|
Expression of Interest for Deployment of Adherence Technology Using Interactive Voice Response and Short Message 3. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1). b. Evidence of Companys Income Tax Clearance for the last three (3) years valid till 31st December 2026; with minimum average annual turnover of N100,000,000.00 for LOTS 2a and 1d and N50,000,000.00, for all other LOTS c. Evidence of Pension Clearance Certificate valid till 31st December 2026 (this requirement is only applicable to bidders whose number of staff is 15 and above; however, a certificate of compliance is required for companies with less than 15 staff). d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2026 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2026. 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 June 2026; or a valid Certificate issued by BPP. g. Sworn Affidavit disclosing the interest of any officer of the relevant committees of the National Tuberculosis and Leprosy Control Programme or the Bureau of Public Procurement (e.g., former, or present Director, shareholder etc) in the bidder and to confirm that all information presented in its bid are true and correct in all particulars. This must be dated within the bidding period. h. Companys Audited Accounts for the last three (3) years -2023, 2024, 2025. i. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed. This must be dated within the bidding period j. Verifiable documentary evidence of at least three (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. Past Jobs that are not relevant will not be considered; donor-related experience is an advantage. k. Companys Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications, such as NITDA mandatory for Lots 2, & 4 l. Evidence of the firms current registration with relevant regulatory professional bodies, e.g., NITDA, is compulsory for LOT2&4 m. Verifiable manufacturers authorisation is mandatory for Lot 2. n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner). Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firms 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. BIDDING DOCUMENT Standard bidding documents for LOTS 1-3 will be available on the NTBLCP website at www.ntblcp.org.ng, at no cost 5. SUBMISSION OF BID DOCUMENTS. Interested firms are to submit two (2) bound copies of Expression of Interest Lot 4 (EoI) or technical and financial bids in 2 separate envelopes inserted in a big envelope for (Lots 1 to 3) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Chairman, National Tuberculosis and Leprosy Control Programme 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 drop in the designated Tender Box at 2nd floor, NO 16, Bissu Street, Wuse, Zone 6 not later than 12:00 noon on Monday, 18th May 2026 for EoI Lot 4 only and Monday 15th June 2026 for Lots 1 to 3. 6. OPENING OF BID DOCUMENTS The bids will be opened immediately after the submission deadlines at 12:00 noon on the respective dates: Monday, 18th May 2026 for Lot 4 (Expression of Interest) and Monday, 15th June 2026 for Lots 1-3. The opening will take place in the Conference Room, No. 16 Bissau Street, Zone 6, Wuse, Abuja, in the presence of bidders or their duly authorized representatives. Bidders are required to sign the Bid Submission Register at the office of the Chairman, Bid Evaluation Committee. NTBLCP shall not be held liable for any misplaced or incorrectly submitted bids. For further enquiries, please contact the Chairman, Procurement Committee via procurement@ntblcp.org.ng Please note that Lot 4 is for Expression of Interest only, prequalified service providers would be on the NTBLCP vendor database Tender Link : https://etenders.com.ng/national-tuberculosis-leprosy-and-buruli-ulcer-control-programme-invitation-to-tender-expression-of-interest-eoi-for-various-lots-under-the-global-fund-tuberculosis-and-resilient-and-sustainable-sy/
|