Tenders at Regional Referral Hospitals and COVID-19 Treatment Units Among other companies

Deadline of this Job: 24 January 2023

PR: MOH/SUPLS/22-23/00022

1. The Ministry of Health has allocated funds to be used for the acquisition of Supply, Installation and Commissioning of Uninterrupted Power Supply (UPS) systems for Oxygen Therapy Equipment at Regional Referral Hospitals and COVID-19 Treatment Units.

Similar Jobs in Uganda
Learn more about Ministry of Health
Ministry of Health jobs in Uganda

2. The Entity invites sealed bids from eligible bidders for the provision of the above supplies.

3. Bidding will be conducted in accordance with the Open International Bidding Method contained in the Public Procurement and Disposal of Public Assets Act, 2003, and is open to all bidders.

4. Interested eligible bidders may obtain further information and inspect the bidding documents at the address given below at 8(a) from 9:00am office hours.

5. The Bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below at 8(b) and upon payment of a non-refundable fee of UGX 100,000=-(Uganda Shillings One Hundred Thousand Only). The method of payment will be in a reputable Commercial Bank in Uganda.

6. Bids must be delivered to the address below at 8(c) at or before 11:00am, and 24th January 2023. All bids must be accompanied with a Bid security of UGX 10,000,000. The form of bid security shall be unconditional Bank guarantee from a COMMERCIAL BANK recognized by Bank of Uganda. Bidders who use Banks domiciled outside Uganda must secure alongside with the Bid security, a declaration from a correspondent Bank in Uganda that it will honor the bid security on behalf of the issuing Bank. The Bid Security must be valid until 18th August 2023. Late bids shall be rejected.

7. There shall be a pre-bid meeting.

8. (a) Documents may be inspected at: Ministry of Health Procurement and Disposal Unit Room No. C105. (b) Documents will be issued from: the address above in 8 (a).

(c) Bids must be delivered to: the address above in 8 (a).

(d) Address of bid opening: the address above in 8 (a).

moh3


Deadline of this Job: 16 December 2022

Context

Aflatoxin, a highly toxic compound produced by Aspergillus fungi, naturally contaminates crops especially maize, groundnut, and sorghum. It’s a major food safety concern for consumers worldwide. People are exposed to the toxins when they consume contaminated grains or foods prepared with such grains or through consumption of milk or meat of livestock that have been fed with contaminated feeds. The toxins suppress the immune system, retard growth, cause liver cancer, and may cause death in both humans and domestic animals. Aflatoxin is a barrier to trade, limits access to premium grain markets, leading to loss of income for the farmer & traders, disrupting food & industrial raw material supply system

Scope of Work

Working collaboratively with the Aflasafe team at IITA & NaCRRI, the Consultants will develop a robust Aflasafe Commercialization Strategy to address at a minimum, and by no means exhaustive, the following

Deliverables

The following are the deliverables of this assignment:

Similar Jobs in Uganda
Learn more about International Institute of Tropical Agriculture
International Institute of Tropical Agriculture jobs in Uganda

Application and submission information

The following documents are required for this application

Eligibility Information
This opportunity is open to pre-selected Offerors that are deemed capable of implementing the scope of work, that have a solid record of integrity and business ethics, and that meet the eligibility requirements stated in this Section. All Offerors must certify that the organization or firm, and the firms’ principals, are not debarred, suspended, or proposed for debarment. IITA will not award a subcontract to any firm that is debarred, suspended, or proposed for debarment, or who proposes to do business with firms or firms’ principals who are debarred, suspended, or proposed for debarment, in the performance of the requirement of this activity. Offerors that submit proposals in response to this consultancy opportunity must meet the following requirements:

Evaluation Criteria and Basis for Award

IITA will make award(s) to an eligible, responsive (one that complies with all the terms and conditions in the ToR without material deviation) and responsible Offeror(s) that presents the best value (as determined by the technical/cost trade-off analysis) to IITA. Offerors may not modify non-responsive offers after the proposal deadline in order to make them responsive. However, IITA may request an Offeror to clarify its offer as long as no material deviation exists.

IITA will evaluate proposals in accordance to the following criteria:

  • Qualifications, experiences, and expertise of key personnel to be involved in this assignment.
  • Past experience in conceptualizing and implementing similar works.
  • Ability to work in a multi-institutional and complex environment.
  • Timeliness and ability to meet proposed timeline.
  • Institutional financial strength and assignment costing structure.
  • Clarity of documentation and clear plans to achieve the desired results.

IITA decision is final.

Questions & clarifications

To view full details of the tender, Click here

Consultants are advised to send questions or seek clarifications regarding this assignment via email to J.W.Kamau@cgiar.org  not later than 16th December 2022