Posted by Kordinichi on Mon 28th Oct, 2024 - nigeriantenders.com
						Nigeria Centre for Disease Control and Prevention (NCDC) is inviting competent Contractors, Suppliers and Consultants/Service Providers to submit their Tender documents for the Procurement of Sequencing Reagents (Mpx, SARS-CoV2, Influence) for Priority Pathogens to Detect Circulating Strains. Interested bidders should possess relevant qualifications and experience. 
						
				
				
				 
						The Nigeria Centre for Disease Control  (NCDC) is the government  agency with the mandate to coordinate the  surveillance, detection and  response to infectious disease outbreaks.  Over the last three years,  NCDC has deployed a new tool for disease  surveillance. The Surveillance,  Outbreak Response Management and  Analysis System (SORMAS) is a system  jointly developed between the  Nigeria Centre for Disease Control and the  Helmholtz Centre for  Infection Research (HZI) to improve disease  surveillance as well as  detection and management of outbreaks and thus  strengthen the public  health service in Nigeria.
The Nigeria Centre for Disease Control and Prevention (NCDC), in  furtherance of its statutory mandate, intends to undertake the  Procurement of various Goods, Works and Services under the 2024 Capital  Appropriation and in accordance with Extant Provision of Section 25 of  the Public Procurement Act, 2007. The Centre therefore invites competent  Contractors, Suppliers and Consultants/Service Providers with relevant  experience for consideration for the execution of the following project:
 Title: Invitation to Tender  for the Procurement of Sequencing Reagents (Mpx, SARS-CoV2, Influence) for Priority Pathogens to Detect Circulating Strains
  
Lot Number: A4
Location: Nigeria
Scope of Work
    - Interested reputable  Contractors are invited to submit Bids for the Procurement of Sequencing Reagents (Mpx, SARS-CoV2, Influence) for Priority Pathogens to Detect Circulating Strains.
     
  Eligibility Requirements
    -  Verifiable  Evidence of Certificate of Registration with Corporate Affairs  Commission (CAC) including Form CAC 1.1 or CAC2 and Form CAC7
     
    - Evidence of current Tax Clearance Certificate for the last three years (2021, 2022 & 2023); valid till 31 December 2024
     
    - Evidence of current Pension Compliance Certificate valid till 31st December 2024
     
    - Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2024:
     
    - Evidence of current National Social Insurance Trust fund (NSITF) Compliance Certificate valid till 31st December 2024:
     
    - Evidence of Registration on  the National Database of Federal Contractors, Consultants and Service  Providers; by submission of the Interim Registration Report (IRR)  Expiring by 31 December 2024 or valid Certificate issued by BPP;
     
    - Sworn Affidavit disclosing  whether or not any officer of the relevant committees of the Nigeria  Centre for Disease Control and Prevention (NCDC) or the Bureau of Public  Procurement is pecuniary a former or present Director, shareholder  presented interest in the bidder and to confirm that all information in  its bid are true and correct in all particulars; Company's Audited  Accounts for the last three years (2021, 2022 & 2023)
     
    - 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;
     
    - Company Profile with the  Curriculum Vitae of Key Staff to be deployed for the project, including  copies of their Academic / Professional Qualifications (in case of  construction: COREN, OSREN, ARCON, CORBON etc; as applicable);
     
    - Verifiable documentary  evidence of at least three (3) similar jobs executed in the last five  (5) years including Letters of Award, Valuation Certificates and Job  Completion Certificates and Photographs of the projects;
     
    - List of Plants/Equipment with proof of ownership/lease (where applicable);                    
    
    
        - For Pharmaceutical and  Medical Equipment: Letter of Authorization from the Original Equipment  Manufacturers (OEM) listed in the approved Policy for Procurement of  Health and Medical Equipment for Tertiary Hospitals in Nigeria, for  bidders of affected Lots.
         
    
     
    -          All  document for submission must be transmitted with a covering/ forwarding  letter under the company/firm's letter headed 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 letter-headed papers must bear the names and  nationalities of the directors of the companies at the bottom of the  page duly signed by the authorized officer of the firm.
     
    - Note: All documents/information required must be paginated, submitted in the Sequence/order as listed above.
     
Collection of Tender Documents
    -   Interested Companies are to  collect the Standard Bidding Documents (SBD) from the Office of the Head  of Procurement, Nigeria Centre for Disease Control and Prevention  (Ground floor, Administrative Headquarters Plot 800/801 Ebitu Ukiwe  Street, Jabi, Abuja) between 10am - 3pm, Mondays to Fridays, upon  showing evidence of payment of a non-refundable fee of N10,000.00 (Ten  Thousand Naira) only, per Lot, paid into the Nigeria Centre for Disease  Control and Prevention's Remita Account in any Commercial Bank. (The TSA  Account Number is to be obtained from the Centre's Central Pay Office).
     
 Application Closing Date
Friday; 29th November 2024 (12.00 noon).
Submission of Tender Documents
Prospective bidders are to submit a  bid for each of the lot desired, two (2) hard copies each of the  technical and financial bids with a softcopy of financial bid only in MS  Excel format, packaged separately in sealed envelopes and clearly  marked as "Technical Bid" or "Financial Bid" with the Company's name  written on each envelope. Thereafter put the two sealed envelopes  together in a bigger sealed envelope addressed to "The Director-General,  Nigeria Centre for Disease Control Administrative Headquarters Plot  800/801 Ebitu Ukiwe Street, Jabi, Abuja", and clearly marked with the  Name of the Project and the Lot number. Furthermore, the reverse of each  sealed envelope should have the name and address of the bidder and  should be deposited in the Tender Box at the address below not later  than 12.00 noon on Friday 29 November 2014:
Office of the Head of Procurement, 
Nigeria Centre for Disease Control and Prevention (Ground floor), 
Administrative Headquarters,
Plot 800/801 Ebitu Ukiwe Street,
Jabi, Abuja.
Opening of Bids Documents 
    - Technical Bids will be opened  immediately after the deadline for the submission by 12.00 noon on  Friday; 29th November, 2024 at the Centre's Situation Room  Administrative Headquarters Plot 800/801 Ebitu Ukiwe Street, Jabi, Abuja  in the presence of Bidders or their representatives, while the  Financial Bids will be kept unopened. 
     
    - Please ensure that you sign  the Bid Submission Register at the address stated above, as the Centre  will not be held liable for misplaced or wrongly submitted bids
 
General Information
    - Bids must be in English Language and signed by an official authorized by the bidder.
 
    - Bid submitted after the deadline of submission would be returned unopened.
 
    - Bidders should not bid for  more than two (2) Lots in all Categories (i.e. A & B - Invitation to  Tender and C - Expression of Interest / Consultancy)
 
    - Pre-qualified Bidders will be  contacted at a later date for Financial Bid Opening while Financial Bids  of unsuccessful bidders will be returned unopened;
 
    - All costs will be borne by the  bidders as the Centre will not be held responsible for any cost or  expenses incurred by any interested party (ies) in connection with any  response to this invitation;
 
    - Non-Compliance with all the  conditions stated herein will lead to automatic disqualification of the  bidder from the bidding process. 
     
    - The Nigeria Centre for Disease  Control and Prevention is not bound to Pre-qualify any bidder and  reserves the right to annual the Procurement Process at any time without  incurring any liabilities in accordance with Section 28 of the Public  Procurement Act, 2007.     
     
    - For further enquiries, please  contact Procurement Unit between 10.00 am to 4.00 pm (Mondays - Fridays)  at the following address: "Office of the Head of Procurement, Nigeria  Centre for Disease Control and Prevention (Ground floor, Administrative  Headquarters Plot 800/801 Ehitu Ukiwe Street, Jabi, Abuja".