |
Lot 1e | - |
| - |
| 20,057,600.00 | 20,057,600.40 | - |
|
|
| 20,036,400.00 | 19,556,400.00 | 30,096,685.00 | 30,096,685.00 | 31,576,397.20 | 31,576,397.20 |
Lot 2a | 5,430,406.03 | 5,430,841.00 | 7,647,200.00 | 7,647,200.00 | 3,992,122.00 | 3,992,118.99 | 4,312,184.00 | 4,312,184.00 | 2,915,460.00 | 2,915,460.00 | - |
| 4,258,830.00 | 4,258,830.00 | - | - |
Lot 2b | 1,717,667.07 | 1,718,594.07 | - | - | 3,236,642.00 | 3,236,636.98 | 2,479,210.00 | 2,479,210.00 | 1,369,900.00 | 1,369,900.00 | - |
| 2,096,050.00 | 2,096,050.00 | 1,346,560.20 | 1,346,560.20 |
Lot 2c | 1,890,831.72 | 1,890,831.72 | - | - | 965,658.00 | 965,657.68 | 1,375,298.00 | 1,375,238.00 | 2,011,600.00 | 2,011,600.00 | - |
| - | - | 1,282,857.90 | 1,282,857.90 |
Lot 2d | 2,244,210.52 | 2,244,210.52 | 2,840,900.00 | 2,841,500.00 | 1,217,204.00 | 1,217,204.55 | 1,740,130.00 | 1,739,130.00 | 1,184,240.00 | 1,184,240.00 | - |
| - | - | 2,260,218.10 | 2,260,218.10 |
Lot 2e | 5,362,267.00 | 5,362,676.72 | 7,382,500.00 | 7,483,300.00 | 2,817,865.00 | 2,817,856.22 | 4,000,782.00 | 4,000,782.00 | 3,063,820.00 | 3,063,820.00 | - |
| 5,607,870.00 | 5,607,870.00 | 6,583,636.90 | 6,583,636.90 |
Lot 3a | 17,786,920.34 | 17,786,670.34 | - | - | 19,056,204.00 | 19,056,204.40 | 18,510,214.00 | 18,512,834.00 | 17,219,900.00 | 17,353,000.00 | - |
| 26,913,510.00 | 26,913,510.00 | - | - |
Lot 3b | 5,971,066.00 | 5,971,065.52 | - | - | 6,370,219.00 | 6,370,219.06 | 6,278,276.00 | 6,273,744.00 | 1,826,880.00 | 1,826,880.00 | - |
| 8,588,500.00 | 8,588,500.00 | 9,394,535.40 | 9,394,535.40 |
Lot 3c | 3,298,265.52 | 3,298,265.52 | 2,463,350.00 | 3,583,350.00 | 3,265,811.00 | 3,265,811.92 | 3,130,202.00 | 3,130,202.00 | 2,395,400.00 | 2,395,400.00 | - |
| - | - | 5,151,256.10 | 5,151,266.10 |
Lot 3d | 8,911,809.31 | 8,911,809.31 | - | - | 10,365,007.00 | 10,365,007.16 | 9,589,174.00 | 9,588,861.00 | 7,446,920.00 | 7,337,030.00 | - |
| - | - | 15,776,227.70 | 15,776,227.70 |
Lot 3e | 15,878,302.76 | 15,878,302.76 | - | - | 16,906,693.00 | 16,906,693.11 | 16,673,202.00 | 16,673,202.00 | 8,701,900.00 | 8,701,900.00 | - |
| 23,971,300.00 | 23,971,300.00 | 27,682,276.60 | 27,682,276.60 |
Table 5: Name of the successful Bidders, lots awarded and the Price they offered.
Lot No | Description | Recommended Award Amount (Kshs) | Recommended Bidder |
1a | uPCV Pipes and fittings for Meru County | 28,181,674.70 | Doshi& Co. Hardware Ltd |
1b | uPCV Pipes and fittings for Embu County | 19,497,524.77 | Doshi& Co. Hardware Ltd |
1c | uPCV Pipes and fittings for Tharaka Nithi County | 4,594,360.00 | Eslon Plastics of Kenya |
1d | uPCV Pipes and fittings for Nyeri County | 6,742,615.00 | Eslon Plastics of Kenya |
1e | uPCV Pipes and fittings for Kirinyaga County | 19,556,400.00 | Eslon Plastics of Kenya |
2a | GI Pipes and fittings for Meru County | 2,915,460.00 | Kinetics Engineering |
2b | GI Pipes and fittings for Embu County | 1,346,560.20 | Pep Contractors Limited |
2c | GI Pipes and fittings for Tharaka Nithi County | 965,657.68 | Doshi& Co. Hardware Ltd |
2d | GI Pipes and fittings for Nyeri County | 1,184,240.00 | Kinetics Engineering |
2e | GI Pipes and fittings for Kirinyaga County | 2,817,856.22 | Doshi& Co. Hardware Ltd |
3a | Air Valves and sectional Valves for Meru County | 17,353,000.00 | Kinetics Engineering |
3b | Air Valves and sectional Valves for Embu County | 1,826,880.00 | Kinetics Engineering |
3c | Air Valves and sectional Valves for Tharaka Nithi County | 2,395,400.00 | Kinetics Engineering |
3d | Air Valves and sectional Valves for Nyeri County | 7,337,030.00 | Kinetics Engineering |
3e | Air Valves and sectional Valves for Kirinyaga County | 8,701,900.00 | Kinetics Engineering |
* IFAD procurement notices and contract awards are also published on United Nations Development Business (UNDB) online platform: http://devbusiness.un.org. UNDB subscribers can also view this notice here,
Experts



Nathalie Gebrayel
Senior Procurement Officer, Near East, North Africa and Europe
