1. Background
The Federal Government of Nigeria, through the Federal Ministry of Health & Social Welfare (FMOH & SW), in compliance with the Infrastructure Concession Regulatory Commission (“ICRC”) Establishment Act 2005, is supporting the Operations and Maintenance of Abuja Premier Medical Warehouse and Lagos Federal Medical Warehouse using a PPP model.
The FMOH & SW and USAID signed a Memorandum of Understanding (MoU) that these two pharmaceutical-grade storage facilities shall be operated and maintained by a private party using the Public-Private Partnership (PPP) model. The objective of this MOU is to ensure the effective operation and maintenance of these state-of-the-art pharma-grade warehouse facilities, while addressing challenges related to inventory management, human resources, and quality assurance. The two federal pharma-grade warehouses have been managed under this O&M PPP model for the past 5 years by a private operator. This PPP contract is coming to term hence; the FMOH & SW is planning to refresh the tendering process to achieve greater value for money.
The FMOH & SW is leading this tendering process, overseeing all stages from the initial planning and development of tender documents to the solicitation of bids, evaluation of proposals and selection of a qualified private operator, in compliance with the Infrastructure Concession and Regulatory Commission (ICRC) Act and other relevant laws, policies and guidelines in Nigeria
2. Purpose
2.0 Project Objective
a) The proposed OPERATIONS AND MAINTENANCE OF ABUJA PREMIER MEDICAL WAREHOUSE AND LAGOS FEDERAL MEDICAL WAREHOUSE will provide a comprehensive warehousing management service, including inventory management, capacity building of officials of the two pharm grade warehouses and officials of FMOH & SW, and other services necessary for the operations, management and maintenance of the two pharma-grade warehouses in Nigeria.
2.1 Project Scope
a) The OPERATIONS AND MAINTENANCE OF ABUJA PREMIER MEDICAL WAREHOUSE AND LAGOS FEDERAL MEDICAL WAREHOUSE project has been certified by the ICRC for preparation and procurement as a PPP, through a competitive bidding process via the Solicited PPP Procurement route. The project is in line with the ICRC Act 2005 and ICRC PPP Regulations 2014.
b) The scope of the OPERATIONS AND MAINTENANCE OF ABUJA PREMIER MEDICAL WAREHOUSE AND LAGOS FEDERAL MEDICAL WAREHOUSE project is;
Operate, Maintain and Manage the ABUJA PREMIER MEDICAL WAREHOUSE AND LAGOS FEDERAL MEDICAL WAREHOUSE within the terms and conditions that will be prescribed in the PPP Agreement.
2.2 Requests for Qualification (RFQ)
a) Interested organizations and/or consortium of Organizations may submit their Qualification Statements in response to this RFQ and the prequalified prospective organizations and/or Consortium of Organizations will be shortlisted for issuance of a detailed proposal through the Request for Proposal (RFP) process. Details of the project, application submission process and requirements have been set out in this RFQ.
b) The RFQ requirements and Project Information Memorandum are available on the FMOH & SW and ICRC websites for parties interested in participating in the qualification process. Only pre-qualified bidders will be duly notified through our official means of communication, email and/or the online platform, and will be issued with Request for Proposal (RFP) documents.
3. Warehouse Specifications
The warehouses are strategically located in Abuja and Lagos, with each facility offering a total area of approximately 3,465 m² (4,317 pallet spaces). Both warehouses are constructed using high-quality, insulated, prefabricated expanded polystyrene sandwiched panels, ensuring optimal temperature control and energy efficiency.
Key features of each warehouse include:
· Cold room: measuring 10m x 5m x 6m
· Freezer room: measuring 2.7m x 2.7m x 2.5m
· Material Handling Equipment (MHE), stand-by electricity generating sets, pallet racking, air conditioning systems, security and fire safety systems.
· Non warehouse spaces: offices, boardroom, reception, bathroom, server room and canteen.
4.0. Eligibility Criteria and Qualification
Qualification of interested parties will be based on the following:
Interested firms or a consortium of firms must demonstrate eligibility by providing the following documentation and information:
i. Company Registration:
Valid evidence of registration with the Corporate Affairs Commission (CAC) for Nigerian firms, or an equivalent regulatory body for foreign firms. This should include CAC forms C02 and C07.
ii. Consortium Arrangements (if applicable):
Evidence of a formal agreement among consortium members, such as a Letter of Association, Joint Venture Agreement, Consortium Agreement, or Memorandum of Understanding (MoU)/Agreement (MoA).
iii. Authorization of Lead Member (for consortia):
A Power of Attorney or Board Resolution designating the lead member of the consortium, authorized to submit the RFQ on behalf of all members and binding on them.
iv. Fiscal Compliance:
Audited Financial Statements prepared in accordance with International Financial Reporting Standards (IFRS) for the past three years (2022, 2023 and 2024) for the bidding entity or each consortium member.
