NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)-
INVITATION TO TENDER FOR RENOVATION/INFRASTRUCTURAL UPGRADE OF CENTRAL MEDICAL STORES THE GLOBAL FUND RESILIENT & SUSTAINABLE SYSTEMS FOR HEALTH (RSSH) II PROJECT GRANT


NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)
INVITATION TO TENDER FOR RENOVATION/INFRASTRUCTURAL UPGRADE OF CENTRAL MEDICAL STORES THE GLOBAL FUND RESILIENT & SUSTAINABLE SYSTEMS FOR HEALTH (RSSH) II PROJECT GRANT
Ref No: NACA/GF/RSSH/HPMS/23
Date of Issuance: 7TH JUNE, 2022

1. INTRODUCTION
The Government of Nigeria under the leadership of National Agency for Control of Aids (NACA) in collaboration with the sub-recipients has received support from Global Fund to conduct renovation and upgrade of 13 selected public health laboratories spread across the six geopolitical zones in Nigeria and the National External Quality Assessment Laboratory (NEQAL) under the Global Fund Resilient & Sustainable Systems for Health (RSSH) II project grant which is aimed at strengthening and improving the health and well-being of the Nigerian people by identifying and addressing systemic issues affecting the optimal delivery of health services in Nigeria.

2. SCOPE OF WORK
Consequently, in accordance with NACA/GF Procurement guideline, NACA is calling for submissions for tendering from qualified, interested, competent and duly established companies with proven record of experience in areas of warehouse upgrade to submit sealed bids as follows:

LOT NOLOCATIONDESCRIPTIONBOQ LINK
Lot 1Nasarawa stateRenovation and Upgrade of Central Medical Store/ Warehouse at Lafia,  Nasarawa statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-1-Nasarawa-warehouse-upgrade.xlsx
Lot 2Yobe stateRenovation and Upgrade of Central Medical Store/ Warehouse at Damaturu, Yobe Statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-2-Yobe-warehouse-upgrade.xlsx
Lot 3Kano stateRenovation and Upgrade of Central Medical Store/ Warehouse at Kano Statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-3-kano-warehouse-upgrade.xlsx
Lot 4Plateau StateRenovation and Upgrade of Central Medical Store/ Warehouse at Jos, Plateau statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-4-plateau-warehouse-upgrade.xlsx
Lot 5Adamawa stateRenovation and Upgrade of Central Medical Store/ Warehouse at Yola, Adamawa statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-5-Adamawa-warehouse-upgrade.xlsx
Lot 6Akwa Ibom stateRenovation and Upgrade of Central Medical Store/ Warehouse at Uyo, Akwa ibom Statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-6-Akwa-Ibom-warehouse-upgrade.xlsx
Lot 7Imo stateRenovation and Upgrade of Central Medical Store/ Warehouse at Owerrei, Imo statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-7-Imo-warehouse-upgrade.xlsx
Lot 8Delta stateRenovation and Upgrade of Central Medical Store/ Warehouse at Asaba, Delta Statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-8-Delta-warehouse-upgrade.xlsx
Lot 9Ondo stateRenovation and Upgrade of Central Medical Store/ Warehouse at Akure, Ondo statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-9-Ondo-warehouse-upgrade.xlsx
Lot 10Lagos stateRenovation and Upgrade of Central Medical Store/ Warehouse at Lagos, Lagos statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-10-Lagos-CMS- upgrade.xlsx
Lot 11Ekiti stateRenovation and Upgrade of Central Medical Store/ Warehouse at Ado, Ekiti statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-11-Ekiti-warehouse-upgrade.xlsx
Lot 12Edo stateRenovation and Upgrade of Central Medical Store/ Warehouse at Benin city, Edo statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-12-Edo-warehouse-upgrade.xlsx
Lot 13Lagos FMSRenovation and Upgrade of Central Medical Store/ Warehouse at Lagos, Lagso statehttps://naca.gov.ng/wp-content/uploads/2022/05/LOT-13-Lago-FMS-upgrade.xlsx

