Background Image

NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)-

REQUEST FOR EXPRESSION OF INTEREST (EOI) AND PRE-QUALIFICATION FOR IMPLEMENTATION OF THE NACA/GF GRANT PROJECTS

NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)
REQUEST FOR EXPRESSION OF INTEREST (EOI) AND PRE-QUALIFICATION FOR IMPLEMENTATION OF THE NACA/GF GRANT PROJECTS

1. INTRODUCTION
The National Agency for the Control of Aids (NACA) is statutorily responsible for the coordination of the National HIV response. The Agency has received funding from the Global Fund for the year 2024-2026 for HIV related interventions. The Agency now intends to update its vendor database for efficient and effective procurement processes in line with the NACA procurement policy. To achieve the set objectives, the agency wishes to apply these funds in the implementation of its projects through procurement of various Goods and services. Accordingly, and in compliance with international best practices, the Agency hereby invites interested and qualified contractor/service providers to express interest in the procurement of the following Goods and services;

LOT NOSERVICE REQUIREDDESCRIPTION OF SERVICE
LOT 1Supply of IT, Office equipment, software and applicationTo supply computers, printers, scanners, photocopiers, software applications and other IT equipment
LOT2Supply and installation of office furniture and fittingsTo supply office chairs, tables and other office furniture and fittings
LOT 3Supply of office stationery itemsTo supply stationeries and office consumables requirements for grant activities
LOT 4Supply of printer inks, tonersTo supply printer inks, toners and cartridges
LOT 5Production of printed security and non-security materialsForms, books, guidelines, brochure, leaflets, booklets, engraving, asset tagging etc
LOT 6Servicing of Motor vehiclesTo carry out routine inspection, maintenance, and repair of project vehicles
LOT 7Provision of catering servicesProvision of tea break (varieties), lunch (varieties) & eating utensils for grant activities at designated venues across the country
LOT 8Air condition repair and maintenanceTo carry out minor and major repairs and maintenance of air conditioning system
LOT 9Repair of GeneratorsTo carry out minor and major repairs and routine maintenance of generators
LOT 10Servicing of Agency’s IT equipmentTo carry out minor and major repairs on printers, scanners, copiers, or any other IT-related equipment (inclusive of computers, printers, scanners and photocopiers etc) as requested
LOT 11Provision of internet servicesAirtime, data plan
LOT 12Supply of Medical and laboratorySupply of Medical Laboratory equipment, provision of OEMs (original equipment manufacturer representatives)
LOT 13Supply of Pharmaceutical itemsMedicines and other pharmaceutical products
LOT 14Provision of insurance servicesVehicle insurance and all risk property insurance
LOT 15Travel agent servicesBooking of flight (local and international)
LOT 16Servicing and repairs of IT equipmentRepairs of laptops, computers, photocopiers et al
LOT 17Repairs of office furnitureRepairs of office furniture
LOT18Engagement of media organizationAiring of jungles on RFadio and Television

2. SCOPE OF WORK
The comprehensive scope of services, as it relates to the services listed above as well as specification and quantifications concerning items of supplies, shall be provided in the Request for Proposal (RFP) and tender document respectively to the firms that will be successfully shortlisted in the agency’s database. The outcome of this exercise will lead to the creation of a new vendor database for the agency.

3. GENERAL ELIGIBILITY REQUIREMENTS
The general public may wish to be guided that all procurement activities of the Agency shall be fully governed by the approved Global Fund Procurement Guidelines in the Public Procurement whereby the following mandatory requirement/eligibility criteria are expected to be met by all prospective bidders:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7.
b. Evidence of Company’s Income Tax Clearance for the last three (3) years valid till 31st December, 2023;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2023;
f. Copy of audited company accounts for the immediate past three years (2020, 2021 & 2022) duly stamped and signed by certified auditor;
g. Bank reference letter or letter of good-standing from bank (within the period of the advert)
h. Sworn affidavit disclosing whether or not any officer of the relevant committees of the National Agency for the Control of AIDs or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
• That the company is not in receivership or any form of insolvency/bankruptcy, nor debarment and that the company nor any of the Director of the company has been convicted of any financial crime;
i. Company’s profile and organizational structure with the full name of the organization and contact person, postal address, telephone/fax numbers and e-mail addresses;
j. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
k. All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

4. SPECIFIC TECHNICAL EVALUATION CRITERIA:
1. CATERING SERVICES
Vendors are expected to provide quotations for Tea break, lunch and provision of hall for less than 100 person and 100 persons to 150 persons for outdoor event. Quotation should be in the stated of interest and presence.

