EXPRESSION OF INTEREST (EOI) FOR THE ENGAGEMENT OF CONSULTANCY SERVICES TO CONDUCT NEEDS ASSESSMENT AND DEVELOP A ROADMAP FOR LASSA FEVER VACCINE DEVELOPMENT AND DEPLOYMENT IN NIGERIA

Tuesday, December 31, 2024

1.0 INTRODUCTION

1.1. The Nigeria Centre for Disease Control and Prevention (NCDC) in furtherance of its statutory mandate intends to undertake Consultancy Services to Conduct Needs Assessment and Develop a Roadmap for Lassa Fever Vaccine Development and Deployment in Nigeria in accordance with the Extant Provision of Section 25 of the Public Procurement Act, 2007.

1.2 In the above regard, the Centre wishes to invite competent Consultants with relevant experience for consideration for the execution of the consultancy services.

2.0 SCOPE OF SERVICES

Interested Firms are to submit Expressions of Interest (EoI) for the provision of the following Services:

i) Needs Assessment

● Identify existing research and development (R&D) efforts in LF vaccine development in Nigeria.

● Assess the current capacities and infrastructure in Nigeria for – early research and development, pre-clinical trials, clinical trials, storage, and transportation – of LF vaccines.

● Identify specific barriers and bottlenecks in the vaccine development pipeline.

● Identify the necessary requirements for the commencement of vaccine production in Nigeria for multiple vaccine platforms (e.g. recombinant or live attenuated or killed or conjugate vaccine).

● Identify regulatory requirements and challenges for LF vaccine registration and licensure in Nigeria.

● Determine the collaborations and research components (academic institutions, pharmaceutical manufacturers, regulatory bodies, etc.) required for successful LF vaccine development in Nigeria.

● Determine the resources, partnerships, and logistics necessary for successful LF vaccine mass deployment.

● Assess social behavioral change communication following vaccine deployment.

● Identify comprehensive strategies to raise public awareness to cover different populations – adults, children, elites, non-educated, etc. – with the view to facilitating vaccine acceptance.

● Assess current and ideal communication strategy for mass vaccination.

● Analyze the gap between current vaccine development efforts and the ideal state required for successful vaccine development and deployment.

● Assess pharmacovigilance capacities including adverse events reporting and recommend plans to address such events.

● Provide detailed recommendations for addressing identified gaps and challenges.

● Analyze the collected data and prepare a comprehensive report on the needs assessment findings.

ii) Roadmap for Lassa fever vaccine development in Nigeria

● Develop a comprehensive strategic roadmap outlining the necessary steps for implementing Lassa fever vaccine development in Nigeria, include timelines, milestones, and key activities required to achieve successful vaccine development and deployment.

● Develop a multi-sectoral collaboration plan involving researchers, industry, regulators, and public health authorities.

● Develop a financing strategy for Lassa fever vaccine development and deployment and for promoting long-term investment in Lassa fever vaccine development through public-private partnerships and international collaboration.

● Develop a plan for community engagement at various implementation phases.

● Develop pharmacovigilance strategies related to vaccine deployment in the country.

● Present the findings and recommendations to the task force.

3.0 IMPLEMENTATION TIMELINE- 3 months from the date of contract signing

4.0 ELIGIBILITY REQUIREMENTS

a. Technical Requirements

The consultant firm should possess the following qualifications and experience:

● Proven track record in conducting health-related needs assessments and strategic planning.

● Expertise in systemic review and analysis, public health, and epidemiology.

● Experience working with governmental and non-governmental health organizations.

● Strong analytical and research capabilities.

● Excellent communication and stakeholder engagement skills.

The lead consultant should have a minimum of 10 years experience in public health and health systems review, with a strong understanding of the Nigerian context.

b. Additional Requirements

i. Verifiable Evidence of Certificate of Registration with Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and Form CAC7;

ii. Evidence of current Tax Clearance Certificate for the last three years (2021, 2022 & 2023); valid till 31st December 2024;

iii. Evidence of current Pension Compliance Certificate valid till 31st December 2024;

iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31stDecember 2024;

v. Evidence of current National Social Insurance Trust fund (NSITF) Compliance Certificate valid till 31st December 2024;

vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers; by submission of the Interim Registration Report (IRR) Expiring by 31st December 2024 or valid Certificate issued by BPP;

vii. 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 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;

viii. Company’s Audited Accounts for the last three years (2021, 2022 & 2023);

ix. Evidence of financial capability to execute the project by submission of a Reference Letter from a reputable commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;

x. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional;

xi. 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;

xii. For joint ventures/partnerships, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV Partner);

xiii. Verifiable Evidence of Certificate of the Firm’s Registration/Accreditation/Operational License and all necessary, valid, and legal documentation with relevant professional body

xiv. All documents 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 that all documents/information required must be paginated, submitted in the Sequence/order as listed in i - xxi above.

5.0 SUBMISSION OF EXPRESSION OF INTEREST (EOI)

Interested Firms are to submit two (2) bound copies of Expression of interest (EoI) documents, separated by dividers. The documents should be submitted in a sealed envelope and addressed to the Director-General, Nigeria Centre for Disease Control Administrative Headquarters Plot 800/801 Ebitu Ukiwe Street, Jabi, Abuja, with ATTENTION to the Head, Procurement Unit, and clearly marked with the Name of the project. 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 in 4.0 above, not later than 12.00 noon on Monday 27th January 2025.

6.0 OPENING OF BIDS DOCUMENTS: EXPRESSION OF INTEREST (EOI)

Expression of Interest (EoI) documents will be opened immediately after the deadline for submission by 12.00 noon on Monday 27th January 2025 at the Centre’s Situation Room Administrative Headquarters Plot 800/801 Ebitu Ukiwe Street, Jabi, Abuja in the presence of Bidders or their representatives. Please ensure that you sign the Bid Submission Register at the address stated in 5.0 above, as the Centre will not be held liable for misplaced or wrongly submitted bids.

7.0 GENERAL INFORMATION

i. Bids must be in English Language and signed by an official authorized by the bidder.

ii. Bid submitted after the deadline of submission would be returned un-opened.

iii. Pre-qualified and Shortlisted bidders will be contacted at a later date for collection of Request for Proposal Documents;

iv. All 3costs 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;

v. Non-Compliance with all the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process.

vi. The Nigeria Centre for Disease Control and Prevention 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.

vii. For further enquiries, please contact Procurement Unit between 10.00 a.m. 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 Ebitu Ukiwe Street, Jabi, Abuja

Signed:

Director-General

Nigeria Centre for Disease Control and Prevention (NCDC)

30th December 2024

Connect Centre