NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-
ULCER CONTROL PROGRAMME(NTBLCP)- INVITATION TO TENDER
FEDERAL MINISTRY OF HEALTH
DEPARTMENT OF PUBLIC HEALTH
NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME
INVITATION TO TENDER
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 are saddled with the responsibility of controlling Tuberculosis in Nigeria. The NTBLCP received a Global Fund grant for Tuberculosis for the year 2020 to 2020 and has been made a Principal Recipient. The role in the grant is to coordinate all public sector Global Fund implementation and provide national guidance.
2. SCOPE OF SERVICES AND SUPPLIES
NTBLCP is soliciting for interested and reputable Services providers, Contractors, Suppliers and Organizations with relevant experience in the following services during the grant implementation period:
CATEGORY A: SUPPLIES
LOT 1 | |
Printing and Distribution of Guidelines, SOPS, and R&R Tools | |
1A | Printing and dissemination of 5,000 copies of finalized paediatric TB desk guide for newly engaged and existing HFs |
1B | Printing of advocacy kits |
1C | Printing of Desk guides |
LOT 2 | |
2A | Procurement of pallets for state stores (20 per states for 37 states) |
2B | Procurement of Metal shelves for state (6 per state) |
2C | Procurement of metal shelves for Zonal stores (12 unit per zonal store) |
LOT 3 | |
3A | Procurement of Air conditioners for Central and Zonal Stores (30 for FCMS, 4 unit for each of the 6 zonal Stores) |
3B | Procurement of Digital Thermometer/Hygrometer for FCMS and Zonal Stores (10 for FCMS, 4 units for each of the Zonal Stores) |
3C | Procurement of Air conditioners for State Stores (2 AC in 15 States) Procurement Digital Thermometer/Hygrometer for State Stores (2 per state store) |
LOT 4 | |
4A | Laptop Computers (PMU) |
4B | Laptop Computers (State Control Officers) |
CATEGORY B SERVICES | |
LOT 5 | |
5A | Hotel Services |
LOT 6 | |
6A | Hearing Aid Services |
3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7.
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020;
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2020
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31″ December, 2020
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Tuberculosis Leprosy and Buruli-Ulcer Control Programme or the Bureau of Public Procurement 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;
h. Company’s Audited Accounts for the last three (3)years- 2017/2018/2019
i. Evidence of financial capability to execute the project by submission of 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 with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
k. 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;
l. Lot 4: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
m. Category B: Evidence of current Firm’s registration with relevant professional body(les);
n. For Supply of Equipment Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs):
o. 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 authorised officer of the firm.
4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Interested companies are to collect the Standard Bidding Document (SBD) from the Procurement Office of National Tuberculosis, Leprosy and Buruli-Ulcer Control Programme, 3 Floor, S.H.M. Complex, Plot 1186, Cadastral Zone B06 Mabushi District, Abuja FCT on payment of N 10,000.00 per Lot into the NTBLCP’s TSA in any reputable Commercial Bank in Nigeria. Firms interested in Category B would not pay at this stage until after shortlisting.
5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)
Prospective bidders are to submit bid for each of the Lot desired four (4) hard copies each (one original & three copies) 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 a bigger sealed envelope addressed to:
No Comments