Join NGO Procurement Telegram Channel

JOHN HOPKINS CENTRE FOR COMMUNICATION PROGRAM-REQUEST FOR BIDS FOR PROVISION OF INSURANCE SERVICES FOR BREAKTHROUGH ACTION-NIGERIA


ohns Hopkins University

JOHN HOPKINS CENTRE FOR COMMUNICATION PROGRAM
BREAKTHROUGH ACTION
REQUEST FOR BIDS
PURPOSE: PROVISION OF INSURANCE SERVICES FOR BREAKTHROUGH ACTION-NIGERIA
ISSUANCE DATE: 10TH AUGUST, 2023
DEADLINE FOR SUBMISSION: 23RD AUGUST 2023

The Johns Hopkins University Centre for Communication Programs (JHUCCP), Baltimore USA, has received USAID funding, under the Breakthrough ACTION Nigeria (BA-N) project, to implement health promotion and social and behavior change interventions in Nigeria from 2018-2025. This project works with the Federal and State Ministries of Health to build their capacity in social and behavior change communication leadership and implement cutting-edge social and behavioral interventions to improve the health and well-being of Nigerians across a broad array of health issues, including Maternal, Neonatal, Child Health and Nutrition (MNCH+N), Family Planning, Malaria and Tuberculosis. We will work in 11 states and Abuja FCT, spanning each of the major geographical zones in the country.

PURPOSE & SPECIFICATION
Breakthrough ACTION – Nigeria BA-N is seeking competitive proposals from qualified insurance service providers to provide a comprehensive range of insurance services, including Group Life Assurance Group Personal Accident, Asset Insurance and Vehicle Insurance for a one-year period.

The purpose of this RFP is to solicit proposals from experienced and reputable insurance companies that can provide the required services described in more details below:
1. Group Life Assurance
a. Death Cover
b. Critical illness
2. Group Personal Accident
a. Total Temporary Disability
b. Total Permanent Disability
c. Medical expenses reimbursement
3. Asset Insurance for all assets including office furniture and fixtures, computers, mobile phones, and equipment.
a. Fire and special peril
b. Burglary cover
c. All risk
4. Comprehensive Motor vehicle Insurance for BA-Ns fleets of vehicles.

PROPOSAL REQUIREMENTS
The selection of bidders for any or all the insurance services described under the purpose and specification section of this RFPs will follows a 3-stage process (Eligibility, Technical, and Financial Evaluation)

Eligibility of Bidders
All bidders must show their eligibility to participate in this procurement by providing copies of the following documents.
• Legal certificate of incorporation with Corporate Affairs Commission.
• Registration and License from relevant insurance/professional bodies in Nigeria including but not limited to National Insurance Commission.
• Tax Identification Certification and evidence of Tax clearance for the last 3 years
• Company profile; with verifiable business address, valid email with telephone numbers and point of contact for the organization.
Technical Evaluation
Each proposal must demonstrate a knowledge and familiarity in providing the required insurance services. The proposals must be submitted in the following format and headings:
Insurance offering:
Provide detailed description of the insurance products and services being proposed for each category including coverage limits, exclusions, terms and conditions.
Claims Processing and Settlement
• Provide detailed claims processing procedure, including turnaround time and support services offered with regards to claims processing.
• Provide evidence of Gross Total Claim settlement underwritten and paid in the last 3 years.
Financial capacity and regulatory Compliance
• Provide audited accounts for the last 3 years with proof of filing with the corporate affairs commission and any other relevant regulatory body.
• Submit evidence of professional indemnity insurance cover.
• Provide evidence of annual returns for the last 3 years from Corporate Affairs Commission.
Evidence of Past Performance and Experience
• Provide recommendation letters in the last 2 years from 3 reputable organizations in your client base.
• Provide detailed CVs of at least 3 proposed staff that will manage BA insurance with evidence of professional qualifications and membership to professional bodies.
Financial Evaluation
Bidders should provide the premium rate card for the required services using the cost schedule below:

LOT 1

Insurance TypeDescriptionRateDiscounted Rate
1Group Life AssuranceDeath cover
2Critical illness
3Group PersonalTotal Temporary Disability
4AccidentTotal Permanent Disability
5Medical Expenses Reimbursement

LOT 2

Insurance TypeDescriptionRateDiscounted Rate
1Asset InsuranceFire and Special peril
2Burglary
3All risk

LOT 3

Insurance TypeVehicle TypeYearRateDiscounted Rate
Comprehensive vehicle InsuranceToyota Hilux2017
Mitsubishi Pajero2017
Ford Ranger2012
Ford Explorer2011

Note:
• A detailed scope of work including the value of assets, vehicles and staff emoluments will be provided to bidders who meet the eligibility and technical specifications of this procurement.
• Applicable discounts per category or insurance type should be included in this section.
• Offerors are open to apply for any or all the categories
Submission of Quotes-All bids must be on company’s official letter head, duly signed, dated and sealed to be delivered to the BA-Nigeria Office address below, or emailed to [email protected] . Please ensure that bids capture all the requirements for selection. Any questions should be addressed to the procurement team and emailed to [email protected] (response to such questions will be shared with all bidders). Any bids received without following the submission instructions will be disqualified. Only shortlisted vendors will be contacted for further discussions. Quotations should be addressed to;

Project Director,
Breakthrough ACTION-Nigeria Project
Ref: Provision of Insurance Services for Breakthrough ACTION – Nigeria No. 23, Ibrahim Tahir Lane, Cadastral Zone B05, Utako
Payment Terms.
BA-N is VAT exempt, so please do not include VAT foes when quoting.
Note
BA-N reserves the night to consider any quotations received before the end of the deadline. Any deviation from the specifications contained in the RFQ will lead to the vendor’s

DISQUALIFICATION.
An Award will be made to the responsible applicant(s) whose application(s) best meets the requirements of this RFP and the selection criteria contained herein, Issuance of this RFP does not constitute an award commitment a part of CCP or is funding agency.
Applications are submitted at the risk of the applicant and all preparation and submission costs are at the applicants’ expense Applicants must provide all required information in their application or may be deemed non-responsive.
JHU reserves right (but is not under obligation) to enter discussions with one or more applicants in order to clarifications additional detail or refinements in the application. Oral discussions may be conducted JHU reserves the right to award wither the entire scope of work to one applicant or a partial scope of work to more than one applicant.