2. PRINTERS INKS AND CARTRIDGES
Evidence of partnership/distributorship/dealership in printer inks and cartridges, toners from major manufacturers, and or in-country representatives of the manufacturers.
3. SUPPLY OF IT EQUIPMENT
Evidence of valid manufacturer’s authorization on products in intends to supply.

4. ICT REPAIRS SUPPLY OF PHARMACEUTICALS ITEMS
i. Evidence of skills in the planning and execution of preventive and corrective maintenance
ii. Experience in maintaining printers, photocopiers, and scanners machines.

5. MODE OF SUBMISSION FOR EOI/PREQUALIFICATION DOCUMENTS
Prospective bidders are to submit two (2) copies of their EOI/Pre-qualification documents for the lots of their choice; One Original and one duplicate in the same envelop address to The Director General National Agency for the Control of AIDS, No 3. Ziquinchor Street Wuse Zone 4, Beside AEDC office, Abuja. The sealed EOI document must be clearly marked; “EOI CATERING SERVICE” or “EOI STATIONERIES AND OFFICE CONSUMABLES” etc.
Each marked envelope should bear the company name, and address of the bidder, registered and dropped in the designated tender box after filling the bid register for the category of procurement at the Reception, Ground Floor, Email Address: info@naca.gov.ng Tel +234-90629463 not later than 12:00 noon on 4th June, 2024.

For further inquiries or clarifications, please contact the Head of procurement, National Agency for the Control of AIDS (NACA) on procurement@naca.gov.ng on or before 12:00pm 21st June, 2024.

6. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned unopened;
c. Bidders can express interest for any lots with evidence capacity to execute but not more than 2 lots; please note this is a new process and vendor already prequalified are to apply to be prequalified in the new database.
d. Bidders with more than two (2) lots will be disqualified.
e. Bidders with similar directors in same lot will be disqualified.
f. All bids without cover letter and signature will be disqualified.
g. All costs incurred by respondents as a result of this invitation and any subsequent request for information shall be for the respondent’s account only;
h. The National Agency for the Control of AIDS (NACA) is not bound to pre-qualify/shortlist any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities.
i. Site visits/samples of items to be supplied may be required.

7. NOTES/DISCLAIMER
i. NACA shall verify any or all documents and claims made by applicants and will disqualify bidders with falsified documents and claims
ii. If it is determined that submitted documents and claims have been falsified, the bidder may face prosecution in a court of law.
iii. NACA shall not held responsible for any disqualified proposal because of any omission or deletion relating to the submission guidelines
iv. This advertisement shall not be construed as a commitment on part of NACA to awards a contract to any contractors, nor shall it entitle any Contractor submitting documents to claim any indemnity from NACA.

FRAUD AND CORRUPTION
The personnel of the Purchaser and the Suppliers shall adhere to the highest ethical standards, both during the selection process and throughout the execution of the contract. In pursuance of this principle, they shall abstain at all times from corruption or fraudulent practices. Corruption and fraudulent practices are defined as follows:
1. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of an official in the selection process or in contract execution;
2. “fraudulent practice” means a misrepresentation or omission of facts in order to influence a selection process or the execution of a contract;
3. “collusive practices” means a scheme or arrangement between two or more suppliers with or without the knowledge of the Purchaser, designed to establish prices at artificial, non-competitive levels;
4. “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence the procurement proceedings, or affect the execution of a Contract.
5. The Purchaser shall reject a proposal for award if it determines that the Supplier recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question.
“The Global Fund Code of Conduct for Suppliers” Suppliers are advised to get acquainted with the global fund code of conduct for suppliers via the link provided below:

https://www.theglobalfund.org/media/3275/corporate_codeofconductforsuppliers_policy_en.pdf

CODE OF CONDUCT
Suppliers are encouraged to send information on any infraction or grievances to the dedicated email account: ispeakoutnow@naca.gov.ng or naca.ispeakoutnow@gmail.com

Whistle blowing and channel of reporting grievances and infractions.

SIGNED
MANAGEMENT

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights