Provision of Agricultural Inputs in River Nile, El Gezira and Gedaref States
Catholic Relief Services

We work with organizations around the world to help poor and vulnerable people overcome emergencies, earn a living through agriculture and access affordable health care.

 

 


 Bid No: SD-CRS-505276-GO-RFB
 City: Khartoum
 Deadline: 20 August 2025
 Description:

 

Request for Expression of Interest - EOI

Subject:

Provision of Agricultural Inputs in River Nile, El Gezira and Gedaref States

Date of this EOI:

6th August, 2025

Closing Date for Receipt of EOI’s

20th August 2025 at 4:00 P.M

Submission Address for hard copies

House No.366, Block 4, Hay Almatar, East Al-Waledain Mosque, Alsilk Street, Port Sudan

Submission by Email

tenders.sudan@crs.org

Reference No.: 

SD-CRS-505276-GO-RFB

 

  1. Purpose: CRS seeks Expressions of Interest for the pre-qualification of potential vendors before invitation of actual bids. CRS is seeking to gather more information about registered and legally compliant input suppliers with a track record of minimum 2 years of operation within project geographies and a demonstrated ability to distribute inputs to farmers and Farmer Producer Organizations.

 

  1. Objectives and Scope: Over the three-year period from July 2025 – June 2028, the CRS Thabat – Enhancing Community Resilience – World Bank funded Project will work with more than 300 Farmer Producer Organizations and 23,000 farmers to increase production of key crops including: wheat, sorghum, faba beans (and other legumes) and vegetables to increase availability of and access to food among conflict-affected communities in the three states listed above. To support crop production, Thabat will procure key agricultural inputs (primarily seed and fertilizer) in line with FPO-developed annual production plans.

 

  1. Expected Procurement Details:

To support the implementation of the project, CRS intends to procure the following inputs and agricultural services over successive cropping seasons to ensure that registered Farmer Producer Organizations are able to access timely and quality inputs for their farmers:

 

Guidance for completing the tables below: For both seeds and fertilizers, bidders must provide the following details:

  • For seeds: a list of the varieties (appropriate for the target states) they can supply and whether or not they are certified.
  • Confirmation that they can deliver the minimum volume requirements (outlined below for each crop and fertilizer product).
    • These have been set to ensure coverage for a minimum of 1 Farmer Producer Organization
  • The maximum capacity they can supply per season for each input.
  • Information on package sizes for all products.

 

 

  1. Seeds (Lot#1)

 

The bidder is required to complete the following information:

Serial#

Seed

Offered Variety / Varieties (insert as many as appropriate)

Certified (Yes or No)

Minimum Volume (MT)

Maximum Capacity (MT)

Package Size

1

Wheat

 

 

 

 

 

18 MT

 

 

2

Sorghum

 

 

 

 

1 MT

 

 

3

Faba Beans (and other legumes)

 

 

 

 

 

5 MT

 

 

 

Vegetable Seeds *

 

4

Onions

 

 

 

 

200 Kgs

 

 

 

5

Okra

 

 

 

 

500 Kgs

 

 

 

6

Tomatoes

 

 

 

 

200 Kgs

 

 

7

Eggplant

 

 

200 Kgs

 

 

 

* Tomatoes, Onions, Eggplant and Okra

 

Seed suppliers must comply with the following specifications/requirements:

 

  • Delivery location: CRS Preference is delivery direct to FPO
  • Incoterms 2025: Delivered at Place
  • Provision of a seed variety certification attached to all consignments
  • Evidence of seed germination rates of >=85% and Purity Rates >=95% or according to rates indicated in the seed by-laws. Certificates must be issued by authorized laboratories in Sudan.
  • Seed must be produced no earlier than the year before the consignment ships. (E.g. seeds produced in 2024 for the 2025 planting season.)
  • Product packaging must include either the seed variety or fertilizer type and volume specifications of the package
  1. Fertilizers (Lot#2)

 

Serial#

Items

Formulation (s)

In Stock (In country) or being imported

Minimum Volume

Maximum Capacity (MT)

Package Size

1

NPK

 

 

 

 

15 MT

 

50 Kg

2

UREA

 

 

 

 

15 MT

 

50 Kg

3

DAP

 

 

 

 

15MT

 

50 Kg

 

3a. Responsive (Pass / Fail)

A bid shall pass the Qualification evaluation stage before being considered for technical evaluation feasibility. Bids that are deemed nonresponsive may be rejected.