3. GENERAL ELIGIBILITY CRITERIA
i. Evidence of company registration (certificate of incorporation of the company) including Forms CAC 1.1 or CAC2 and CAC7
ii. Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years (2019, 2020 & 2021) valid till 31st December 2022 with a Turnover of N60million for each the referenced years.
iii. Evidence of Pension Clearance Certificate valid till 31st December, 2021
iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2022;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
vii. Sworn affidavit:
a. Certifying that the company is not in receivership, insolvency or bankruptcy, stating that no officer of NACA or Bureau of Public Procurement is a
b. Director or shareholder or has any pecuniary interest in the bidder
c. Also, that none of the Directors of the company has been convicted for a criminal offence in relation to fraud or financial impropriety in any court in Nigeria or elsewhere.
d. And that all information presented in the bid is true an correct in all particulars.
viii. Company’s Audited Accounts for the last three years (2019, 2020, 2021);
ix. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
x. Company’s profile with curriculum vitae if key staff to be deployed for the project, including copies of their Academic/Professional qualification
xi. Evidence of firms current registration with relevant regulatory professional bodies such as COREN, ARCON, CORBON, QSRBN etc
xii. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards or , valuation certificates, Job Completion Certificates and Photographs of the projects:
xiii. The minimum validity period of the tender should be one Hundred and twenty (120) days
xiv. Signed cover letter attached to the technical submission with the company’s letter head. Any submission with a cover letter will be disqualified.
xv. Company profile – company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their Academic.

QUALIFICATION REQUIREMENTS
A. A construction project manager shall have the following qualifications and experience:
• He must be have 10 years working experience in the construction industry
• He must be registered member of CORBON, ARCON, COREN, QSRBN
• He must have supervised a similar project
• Should be conversant with the use of Microsoft project
B. The minimum number of Engineers with qualifications and experiences shall be as follows
• Civil/Structural Engineer 6years working experience with certification on COREN
• Services Engineers 6 years working experience with certification
C. Other key staff with qualifications and experiences shall be as follows:
• Quantity surveyor 4 years working experience with certification on NJQS
• Builder 4 years working experience with CORBON certification
• Electrical Engineer 4 years working experience with COREN certification
• Electrical Engineer 4 years working experience with COREN certification

TECHNICAL QUALIFICATION
a. Works: list of plants/equipment with proof of ownership/lease
b. Methodology
c. Work schedule
d. Completion period

The minimum requirement for firms to be qualified for financial is 70%. Any firm below the minimum requirements will not be eligible for financial bid opening.

4. COLLECTION OF TENDER DOCUMENTS
The Standard Bidding Documents (SBD) can be downloaded from this link;
https://naca.gov.ng/wp-content/uploads/2022/06/SBD_Upgrade-of-warehouse-Upgrade.pdf

5. SUBMISSION OF TENDER DOCUMENTS
a. Prospective bidders are to submit bid for each of the items desired, three (3) hard copies each (one original & two copies) of the requested documents and financial bid. Thereafter, the tenderer shall enclose the original of the Technical bid with copies in one (1) envelope and the original of the financial bid with copies in another envelope, duly marking the envelopes as “Technical” and “Financial”. The two (2) envelopes shall then be enclosed and sealed in one (1) single outer envelope.
b. You are expected to submit soft copy (in a flash) of the financial proposal in excel format as presented in the BOQ.
c. Prospective bidders can submit their documents as a Joint venture with relevant documents provided.
d. A company is allowed to bid for any location of its choice but cannot bid for more than two (2) lots. Tenderer who bid for more than 2 lots will be disqualified. Email submission are NOT ALLOWED
e. All documents for submission must be transmitted with a cover page indicating LOT(s) of interest and a covering/forwarding letter under the company in the technical/General Eligibility documents/firms letterhead 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. Any firm without sin cover letters will be disqualified.

6. DEADLINE FOR SUBMISSION
The deadline for submission of tender should not be later than 12 noon of 5th July 2022 at the office of the Head of procurement, Ground floor, NACA building, 3 Ziguinchor street. Wuse Zone 4, Abuja

7. GENERAL INFORMATION
i. Bids must be in English Language and signed by an official authorized by the bidder.
ii. Technical proposals will be opened first during bid opening while bidders that are technically successful will be invited later for financial bid opening.
iii. Bids submitted after the deadline for submission would be returned.
iv. NACA reserves the right to evaluate and ward per lot.
v. Bidders are not allowed to bid for more than one zone.
vi. NACA is not bound to contract 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.

8. GLOBAL FUND CODE OF CONDUCT
The firm shall get acquainted with the global fund code of conduct for suppliers using this link below: https://www.theglobalfund.org/media/3275/corporate_codeofconductforsuppliers_policy_en.pdf responding to this advert shall serve as an acknowledgement to abide by the Global fund Code of conduct for suppliers.

WHISTLEBLOWING POLICY
Suppliers are encouraged to send information on any infraction or grievances to the dedicated email account: [email protected] or [email protected]

9. 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.
v. NACA is not bound to shortlist any bidder, and reserves the right to annul the bidding process at any time without incurring any liabilities or providing reason.

SIGNED
MANAGEMENT