- Valid Tax Clearance Certificates for the past three years (2022, 2023 and 2024) for the bidding entity or relevant consortium members.
v. Legal and Ethical Standing:
A sworn affidavit affirming the following:
· That no officer of the Federal Ministry of Health & Social Welfare (FMOH&SW) or Infrastructure Concession Regulatory Commission (ICRC) is a present or former director, shareholder, or has any financial interest in the bidder.
• That the company is not bankrupt, under receivership, or involved in any litigation that could impair its ability to deliver on obligations if awarded a contract.
• That all information provided in the submission is true and correct in all material respects.
vi. Company/Consortium Profile:
A concise company or consortium profile including:
• Ownership structure
• Business history and track record
• Management and organizational structure
• Operational capabilities in cold chain warehousing, supply chain management, and delivery of competency-based capacity building programmes.
vii. Ownership Disclosure:
Detailed disclosure of the ownership structure of the bidding entity, including the names of principal shareholders and their respective shareholding percentages.
5.0. Qualification
Interested firms and/or consortium of firms must have at least 5 years of experience in the following Technical, Operational and Financial capabilities:
a. Experience undertaking similar projects illustrated by the following:
i. General Experience in Logistics and Supply Chain Management: Demonstrate experience in logistics and supply chain management within Nigeria, including any international engagements. Provide a comprehensive list of relevant project references.
ii. Pharma-Grade Warehouse Management: Provide a detailed track record of experience and capacity in operating and maintaining pharmaceutical-grade warehouses. Include references, particularly related to Public-Private Partnership (PPP) projects or similar initiatives in the logistics or health sector.
iii. Pharma Cold Chain Operations: Present evidence of specific experience and proven competence in the operation and management of pharmaceutical cold chain warehouses. List all relevant project references.
iv. Experience in Emerging Markets: Demonstrate experience in developing economies and emerging markets, with a focus on successfully managing donor-funded health programmes. Include references and details of each relevant project.
v. Competency-Based Capacity Building: Provide a track record of delivering competency-based capacity building programmes in the health or logistics sectors. Include a list of all relevant engagements.
vi. Capacity Building Certifications: Demonstrate past experience in designing and implementing capacity building programmes. Provide evidence of local and international certifications related to these programmes, if applicable.
vii. Verifiable Evidence of Prior Engagements: Submit at least five verifiable documents as evidence of the above qualifications (items i–vi). Acceptable documentation includes valid and verifiable letters of contract award, signed contract agreements, or equivalent official evidence.
b. Evidence of financial capacity, in support of the company or consortium’s ability to undertake the Operations and Maintenance of Abuja Premier Medical Warehouse and Lagos Federal Medical Warehouse with the sponsor, FMOH & SW, illustrated by:
i. Average annual turnover of at least N1,500,000,000 billion or equivalent, over a period of three (2022, 2023 and 2024) years.
ii. Evidence of adequate financial resources to finance projects. Interested applicants must have a minimum net worth of at least N4.5 billion or its equivalent as shareholders’ equity.
Note: Detailed eligibility criteria and method of application are as contained in the RFQ document, and interested parties MUST download it from the e-Portal www.health.gov.ng as posted on the FMOH&SW and ICRC website www.icrc.gov.ng.
Clarifications/enquiries may be sent via email to advert4medicalstores2025@gmail.com
6.0 Method of Submission
All applications shall be submitted physically.
· All physical submissions should be addressed and submitted to the Office of:
Director Procurement 3rd Floor (Rm 306),
Federal Ministry of Health & Social Welfare
Phase III, Federal Secretariat Complex
Central Business District, Abuja 900242
FCT
· The physical application shall consist of three (3) printed and bound copies (1 original and 2 copies) and one (1) electronic format (in a readable version - Flash Drive) in a sealed and signed envelope marked
“Name of Company/Consortium” and
Project Title (OPERATIONS AND MAINTENANCE OF ABUJA PREMIER MEDICAL WAREHOUSE AND LAGOS FEDERAL MEDICAL WAREHOUSE)
· Deadline for physical submission is 12th May 2025 (2 weeks from the date of publication).
IMPORTANT NOTICE
a) As part of Corporate Social Responsibility for in-country capacity building, interested international firms are encouraged to partner with Nigerian companies.
b) This notice shall not be construed to be a commitment on the part of the FMOH & SW to award any form of contract to any respondent(s), nor shall it entitle any organization submitting the document to claim any indemnity from the FMOH & SW
c) Late submissions will be rejected.
d) Submissions via courier will be accepted only if delivered within the submission deadline as indicated.
e) Submissions shall be in English language only.
f) Only short-listed Firms/Consortia will be contacted.
g) FMOH&SW reserves the right to verify the authenticity of any claims made in the documents submitted by all companies.
Download Documents Below:
20250429 RFQ package (Guide and Forms
Project Information Memorandum
Signed:
The Permanent Secretary
Federal Ministry of Health & Social Welfare
Phase III, Federal Secretariat Complex
Central Business District, Abuja 900242
FCT