NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY-
INVITATION TO TENDER/EXPRESSION OF INTEREST
NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY
PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET, AREA 11 GARKI, ABUJA
INVITATION TO TENDER/EXPRESSION OF INTEREST
1. INTRODUCTION
The National Primary Health care Development Agency (NPHCDA) is a Federal Government Agency under the Federal Ministry of Health responsible for development and strengthening of Primary Health Care Services nationwide.
The Agency in keeping with the Health Agenda for change of the present administration of accelerating the implementation of Universal Health Coverage (UHC) through Primary Health Care (PHC) Programme.
In compliance with the Public Procurement Act, 2007 as regards procurement of Services, NPHCDA invites interested and qualified bidders for the procurement of the following under listed projects in 2024 Appropriation.
2. PROJECT DESCRIPTION
S/N | PROJECT/ITEM DESCRIPTION | LOT NO |
1 | Construction of Primary Health Care Centres (Level 1) | NPHCDA/2024/9/1-7 |
2 | Construction of Primary Health Care Centres (Level 2) | NPHCDA/2024/10/1-8 |
3 | Construction of Primary Health Care Centres (Level 3) | NPHCDA/2024/11/1-4 |
4 | Supply of medical equipment to selected existing PHCs | NPHCDA/2024/12/1-13 |
5 | Supply of basic drugs to selected existing PHCs | NPHCDA/2024/13/1-12 |
6 | Purchase of Hospital Ambulances | NPHCDA/2024/14/1-3 |
7 | Supply of syringes | NPHCDA/2024/15/1 |
8 | Supply of Remote temperature monitoring device (RTMD) | NPHCDA/2024/16/1 |
9 | Supply of Generators | NPHCDA/2024/17 |
10 | Consultancy services for Medical outreach to communities | NPHCDA/2024/18/1-36 |
11 | Engagement of consultancy firm development of interactive nations database for PHC facilities and related services | NPHCDA/2024/19/1- |
12 | Engagement of Human Resources Management firm for National Recruitment of medium term contract personnel (PFMOs) | NPHCDA/2024/20/1- |
3. ELIGIBILITY REQUIREMENTS
Interested and competent contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the projects listed above are required to submit the following documents which will be subjected to verification and due diligence by the Agency:
i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including forms CA22 and CAC7. Business name with form BN1s is also acceptable for consultancy services;
ii. Evidence of Tax Clearance Certificate for the last three (3) years expiring 31st December 31st, 2024; with minimum average annual turnover of N30 million for works , N20 million for goods;
iii. Company’s audited accounts for the last three (3) years – 2021, 2022 & 2023;
iv. Evidence of Pension Clearance Certificate valid till December 31st, 2024 (this requirement is only applicable to bidders whose number of staffs 15 and above);
v. Evidence of Industrial Training Fund (TF) Compliance Certificate valid till December 31st, 2024. (this requirement is only applicable to bidders who number of staff is 5 and above or the bidder’s annual turnover is N50m and above;
vi. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31st, 2024;
vii. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
viii. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
ix. List of plants/equipment with proof of ownership/lease for construction works;
x. Evidence of current premises registration with Pharmacist Council of Nigeria for Supply of Drugs;
xi. Only companies included in the National Automotive design and development Councils approved list of Local manufacturers of vehicles or their authorized representatives should bid for the vehicles
xii. A sworn affidavit
• disclosing whether or not any officer of relevant committees of the National Primary Health Care Development Agency or the Bureau of Public Procurement is a former or present Director, shareholder or has any peculiar interest in the bidder and to confirm that information presented in its bid are corrected in a particulars;
• That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
xiii. Detailed company profile with curriculum vitae of key officers/professional personnel including photocopies of relevant professional/Technical certificates/qualifications: at least 3 COREN (1 civil, 1 Mechanical & 1 Electrical), 1 QSRBN, 1ARCON, 1 CORBON (for works);
xiv. 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;
xv. Consultancy services: evidence of firm’s current registration with relevant regulatory professional body(ies) such as CPN, NITDA, MDCN etc;
xvi. Medical & Health Equipment: letter of Authorization from the original equipment manufacturers listed in the approved policy for procurement of health and medical equipment for tertiary hospitals in Nigeria.
xvii. For supply of other equipment: letter of Authorization as representative of the original equipment manufacturers (OEMs);
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.
