Background Image

NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY-<p>INVITATION TO TENDER/EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY
PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET, AREA11 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 present administration is 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 Goods, Works and Services, NPHCDA invites interested and qualified bidders for the procurement of the following under listed Projects in 2024 Appropriation.

2. PROJECT DESCRIPTION
GOODS AND WORKS

S/NPROJECTS/ITEM DESCRIPTIONLOT NO
1.Construction and Remodeling of Achara Community Hospital with Infrastructure, Medical Equipment and SOLAR STREET LIGHTS in Usuikwuato/Ummun Neochi LGA Federal Constituency Of Abia StateNPHCDA/2024/21
2.Renovation, Equipping and Installation of Solar Street Light at the Primary Health Care Centre at Babura in Babura/Garki Federal Constituency of Jigawa StateNPHCDA/2024/22
3.Renovation, Equipping and Installation of Solar Street Light at the Primary Health Care Centre at Babura in Babura/Garki Federal Constituency of Jigawa StateNPHCDA/2024/23
4.Renovation and Equipping of Uboji Primary Health Care Centre In Ankpa 2 Ward, Ankpa LGA, Kogi StateNPHCDA/2024/24
5.Renovation and Equipping of Atanegoma Primary Health Care Centre in Ichala Ward, Idah LGA, Kogi StateNPHCDA/2024/25
6.Renovation and Equipping of Ekinrin Ade Primary Health Care Centre in Ekinrin Ade Ward, Kogi LGA, Kogi StateNPHCDA/2024/26
7.Renovation and Equipping of Family Support Program Clinic, Koton Karfe in Odaki Ward, Kogi LGA, Kogi StateNPHCDA/2024/27
8.Renovation and Equipping of Akonogbolo Primary Health Care Centre in Oturu-Opouroye Ward, Ogori Magongo LGA, Kogi StateNPHCDA/2024/28
9.Renovation and Equipping Agasssa Maternal and Child Health Clinic in Okene-Eba/Agassa Ward, Okene LGA, Kogi StateNPHCDA/2024/29
10.Renovation and Equipping Isaba Basic Health Clinic in Odo Egbe 1 Ward Yagba West LGA, Kogi StateNPHCDA/2024/30
11.Renovation and Equipping of Yelwan Bashi Primary Health Care Centre in Bununu South Ward, Dass LGA, Bauchi StateNPHCDA/2024/31
12.Renovation and Equipping of Dandango Primary Health Care Centre in Dandango Ward, Bauchi LGA, Bauchi StateNPHCDA/2024/32
13.Renovation and Equipping of Tipchi Renovation and Equipping of Kyata Ward, Ningi LGA, Bauchi StateNPHCDA/2024/33
14.Renovation and Equipping of  Galdimari Primary Health Care Centre in Galdimari  Ward Jama’are LGA, Bauchi StateNPHCDA/2024/34
15.Renovation and Equipping of Saibure Primary Health Care Centre in Tofu Ward, Misau LGA, Bauchi StateNPHCDA/2024/35
16.Renovation and Equipping of Garuza Primary Health Care Centre in Garuza Ward, Dambam LGA, Bauchi StateNPHCDA/2024/36
17.Renovation and Equipping of Yayu Model Primary Health Care Centre in Yayu Ward, Katagum LGA, Bauchi StateNPHCDA/2024/37
18.Rehabilitation and Equipping of Ekeodudo Health Center and Maternity in Udi Local Government, Enugu StateNPHCDA/2024/38
19.Refurbishment and Equipping of Selected Hospitals in Owan Federal ConstituencyNPHCDA/2024/39
20.Renovation and Equipping of Alloma and Umomi Cottage Hospitals in Ofu LGANPHCDA/2024/40
21.Renovation of PHC in Ethiope East Ethiope West Federal Constituency Delta StateNPHCDA/2024/41
22.Renovation of PHC Centers in (9) Nine Selected Communities in Edo StateNPHCDA/2024/42
23.Renovation of Utoka Primary Health Care Centre Ovia North East LGA of Edo StateNPHCDA/2024/43
24.Renovation of Siluko Primary Health Care Centre Ovia South West LGA of Edo StateNPHCDA/2024/44
25.Completion and Equipping of Model Rural Hospitals for the benefit of most Farmers at Kabo and BagwaiNPHCDA/2024/45
26.Construction and Renovation of Primary Health Care Centre in Selected Communities in Niger North Senatorial DistrictNPHCDA/2024/46
27.Renovation of PHC in Aloko ajeko, Dekina Local Government In Bassa/Dekina Federal Constituency Kogi StateNPHCDA/2024/47
28.Installation of Solar Panel, Inventers and Batteries for University Demonstration Farm in Kebbi StateNPHCDA/2024/48
29.Provision of Solar Electric Power to Five (5) Primary Health Care Centre of Amper, Gurgur Shiwer, Somji and Bolkon in Kanke LGA Plateau StateNPHCDA/2024/49
30.Installation of Solar Energy Gada, Wurno, Isa and Gwadabawa LGA, Sokoto East Senatorial DistrictNPHCDA/2024/50
31.Installation of Solar Energy, Selected LGAs in Sokoto East Senatorial DistrictNPHCDA/2024/51
32.Provision of Primary Health Care Centre and Supply of Solar Street Light, Omambala north and Onitsha Region, Anambra StateNPHCDA/2024/52
33.Provision of All-In-One Solar Light in Primary Health Care Centre, Ibadan South East, in Ibadan North East/South East Federal Constituency, Oyo StateNPHCDA/2024/53
34.Construction of Lightening Facilities Across Selected Cottage Markets in 13 Local Government Areas in Oyo North Senatorial DistrictNPHCDA/2024/54
35.Provision of Additional Equipment at Femi Gbaja Iyun Hospital, LagosNPHCDA/2024/55
36.Supply for Health Care Diagnostic Equipment to Federal Government Health Care at Uzo-Ubi-Amuro Afikpo-Edda Federal ConstituencyNPHCDA/2024/56
37.Provision of Maternity Beds in Taraba Central Senatorial DistrictNPHCDA/2024/57
38.Supply of Medical Equipment at General Hospital in Talata Mafara, Zamfara West Senatorial District, ZamfaraNPHCDA/2024/58
39.Supply of Ventilators, Ambulances, Oxygen Devices, Surgical Equipment and Generator to the Intensive Care Unit of PHC, Primary Health Care Centre, Iyin-Ekiti, Ekiti StateNPHCDA/2024/59
40.Provision of Medical Equipment to Yobe State University Teaching Hospital (YSUTH)NPHCDA/2024/60
41.Provision of Drugs to Yobe State University Teaching Hospital (YSUTH)NPHCDA/2024/61
42.Purchase of Motor Cycles for Rural Health Extension Work, Machala, Mubi, Adamawa North Senatorial DistrictNPHCDA/2024/62
SERVICES
43.Engagement of Consultant for Scholarship to Science Student, Sokoto East Senatorial DistrictNPHCDA/2024/63
44.Engagement of consultant for Youth Empowerment, Sokoto East Senatorial DistrictNPHCDA/2024/64
45.Engagement of Consultant for Training of Traditional Birth Attendants in Selected LGAs, Edo South Senatorial DistrictNPHCDA/2024/65
46.Engagement of Consultant for Enrolment of Agribusiness Co-Operatives Members in to NHIA Platform in CalabarNPHCDA/2024/66
47.Engagement of Consultant for Training on Record Management and Electronic Documentation for Teachers and Administrators Across Edo StateNPHCDA/2024/67
48.Engagement of Consultant for Training on Horticulture Best Practices and Modern Farming in Some Selected Wards in Ubiane, Edo StateNPHCDA/2024/68
49.Engagement of Consultant for Ecosystem to Rural Communities in Oyo North Senatorial DistrictNPHCDA/2024/69
50.Engagement of consultant for Data ProtectionNPHCDA/2024/70

