NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME(NTBLCP)-INVITATION TO TENDER FOR (GLOBAL FUND RSSH & TB GRANT)
DEPARTMENT OF PUBLIC HEALTH
FEDERAL MINISTRY OF HEALTH
NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME
INVITATION TO TENDER FOR (GLOBAL FUND RSSH & TB GRANT)
1. INTRODUCTION
The National Tuberculosis and Leprosy Control Programme (NTBLCP) is a division in the Department of Public Health, Federal Ministry of Health (FMOH) and is saddled with the responsibility of controlling Tuberculosis in Nigeria.
The NTBLCP has received the Global Fund Grants for Tuberculosis (TB) and Resilient & Sustainable Systems for Health (RSSH) for the year 2024 to 2026 as a Principal Recipient. The role in the grant is to coordinate all public sector Global Fund Implementation and provide national guidance.
2. SCOPE OF WORKS/SUPPLY
NTBLCP is soliciting for interested and reputable Service Providers, Contractors, Suppliers and Organizations with relevant experience in the following Services during the grant implementation period:
CATEGORY A: SERVICES (EXPRESSION OF INTEREST)
a. Engagement of Service Provider for the Deployment of Adherence Technology using Interactive Voice Response and Short Message.
b. Engagement of a Service Provider for the development of biometric systems across facilities in 2 state for DRTB Patients
CATEGORY B: GOODS
Procurement of Furniture and IT Equipment (Material) to be delivered in the NTBLCP Office, No 16, Bissau Street, Zone 6, Wuse, Abuja
Lot 1
i. Four Man Workstation
ii. Core I5, 14 Inch, Window 11 Home, 12th Generation Laptops
iii. Core I7, 14 Inch, Windows 11 Pro, 16GB RAM, 12th Generation, X360, Touch Screen
3. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of incorporation issued by the Corporate Affairs Commission (CAC) including, form CAC 1.1 or CAC 2 and CAC 7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2024;
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 Tuberculosis and Leprosy Control Programme 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;
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 NITDA & CPN, CMD, etc.;
k. For Supply of Equipment: Letter of authorization as representative of the Original Equipment Manufacturers (OEMs);
l. ICT Jobs: Evidence of Firms current registration/accreditation with Computer Professional Registration Councils of Nigeria and National Information Technology Development Agency (NITDA)
m. 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;
n. For joint venture/partnership, memorandum of understanding 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)
Interested companies are to collect Standard Bidding Document (SBD) for Category B, from the NTBLCP website www.ntblcp.org.ng or obtain softcopy from the Procurement Office of National Tuberculosis and Leprosy Control Programme, 2nd Floor, No 16 Bissau Street, Zone 6, Wuse, Abuja FCT at no cost.
5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bids for each of the Lots 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 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 Chairman Bid evaluation committee No 16, Bissau Street, Zone 6, Wuse Abuja and clearly marked with the name of the project and the Lot Number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender box on the 2nd Floor, No 16 Bissau Street, Zone 6, not later than 12:00 noon Monday, 11th November 2024.
6. SUBMISSION OF EXPRESSION OF INTEREST
Interested firms are to submit (2) bound of Expression of Interest (EOI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the Chairman Bid Evaluation Committee No 16, Bissau Street, Zone 6, Wuse Abuja and clearly marked with the name of the project and the Lot Number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box on the 2nd Floor, No 16 Bissau Street, Zone 6, not later than 12:00noon Monday, 28th October 2024.
7. OPENING OF EOI AND TECHNICAL BIDS
The EOI and technical bids will be opened immediately after the deadline for submission at 12:00noon Monday, 28th October 2024 and 12:00noon Monday, 11th November 2024 respectively in the conference Room, 2nd Floor, No 16 Bissau Street, Zone 6, Wuse Abuja in the presence of bidders or their representative, while the financial bids will be kept un-opened. Please ensure that you sign the Bid Submission Register in the office of the Chairman Bid Evaluation Committee, as the NTBLCP will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Chairman Procurement Committee procurement@ntblcp.org.ng
8. GENERAL INFORMATION
a. Bids and EOI must be in English language and signed by an official authorized by the bidder;
b. Bids and EOI submitted after the deadline for submission would be returned un-opened;
c. All cost will be borne by the bidders;
d. The EOI and 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 bid opening online;
e. Goods: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
f. Consultancy Service: only shortlisted firms will be invited at a later date for collection of request for Proposals;
g. The NTBLCP is not bound to pre-qualify any bidder 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:
THE PROCUREMENT MANAGER
NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME
No Comments