• Twitter
  • Facebook
  • Instagram
  • LinkedIn
  • CAREERS
  • PROCUREMENT
  • NOTICES
NTBLCP | National Tuberculosis & Leprosy Control Programme
  • Home
  • About Us
    • OVERVIEW
      • Background
      • Structure
      • Thematic Areas
    • THE NTBLCP
      • National Coordinator
      • Organogram
      • Partners
    • LOCATIONS
      • NTBLCP State Locations
      • Contact
  • Health Areas
    • Tuberculosis
    • Leprosy
    • Buruli Ulcer
  • Data Centre
  • News Update
  • Resources
    • FEATURED PUBLICATIONS
      • National Strategic Plan
      • Technical Guidelines
      • External Reviews
    • RESOURCES CATEGORIES
      • Guidelines
      • Documents
      • SOP
      • Publications
      • Reviews
      • Policies
      • Factsheets
      • Reports
  • Search
  • Menu Menu

PROCUREMENT

The National Tuberculosis and Leprosy Control Programme (NTBLCP) is a division in the Department of Public Health, Federal Ministry of Health (FMOH) and is saddled with the responsibility of controlling Tuberculosis in Nigeria. The NTBLCP received a Global Fund grant for Tuberculosis (TB) and Resilient & Sustainable Systems for Health (RSSH) for the year 2024 to 2026 as a Principal Recipient. The role in the grant is to coordinate all public sector Global Fund implementation and provide national guidance.

SCOPE OF SERVICES

NTBLCP is soliciting for interested and reputable Service providers, contractors, suppliers, and Organizations with relevant experience in the following services during the grant implementation period:

CATEGORY A. SERVICES/MATERIAL (Expression of Interest)

1a. Engagement of Service Provider for the Maintenance of NTBLCP GeneXpert Machines

1b. Engagement of Biotech engineer for the General maintenance of NTBLCP Reference lab

1d. Engagement of Travel agents

1e. Engagement of Service Provider for the supply of server

1f. Engagement of Service Provider for the Maintenance of server

1.g Engagement of Third Party Logistics Service Providers

CATEGORY B. PRINTING OF RECORDING AND REPORTING TOOLS (Material)

LOT 1.

1a. NTBLCP TB 01 Presumptive Register

1b. NTBLCP TB 08_TB LGA Health Facility Register

LOT 2.

2a. NTBLCP TB 04 Lab register for AFB microscopy and Xpert MTB/RIF

2b. NTBLCP/DR-TB 05 – DR-TB Register for Second line Treatment

2c. OPD Register

LOT 3.

3a. NTBLCP TB 02A Specimen Examination Request form for TB

3b. NTBLCP 03 Specimen Shipment Form

LOT 4.

4a NTBLCP TB 05 TB Treatment card

4b. NTBLCP TB 06_TB patient Treatment Appointment Card

4c. DRTB Patient Hand Card

LOT 5.

5a. NTBLCP TB 07_TB patient Treatment Supporter Card

5b. NTBLCP TB 11 TPT Card

CATEGORY C (Procurement of IT Equipment/Services)

LOT 6.

6a. Photocopier Toners, Drums, and other Consumables

6b. hp Scanjet Enterprise 7500

6c. Sharp Mx 5051 black and white photocopier, with wireless.

6e. Logitech Wireless Mouse

LOT 7.

7a. Core i5, 14 inch, windows 11 home, 12th generation Laptops

7b. Core i7, 14 inch, windows 11 pro, 16GB RAM, 12th generation, X360, touch screen

CATEGORY D (Printing of IEC Materials)

LOT 8.

8a. IEC Materials (handbill)

8b. IEC Material (poster)

8c. IEC Material (sticker)

8d. IEC Material (Flexy Poster)

8e. IEC Material (Branded Bags)

8f. Printing of algorithms (MIS)

CATEGORY E (Printing, Kitting & Packing Material)

LOT 9

Kitting and packing materials for DR TB medicines

3. ELIGIBILITY REQUIREMENTS

  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7.
  • Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31st December 2024.
  • Evidence of current Pension Compliance Certificate valid till 31st December 2024.
  • Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2024.
  • Evidence of current Nigeria 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 Interim Registration Report (IRR) expiring on 30/06/2024 or valid Certificate issued by BPP expiring 31st December 2024.
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Tuberculosis Leprosy and Buruli-Ulcer Control Programme or the Bureau of Public Procurement 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.
  • Company’s Audited Accounts for the last three (3) 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. (Companies turnover shall be the determinant for companies financial capacity)
    Firms submitting as joint venture (JVs) should include memorandum of understanding (MOU) indicating the responsibilities and duties of the individual firms constituting the JV as well as names and skills of key staffs under each company in the JV.
  • Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
  • Evidence of Manufacturers authorisation for LOT 6&7 Only.
  • 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.
    All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s 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. COLLECTION OF TENDER DOCUMENTS 

Interested companies are to download the Standard Bidding Document (SBD) for categories B, C and D from the NTBLCP website  www.ntblcp.org.ng or obtain softcopy from the Procurement Office of National Tuberculosis, Leprosy and Buruli-Ulcer Control Programme, 2nd Floor, No 16 Bissau Street, Zone 6, Wuse, Abuja FCT.

 5. SUBMISSION OF TENDER DOCUMENTS 

Prospective bidders are to submit bid for each of the Lot desired, three (3) hard copies of Technical (one original & two copies) of the requested documents (for all categories) and Financial Bids (for only categories B, C, D & E). Note that category A is an expression of interest. Thereafter, put the two in one sealed envelope addressed to:

Chairman Procurement Evaluation Committee

National Tuberculosis, Leprosy and Buruli-Ulcer Control Programme,

2nd Floor, No 16 Bissau Street, Zone 6, Wuse, Abuja FCT

The envelope should be 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 not later than 12:00 noon on Monday, 8th of July 2024.

6. OPENING OF TECHNICAL BIDS

The bids will be opened immediately after the deadline of submission 12:00 noon on Monday, 8th of July 2024 at the NTBLCP conference room in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register at the NTBLCP reception. NTBLCP will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact us on email procurement@ntblcp.org.ng  Any bid submission via email will be summarily disqualified.

  7. GENERAL INFORMATION 

  • Bids must be in English Language and signed by an official authorized by the bidder.
  • Bids submitted after the deadline for submission would be returned un-opened.
  • All costs will be borne by the bidder.
  • The detailed specifications of the services to be provided are assessable in the web site of NTBLCP (ntblcp.org.ng).
  • Only vendors with complete documentation as stated above will be considered.
  • The NTBLCP is not bound to pre-qualify 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.

Signed

The Procurement Manager,
National Tuberculosis, Leprosy and Buruli-Ulcer Control Programme

Special Note: The Bid Documents are available at no cost to interested bidders.

June 2024.

Standard Bidding Document for Lots 6&7 (IT)
Standard Bidding Document for Lots 1,2,3,4,5,8 9 (Printing of Materials)

The National Tuberculosis and Leprosy Control Programme (NTBLCP) was established in 1989 by the Government of Nigeria to coordinate TB and leprosy control efforts in Nigeria.

QUICK LINKS

  • Federal Ministry of Health
  • Nigeria Centre for Disease Control and Prevention
  • The Nigerian Institute Of Medical Research

HEALTH AREAS

  • Tuberculosis
  • Leprosy
  • Buruli Ulcer

CONTACT US

HEADQUARTERS
No 16, Bissau Street, Zone 6,
Wuse, Abuja
Email: ntblcp@yahoo.com

Call/SMS: +234 906 992 2128
Whatsapp: +234 815 418 4624

 

© Copyright - NTBLCP
  • Twitter
  • Facebook
  • Instagram
  • LinkedIn
  • Privacy Policy
  • Terms of use
Scroll to top