3. ELIGIBILITY REQUIREMENTS
Interested and Competent Contractors, Suppliers and Service Provider/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:
 Mandatory/responsive requirement: failure to fulfill any of the under listed requirements will render a bid, disqualified:
a. Evidence of certificate of incorporation issued by the corporate affairs commission (CAC) including, form CAC 1.1 or CAC 2 and CAC 7. Business Name with Form BN1 is also acceptable for Consultancy Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December 2024; with minimum average annual turnover of N30million for Work, N20million for Goods;
c. Evidence of Pension Clearance Certificate valid till 31st December 2024 (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 2024 (this requirement is only applicable to bidder whose number of staff is 5 and above or bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December 2024; or valid certificate issued by BPP;
g. Sworn affidavit:
– Disclosing whether or not any officer of the relevant committees of the National Primary Health Care Development Agency or the Bureau of Public Procurement is a former of present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bids are true and correct in all particulars;
– That no director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– That the company is not in receivership, the subject of any form of insolvency of bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
h. Company’s Audited Accounts for the last three (3) years 2021, 2022 & 2023
i. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
j. Company’s Profile indicating its activities, with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc.;
k. Verifiable documentary evidence of at least (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. Evidence of current premises Registration with Pharmacists Council of Nigeria for supply of Drugs;
m. Medical & Health Equipment: Letter of Authorization from the Original Equipment Manufacturers listed in the Approval Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria
n. For Supply Of Equipment: Letter of Authorization from the Original Equipment Manufacturers (OEMs);
o. Electricity Jobs: Evidence of current license issued by Nigerian Electricity Management Services Agency (NEMSA);
p. For Corporate Training: Evidence of Firm’s current accreditation issued by the Centre of Management Development (CMD);
q. Works: List of plants/equipment with proof of ownership of lease agreement;
r. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension clearance certificate, ITF compliance Certificate, NSITF Clearance certificate, IRR and sworn affidavit are compulsory for each JV partner)
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and e-mail address. The Letterhead 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 TENDER DOCUMENTS (GOODS & WORKS)
Interested bidders are to collect the Standard Bidding Document (SBD) from the office of the Procurement Unit of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA evidence of payment of a non-refundable Tender fee of N10,000.00 per Lot, paid into National Primary Health Care Development Agency’s remita account in any Commercial Bank in Nigeria.
 Log on to Remita platform via www.remita.net;
 Click on payment for Federal Government of Nigeria and State TSA;
 Click on Federal Government of Nigeria;
 For the name of MDA, Type National Primary Health Care Development Agency, option will appear, select the one with this number: 052100300100;
 GIFMIS Code: 1000088212
 Then under name of services/purpose select Tender Fees;
 Under description, type what you are paying for;
 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/2024/44 to NPHCDA/2024/50 will not pay at this stage until after shortlisting.

