NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)-
INVITATION TO PRE-QUALIFICATION AND REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2022 PROJECTS


NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)
INVITATION TO PRE-QUALIFICATION AND REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR THE IMPLEMENTATION OF 2022 PROJECTS

1. INTRODUCTION
The National Agency for the Control of Aids (NACA) is statutorily responsible for the coordination of the National HIV response. The Agency is anticipating funds from the Federal Government of Nigeria and other National and International donors/partners for the execution of her 2022 projects.

Towards achieving these objectives, the Agency wishes to apply these funds in the implementation of her 2022projects through procurement of various Goods/Works and Consultancy/Non-Consultancy Services. Accordingly, and in compliance with the Public Procurement Act PPA 2007, the Agency hereby invites interested and qualified Consultants/Contractors to express interest, and submit pre-qualification documents for the procurement of the following Goods/Works and Services:

CATEGORY A – GOODS PROCUREMENT

 CATEGORY A – GOODS PROCUREMENT
LOT 1Supply of ICT working tools (equipment and software)
LOT 2Supply of Welfare Materials
LOT 3Supply of HIV Opportunistic Infections (OI) Medicines
 CATEGORY II – CONSULTANCY AND NON-CONSULTANCY SERVICES (EXPRESSION OF INTEREST)PACKAGE A : CONSULTANCY SERVICES
LOT 4Community Case detection and Medical Outreach in the last mile push for HIV Epidemic control
 PACKAGE B : NON-CONSULTANCY SERVICES
LOT 5Production, Publications and Airing of Mass Media Activities

2. SCOPE OF WORK
The comprehensive scope of services as it relates to Consultancy and Non-Consultancy Services as well as specification and quantifications concerning items of supplies shall be provided in the Request for Proposal (RFP) and Tender document respectively.

3. ELIGIBILITY REQUIREMENTS
The general public may wish to be guided that all procurement activities of the Agency shall be fully governed by the Public Procurement Act (PPA) 2007 and the recent Federal Government Executive Order on Transparency and Support for Local Content in public procurement whereby the following mandatory requirement/eligibility criteria are expected to be met by all prospective bidders:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable in case of Service;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31″ December, 2022;
c. Evidence of Pension Clearance Certificate valid till 31″ December, 2022 (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, 2022 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31″ December, 2022;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
g. Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Agency for the Control of AIDs or Bureau of Public Procurement (BPP) 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;
• 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.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h. Company’s Audited Accounts for the last three years (2019, 2020, 2021) duly acknowledged by the Federal Inland Revenue Service (FIRS);
i. Reference letter from a reputable commercial bank 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 1: Evidence of Firm’s current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA)
m. Lot 3: Evidence of Firm’s current Licence issued by Pharmacists Council of Nigeria;
n. Lot 4: Evidence of Firm’s current Licence issued by the Medical and Dental Council of Nigeria
o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
p. 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. MODE OF SUBMISSION FOR PRE-QUALIFICATION AND EOI DOCUMENTS – GOODS, CONSULTANCY AND NON-CONSULTANCY SERVICES PROJECTS
Prospective bidders are to submit two copies of their pre-qualification and EOI documents for the projects of their choice; One Original and one duplicate in same envelope addressed to The Director General National Agency for the Control of AIDS, No.3 Ziquinchor Street wuse zone 4, Beside AEDC office, Abuja. Furthermore, each envelope should bear the name, Lot number and address of the bidder, Registered and dropped in the designated Tender Box at the Procurement Unit, Ground Floor, No.3 Ziquinchor Street Wuse Zone 4, Beside AEDC office, Abuja. E-mail Address: [email protected], Tel: +234-9-4613726-9 Fax: +234-94613700 not later than 12:00 noon Tuesday, 6 September, 2022. For further enquiries, please contact the Head of Procurement, National Agency for the Control of AIDS (NACA)

5. OPENING OF PRE-QUALIFICATION DOCUMENTS/EXPRESSION OF INTEREST (EOI)
The Pre-qualification documents and EOIs will be opened immediately after the deadline for submission, at 12:00 noon on Tuesday, 6 September, 2022, in the Conference Room of the National Agency for the Control of AIDS, No.3 Ziquinchor Street Wuse Zone 4, Beside AEDC Office, Abuja in the presence of bidders or their representatives.

Please Note: Only the pre-qualified and shortlisted bidders will be invited at a later date to purchase Standard Bidding Documents (SBD) and Request for Proposals (RfPs).

6. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned unopened;
c. Bidders should not bid for more than two (2) lots
d. All costs will be borne by the bidders
e. Attendees at the bids opening shall be required to wash hands, use hand sanitizer, wear mask and observe physical distancing. The Bids Opening in the presence of observers w be covered by video recording and invitation link will be sent to bidder who chooses to join the bid opening online.

7. 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