4. COLLECTION OF BID DOCUMENTS (GOODS & WORKS)
Interested companies are to collect Standard Bidding Documents (SBD) from Procurement Unit of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA upon presentation of receipt of a non-refundable tender fee of Ten Thousand Naira (N10, 000.00) per Lot, paid into the National Primary Health Care Development Agency’s Remita account in any Commercial Bank as detailed below.
i. Log on to Remita platform via www.remita.net ;
ii. Click on payment for Federal Government of Nigeria and State TSA;
iii. Click on Federal Government of Nigeria;
iv. For the name of MDA, Type National Primary Health Care Development Agency, option will appear, select the one with this number: 052100300100;
v. GIFMISS Code: 1000088212
vi. Then under name of services/purpose select Tender Fees:
vii. Under description, type what you are paying for;
viii. Payee full name should be the Name of Company, not individual’s name.
Bring the print out together with the copies of the Bank Teller with stamp of the Bank on it to the Central pay Office (CPO) of the Agency’s Headquarter at plot 681/682 Port Harcourt crescent, off Gimbiya street, Area 11 Garki, Abuja to collect receipt which would be used to obtain bid document at procurement unit. Firms interested in lots NPHCDA/2024/1 to NPHCDA/2024/6 will not pay at this stage until after shortlisting.
5. SUBMISSION OF EXPRESSION OF INTEREST (LOT NPHCDA/2024/18 TO NPHCDA/2024/20)
Interested Consultant shall submit one (1) original copy and one (1) photocopy of their Expression of Interest (Eol) document with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind the envelope and addressed to; The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt Crescent, off Gimbiya Street, Area, Abuja.
All EOl Documents should be dropped in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki not later than 12:00 noon, Monday, 15th April, 2024.
LATE SUBMISSIONS WILL BE RETURNED UNOPENED.
6. SUBMISSION OF BID DOCUMENTS (GOODS & WORKS)
Prospective companies are to submit bid for each of the Lot desired, the completed Technical and Financial bids, packaged separately in sealed envelopes and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope marked with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind. All the envelopes must carry the name and phone number of the contractor for ease of identification. The Technical and Financial bid envelopes are to be sealed in the bigger third envelope and addressed to: The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port- Harcourt crescent, off Gimbiya Street, Area, Abuja.
All completed sealed bids should be submitted in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki- Abuja before the closing date for submission, on the OPENING DAY before closing hour of 12.00noon should be made at NPHCDA Headquarters Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja.
Closing date and time of submission of documents is 12:00 noon Monday 29th April, 2024.
LATE SUBMISSIONS WILL BE RETURNED UNOPENED.
OPENING TIME TABLE
S/N | LOT NUMBERS | SUBMISSION DEADLINE | EOI/TECHNICAL BID OPENING |
1 | NPHCDA/2024/18 TO NPHCDA/2024/20 Expression of Interest | Monday 15th April, 2024 at 12:00 noon | Monday 15th April, 2024 at 12:00 noon |
2 | NPHCDA/2024/9TO NPHCDA/2024/17 | 29th April, 2024 at 12:00 noon |
7. OPENING OF EOI DOCUMENTS & TECHNICAL BIDS
The EOI and Technical bids will be opened immediately after the deadline for submission in accordance with the TIME TABLE herein stated above at the NPHCDA Headquarters Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja, while the financial bids will be kept un-opened. Please ensure that you sign the EOI/Bid Submission Register at the point of submission as NPHCDA will not be held liable for misplaced or wrongly submitted bids.
8. IMPORTANT INFORMATION
a. All submission must be in English Language and signed by an official authorized by the bidder;
b. No company should bid for more than two (2) lots;
c. The NPHCDA is not under any obligation to accept the lowest bid;
d. The documents should be arranged in the order listed at 3 above and clearly separated by dividers;
e. All bidders should ensure that current email address accompany their bids;
f. Companies with poor record of performance at NPHCDA need not apply;
g. All CAC, TAX Certificates and PENCOM shall be referred to Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION;
h. Any bidder who fails to comply with the above stated instructions and instructions in the Standard Bidding Documents will automatically be disqualified;
i. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of successful bidders will be returned un-opened;
j. Lots NPHCDA/2024/18 to NPHCDA/2024/20: Only shortlisted consultants at EOI evaluation will be invited at a later date for collection of Request for Proposals;
k. This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the Agency.
l. The NPHCDA is not bound to prequalify any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with section 28 of the Public Procurement Act 2007.
Signed
NPHCDA Management
No Comments