5. SUBMISSION OF EXPRESSION OF INTEREST
Interested firms are to submit two (2) bound of Expression of Interest (EOI) document separated by dividers and arranged as indicated above. The document should be submitted in a sealed envelope and addressed to The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja and clearly marked with the project and the Lot number. Furthermore, the reverse side of each sealed envelope should bear the Name and Address of the bidder and the sealed bigger envelope should be deposited in designated Tender Box NPHCDA Procurement Unit, annex office Complex No2 Uke Street off Ahmadu Bello Way Garki not later than 12:00Noon Thursday, 22nd July, 2024

6. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja and clearly marked with the project and the Lot number. Furthermore, the reverse side of each sealed envelope should bear the Name and Address of the bidder and the sealed bigger envelope should be deposited in designated Tender Box NPHCDA Procurement Unit, annex office Complex No2 Uke Street off Ahmadu Bello Way Garki not later than 12:00Noon Monday, 5th August, 2024

7. OPENING OF EOI & TECHNICAL BIDS
The EOI and technical bids will be opened immediately after the deadline for submission at 12: 00noon Monday 22nd July, 2024 and 12:00noon Monday, 5th August, 2024, respectively at the NPHCDA Headquarters office Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register at the NPHCDA Procurement Unit, annex office Complex No2 Uke Street off Ahmadu Bello Way Garki will not be held liable for misplaced or wrongly submitted bids

8. GENERAL INFORMATION
a. EOIs must be in English language and signed by an official authorized by the bidder;
b. Bidders should not bid more than Two(2) Lots
c. The NPHCDA is not under any obligation to accept the lowest bid;
d. The document should be arranged in the order listed at 3 above and clearly separated by dividers
e. The standard means of communication between Procurement Unit and all bidders shall be in writing, all bidders are therefore advised to ensure that functional email & physical address accompany their bids;
f. Companies with poor records of performance at NPHCDA need not to apply;
g. All CAC, TAX Certificates and PENCOM shall be referred to Corporate Affairs Commission, Federal Inland Revenue Services, National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION;
h. Any bidder who fail to comply with the above stated instructions will automatically be disqualified;
i. Goods & Works: Only pre-qualified bidders at the technical evaluation will be invited at the later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened;
j. The EOIs/Technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the EOI opening online;
k. Consultancy Service: only shortlisted Applicants at EOI’s evaluation will be invited at a later date for collection of Request For Proposals
l. This notice shall not be constructed 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 and indemnity from the Agency;
m. NPHCDA is not bound to shortlist/pre-qualify any Applicant and reserves the right to annual the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act, 2007.

Signed:
NPHCDA Management

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights