NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY
PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET, AREA 11 GARKI, ABUJA
INVITATION TO TENDER/EXPRESSION OF INTEREST
1. INTRODUCTION
The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency under the Federal Ministry of Health responsible for development and strengthening of Primary Health Care Services nationwide. The Agency in keeping with the Health Agenda for Change of the present administration is accelerating the implementation of Universal Health Coverage (UHC) through Primary Health Care (PHC) Programme. In compliance with the Public Procurement Act, 2007 as regards procurement of Services, NPHCDA invites interested and qualified Firms for the procurement of the following under listed Services in 2025 Appropriation:
2. PROJECT DESCRIPTION
| S/N | Projects / Item Description | Lot No. |
|---|---|---|
| 1 | Construction of Primary Health Centre in Gwaram Tsohuwa Federal Constituency Jigawa State | NPHCDA/2025/26 |
| 2 | Provision of Drugs to Primary Health Care Centres in Somolu Federal Constituency, Lagos State | NPHCDA/2025/27 |
| 3 | Provision of Equipment to Primary Health Care Centres in Somolu Federal Constituency, Lagos State | NPHCDA/2025/28 |
| 4 | Procurement of Medical Equipment for Primary Healthcare Centre(s) in Niger North Senatorial District of Niger State. | NPHCDA/2025/29 |
| 5 | Expression of Interest for engagement of PHC Financial Management System (PHC-FMS) Optimisation & Scale up Consultant. | NPHCDA/2025/30/1 |
| 6 | Expression of Interest for engagement of NPHCDA Financial Accounting Software Consultant. | NPHCDA/2025/30/2 |
| 7 | Expression of Interest for engagement of Operationalization of NPHCDA Call Centre Consulting Firm. | NPHCDA/2025/31 |
3. ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects listed above are required to submit the following documents which will be subjected to verification and due diligence by the Agency:
A. Mandatory/Responsive Requirements: Failure to fulfil any of the under-listed requirements will render a bid, disqualified:
(i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services
(ii) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last Three (3) years expiring 31st December 2025; with minimum average annual turnover of N30 million for Works, N20 million for Goods & Services;
(iii) Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
(iv) Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
(v) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (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);
(vi) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025;
(vii) Evidence of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement (BPP);
(viii) Reference Letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
(ix) List of Plants/Equipment with Proof of Ownership/Lease for Construction Works;
(x) Evidence of Firm’s Valid Registration with NITDA as an IT Service Provider; (for Lots NPHCDA/2025/30/1&2);
(xi) Evidence of Firms Valid licenses issued by the Nigerian Communications Commission (NCC) covering Value Added Services (VAS) – Call Centre Services & Value Added Services (VAS) – Shortcode / Special Numbering Services (for Lot NPHCDA/2025/31);
(xii) A Sworn Affidavit:
– that none of the Directors has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter; and
– disclosing whether or not any officer of relevant committees of the National Primary Health Care Development Agency or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
(xiii) Detailed Company’s profile with Curriculum Vitae of key Officers/Professional Personnel including photocopies of relevant Professional/Technical Certificates/Qualifications: at least 3 COREN (1 Civil, 1 Mechanical & 1 Electrical), 1 QSRBN, 1 ARCON, 1 CORBON (for Works);
(xiv) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and photographs of the projects. Only jobs that are similar in nature (i.e type of goods supplied, nature of the works or services carried out) shall be considered.
(xv) 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, GSM Number, and e-mail address. The Letter Head Paper must bear the Name 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 BID DOCUMENTS (GOODS & WORKS)
Interested companies are to collect Standard Bidding Documents (SBD) from Procurement Unit of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA upon presentation of receipt of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) per lot, paid into the National Primary Health Care Development Agency’s Remita account in any commercial bank as detailed below.
– Log on to Remita platform via www.remita.net;
– Click on payment for Federal Government of Nigeria and State TSA;
– Click on Federal Government of Nigeria;
– For the name of MDA, Type National Primary Health Care Development Agency, option will appear, select the one with this number: 052100300100;
– GIFMIS Code: 1000088212
– Then under name of services/purpose select Tender Fees;
– Under description, type what you are paying for;
– Payee full name should be the Name of Company, not individual’s name.
Bring the print out together with the copies of the Bank Teller with stamp of the Bank on it to the Central Pay Office (CPO) of the Agency’s Headquarter at Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja to collect receipt which would be used to obtain bid document at Procurement Unit. Firms interested in Lots NPHCDA/2025/30 to NPHCDA/2025/31 will not pay at this stage until after shortlisting.
5. SUBMISSION OF EXPRESSION OF INTEREST (LOT: NPHCDA/2025/30 TO NPHCDA/2025/31
Interested consultant shall submit one (1) original copy and one (1) photocopy of their Expression of Interest (EoI) document with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind the envelop and addressed to; The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All EoI Documents should be dropped in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki. Closing date and time of submission EoI is 12:00 noon Monday, 4th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED
6. SUBMISSION OF BID DOCUMENTS (GOODS & WORKS)
Prospective companies are to submit bid for each of the Lot desired, the completed Technical and Financial bids, packaged separately in sealed envelopes and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope marked with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind. All the envelopes must carry the name and phone number of the contractor for ease of identification. The Technical and Financial bid envelopes are to be sealed in the bigger third envelope and addressed to: The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All completed sealed bids should be submitted in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki-Abuja before the closing date for submission, on the OPENING DAY before closing hour of 12.00noon should be made at NPHCDA Headquarters Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja. Closing date and time of submission of documents is 12:00 noon Monday, 18th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED.
OPENING TIME TABLE
| S/N | LOT NUMBERS | SUBMISSION DEADLINE | EOI/TECHNICAL BID OPENING |
|---|---|---|---|
| 1 | NPHCDA/2025/30 TO NPHCDA/2025/31 (Expression of Interest) | 4th May, 2026 at 12:00noon | 4th May, 2026 at 12:00noon |
| 2 | NPHCDA/2025/26 TO NPHCDA/2025/29 | 18th May, 2026 at 12:00noon | 18th May, 2026 at 12:00noon |
Note: Bidders should ensure that they properly complete the Tender submission checklist with the Tender Office in the procurement unit.
7. OPENING OF EOI DOCUMENTS & TECHNICAL BIDS
The EOI and Technical bids will be opened immediately after the deadline for submission in accordance with the TIME TABLE herein stated above at the NPHCDA Headquarter Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja, while the financial bids will be kept un-opened. Please ensure that you sign the bid submission register at the point of submission as NPHCDA will not be held liable for misplaced or wrongly submitted bids.
8. IMPORTANT INFORMATION
a. All submission must be in English language and signed by an official authorised by the bidder;
b. No company should bid for more than two (2) Lots;
c. The NPHCDA is not under any obligation to accept the lowest bid;
d. The documents should be arranged in the order listed at 3 above and clearly separated by dividers;
e. The standard means of communication between the Procurement Unit and all bidders shall be in writing, all bidders are therefore advised to ensure that functional email & physical address accompany their bids;
f. Companies with poor record of performance at NPHCDA need not apply;
g. All CAC, TAX Certificates and PENCOM shall be referred to Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION;
h. Any bidder who fails to comply with the above stated instructions will automatically be disqualified;
i. Goods & Works: Only pre-qualified bidders at the technical evaluation will be contacted at a later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened;
j. Lots NPHCDA/2025/30 to NPHCDA/2025/31: Only shortlisted consultants will be invited at a later date for collection of Request for Proposals;
k. This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organisation to claim any indemnity from the Agency;
l. NPHCDA is not bound to pre-qualify/shortlist any applicant and reserves the right to annul the Procurement process at any time without incurring any liability in accordance with Section 28 of the Public Procurement Act, 2007.
Signed
NPHCDA Management
Leave a Reply