#

Essential Documents

Instructions

1

Incorporated in Sudan and registered with the commercial registrar as an Agriculture services providers or/and input importer, producer, processor, or marketer (excluding general merchandise sellers operating solely through tenders)

Submit a copy of valid Registration Certificate

Mandatory

2

Tax identification number and VAT registration certificate or VAT clearance certificate?

Submit a copy of valid VAT ID number

Mandatory

3

Have at least two years of experience operating in Sudan as an Agriculture services providers company or input importer

Provide evidence of previous or current copy of contracts / Purchase Orders in similar trade  

Mandatory

4

Minimum two (2) References for past / current clients with contacts details including:

  1. Organization Name
  2. Contact Person Name
  3. Contact Number
  4. Email Address

Submit Minimum two (2) references

Mandatory

5

Demonstrated expertise in sourcing/producing, handling and distributing high-quality seeds and fertilizer to Farmer Producer Organizations and smallholder farmers

Submit company Profile

Mandatory

6

Submission of EoI

Submission of documents on or before closing date.

Mandatory

 

3b. Technical Evaluation (Rated Criteria)

 

To be technically acceptable, the Bid is deemed to meet the evaluation criteria below. If a Bid does not technically comply with the technical criteria, it will be rejected from pre-qualification process. Failing to obtain a Minimum 50% of the total points will result in disqualification of the service provider from further tendering evaluation process.

  

Sr No

Criteria

Points Scale

(1-10)

Weighting

1

Technical Response

 

 

1.1

Bidder technical response to the RFQ particularly the Compliance with all the technical requirements / specifications.

 

10 = MEETS REQUIREMENT

1= DOESN’T MEET REQUIREMENT

1-10

15%

1.2

Number of products (both seed and fertilizer) for which a bidder can supply at least the minimum volume

10 = more than 5 products

7 = 5 products

5 = 4 products

4 = 2 products

1 = 1 product

1-10

15%

1.3

Bidder maintains distribution system in targeted states and demonstrates capacity and willingness to deliver to FPOs in various localities (Please Describe)

10 = Has distribution system and can deliver to FPOs

5 = Has no distribution system but willing to deliver directly to FPOs

1 = No distribution system and unwilling/unable to deliver to FPOs

1-10

15%

1.4

Bidder’s demonstrated understanding of varieties preferred by farmers in specific states/localities and the ability to supply those varieties (Please Describe)

10 = Bidder lists specific varieties for target states and localities and volumes it can supply

5 = Bidder lists one or multiple varieties but doesn’t show knowledge of target geographies

1 = Bidder lists only one variety and doesn’t show knowledge of geography

1-10

10%

2

Experience

 

 

2.1

The Bidder shall demonstrate / provide evidence that has successfully completed at least 5 contracts / Purchase Orders within the last 2 years

 

Four & Above = 10

Three contracts = 7

Two contracts = 5

One contract = 4

No contract = 1

1-10

15%

3

Delivery Lead Time

 

 

3.1

Less Than 15 Calendar Days = 10

15 – Less than 20 Calendar Days = 7

20 – Less than 25 Calendar Days = 5

25 – Less than 30 Calendar Days = 4

30 & Above Calendar Days = 1

1-10

15%

4

Past References

 

 

4.1

Appendix 1 (References) from other INGO, UN Agencies, Government sector, Multinational companies etc.

 

Seven & Above = 10

Five – Six = 7

Three – Four = 5

One – Two = 4

No Reference = 1

1-10

15%

 

Total Weighting

 

100%

 

 

3b. CRS Delivery Schedule (if applicable):

 

CRS anticipates that volume requirements across crops (seeds) and fertilizers will change from season to season and year to year as follows:

 

  • Winter Planting Season: suppliers will be expected to deliver all products to FPOs or agreed central distribution points in targeted localities by October 15.
  • Summer Planting Season: suppliers will be expected to deliver all products to FPOs or agreed central distribution points in targeted localities by April 30.

 

Serial#

Item

Offered Quantity (MT)

Offered Delivery Lead time (No. of Calendar Days Days)

1

Wheat

 

 

2

Sorghum

 

 

3

Faba Beans (and other legumes)

 

 

4

Onions

 

 

5

Okra

 

 

6

Tomatoes

 

 

7

Eggplant

 

 

8

NPK

 

 

9

UREA

 

 

10

DAP

 

 

 

3c. Timeline for Contract:

 

CRS expects to enter into a contract for the upcoming winter season by August 31, 2025

 

3d. CRS Payment Terms Offered:   

 

Payment will be made to selected bidder(s) within NET 60 days after receipt of the hundred (100%) ordered goods at CRS delivery location, inspection, Germination report, GRN & original invoice. Payments will be made by Wire Transfer issued in the name of the bidding company. The supplier shall be responsible for payment of any taxes, custom duties, dues, transportation cost, levies or other charges that may arise from the supply of the goods to CRS.

 

  1. Special Procurement Conditions and Additional Information:

CRS invites suppliers capable of providing the inputs outlined above (section 3) to submit an Expression of Interest (EOI).

In order to be considered as a potential supplier, interested enterprises should submit their Expression of Interest including the following information:

Please note that responses received without the information below may not be considered.

  • Contact information (full name and address, country, telephone and fax numbers, e-mail address, website and contact person)
  • Brief presentation of your company including number of staff, turnover, years in business
  • Reference list demonstrating your qualifications for participating in this possible upcoming bidding process
  • Completed tables (above).
  • Provide last 1 year bank statement.

 

Full company name:

 

Manufacturer:

Processor:  

Distributor/Wholesaler: 

Address:

 

Country:

 

Contact Person:

 

E-mail address:

 

Tel:

 

Fax:

 

Alternative Contact person:

 

E-mail address:

 

Description of Company:

  1. Years in business
  2. Number of staff
  3. Annual turnover
  4. Physical Assets in States/Localities

 

What makes your company qualified for this procurement?

 

States and Localities that your organization can deliver to

Are you able to deliver to FPOs in these localities? (Yes or No)

  • River Nile:
  • El Gezira:
  • Gedaref:

Commitment to engaging Ministry of Agriculture or accredited laboratories to confirm seed quality/certification in line with existing testing processes

 

         

 

Expressions of Interest can be sent by e-mail or delivered in person, to the address and contact person below. Please indicate Reference No: SD-CRS-505276-GO-RFB on all submissions.

This call for Expression of Interest does not constitute a solicitation. We do not require proposals and prices at this stage; we merely seek your expression of interest in participating in the tender.

Due to the high volume of communications, we will not issue confirmation as to receipt of EOI’s

A response to this Request for Expression of Interest does not automatically ensure that you will be selected to participate in future tenders for inputs.

CRS reserves the right to change or cancel the requirement at any time during the EOI and/or solicitation process. CRS also reserves the right to require compliance with additional conditions as and when issuing the final solicitation documents. Submitting a reply to a call for EOI does not automatically guarantee receipt of the solicitation documents when issued.

  1. CRS Contact Information:

 

Address:

House No.366, Block 4, Hay Almatar, East Al-Waledain Mosque, Alsilk Street, Port Sudan

Attention to:

CRS Bid Committee

Telephone #

+249912187631 / +249900132728

Email address for queries & information:

SudanProcurementTeam@crs.org

(Do not submit your proposal to this email address)

Email address for Submission only

tenders.sudan@crs.org

 

  1. Other Requirements:

 

  • The supplier must adhere to the World Bank's Environmental and Social Framework (ESF), particularly with the Environmental and Social Standards (ESS), including but not limited to ESS2 (Labor and Working Conditions), and (Community Health and Safety).
  • The Supplier is responsible to identify and mitigate potential risks to the health and safety of surrounding communities arising from business operations.
  • Grievance Redress Mechanism: The Supplier shall inform all project-affected parties, workers, and stakeholders of the availability of a Grievance Redress Mechanism (GRM). The Supplier shall ensure that all grievances are handled in a timely, transparent, and confidential manner, and shall cooperate with the Client’s GRM where applicable.
  • Prohibited Practices and Sanctions:
  • The Supplier shall not engage in, and shall prevent its personnel, agents, subcontractors, or any other affiliates from engaging in, any Prohibited Practices, including fraud, corruption, coercion, collusion, or obstruction, as defined under the World Bank’s Anti-Corruption Guidelines. Breach of this clause shall be grounds for immediate termination of the contract and may lead to legal or regulatory reporting.

 

 

 

 

 

 

 

 

 

 

 

 

 

APPENDIX 1: Past References form

 

 

 

Authorized Signature ­­­­­­­­­­­­­­­­:________________________________________________________

 

Date: ___________________________________

 

 

APPENDIX 2

Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Performance Declaration for Subcontractors*

 

[The following table shall be filled in by each subcontractor proposed by the Supplier, that was not named in the Contract]

Subcontractor’s Name: [insert full name]

Date: [insert day, month, year]
 Contract reference [insert contract reference]
 Page [insert page number] of [insert total number] pages

SEA and/or SH Declaration

We:

¨  (a) have not been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations.

¨  (b) are subject to disqualification by the Bank for non-compliance with SEA/ SH obligations.

¨  (c) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations, and were removed from the disqualification list. An arbitral award on the disqualification case has been made in our favor.

[If (c) above is applicable, attach evidence of an arbitral award reversing the findings on the issues underlying the disqualification.]

 

Period of disqualification: From: _______________ To: ________________

Name of the Subcontractor                                                         

Name of the person duly authorized to sign on behalf of the Subcontractor                                                                                                                       _______

Title of the person signing on behalf of the Subcontractor                                                                                   ______________________

Signature of the person named above                                                                                   ______________________

Date signed ________________________________ day of ___________________, _____

Countersignature of authorized representative of the Supplier:

Signature: ________________________________________________________

Date signed ________________________________ day of ___________________, _____

 

 

APPENDIX 3

 

SUPPLIER/SERVICE PROVIDER CODE OF CONDUCT

 

SUPPLIER / SERVICE PROVIDER CODE OF CONDUCT

Catholic Relief Services (CRS) has committed to the principles of responsible sourcing and we expect our suppliers and service providers to fully follow the applicable contractual obligations to include CRS terms & conditions, local and relevant/otherwise applicable laws and to adhere to internationally recognized environmental, social, and corporate governance standards. We also expect our suppliers to implement these standards with their suppliers and subcontractors, as inspired by the United Nations Global Compact initiative, the United Nations Guiding Principles and Human Rights, the International Labour Organization's Declaration on Fundamental Principles and Rights at Work, ETI Base Code, and applicable CRS’ Policies, Procedures and Standards.  

  1. SOCIAL
    • Prohibit all forms of harassment, sexual harassment, exploitation and abuse, including sexual exploitation and abuse, and trafficking in persons.1 All sexual activity with a child, defined as person under the age of 18 years, is considered sexual abuse regardless of local age of consent.
    • Have mechanisms in place to actively prevent, address, and respond to harassment, sexual harassment, exploitation and abuse, including sexual exploitation and abuse, and trafficking in persons.
    • Support the protection of internationally proclaimed human rights and prohibit forced, bonded, and involuntary labor and child labor.
    • Do not recruit or employ children under the age of 15 years. Do not recruit or employ children under 18 years for work that is mentally or physically dangerous or interferes with schooling.
    • Treat employees with dignity and respect and supply a workplace that is safe and hygienic, complies with national laws, and is free from discrimination on the basis of race, gender, age, religion, sexuality, culture or disability.
    • Provide accessible and confidential reporting mechanisms for employees and other stakeholders to report concerns or suspicions of any forms of harassment, abuse and exploitation described above and potentially unlawful practices by management or employees.
    • Commit to protecting reporters or whistleblowers from retaliation.
    • Uphold the freedom of association and the right to collective bargaining as set out within applicable laws.
    • Ensure wages and working hours meet national legal standards.

 

  1. GOVERNANCE
    • Abide by all applicable national and international trade laws and regulations including but not limited to antitrust, trade controls, and sanction regimes.
    • Consider business integrity as the basis of business relationships.
    • Prohibit all types of bribery, corruption, money laundering and terrorism financing
    • Forbid gifts to private or public officials that aim to influence business decisions or otherwise encourage them to act contrary to their obligations.
    • Respect the privacy and confidential information of all your employees and business partners as well as protect data and intellectual property from misuse.
    • Have data protection and managements standards in place that address data collection, safeguarding, sanitation and disposal. The data owner is aware of the data provision terms and conditions and supplies consent as per CRS Responsible Data Values and Principles
    • Implement a proper Compliance Management policy and procedure, which facilitate compliance with applicable laws, regulations, and standards.

 

1 Refer to pages 6 and 7 of CRS’ Policy on Safeguarding for further details on prohibited exploitative conduct, including procurement of commercial sex, employment practices, and relationships with beneficiaries that are exploitative or abusive.

  1. ENVIRONMENT
    • Follow all applicable environmental, health and safety regulations.
    • Promote the safe and environmentally sound development, manufacturing, transport, use and disposal of your products.
    • Ensure by using proper management policies and procedures that product quality and safety meet the applicable requirements.
    • Protect your employees’ and neighbors’ life and health, as well as the public at large against

hazards inherent in your processes and products.

    • Use resources efficiently, apply energy-efficient and environmentally friendly technologies and reduce waste, as well as emissions to air, water, and soil.

 

Because CRS is a recipient of numerous grants or contracts provided by governmental, public, and private donors, all suppliers and service providers are hereby notified that other donor-specific compliance measures may be included in the legal instrument through which goods or services are procured.

 

CRS reserves the right to conduct due diligence audits or assessments to ensure your compliance and will take reasonable steps to investigate or otherwise take appropriate action to address concerns. CRS reserves the right to terminate any relationship for non-adherence to the above-mentioned requirements.

 

Should you have any concerns or suspicions of any forms of harassment, abuse and exploitation described above and in CRS’ Safeguarding Policy, illegal or improper conduct, CRS requires you to report through any of the following channels:

 

    • CRS Management
    • CRS Whistleblower site: http://bit.ly/crshotline
    • Email: alert@crs.org
    • Phone/Skype: 1-866-295-2632
    • Mail: (mark “Confidential") Attention: General Counsel Catholic Relief Services

228 W. Lexington Street Baltimore, MD 21201

 

Ensuring the principles of sustainable development in our supply chain is important to CRS. We hope that as our partner you show your commitment via compliance with your own code of conduct or company policies that embrace these standards.

 

In accepting business from CRS in the form of a purchase order, contract, or agreement, you are implicitly accepting your organization’s roles and responsibilities outlined in this document.

 

 




To Register Click On the-above







Copyright (c) Sudanbid.com, 2019-2025. All rights reserved