Job Description
GOVERNMENT OF SIERRA LEONE
Ministry of Health /Integrated Health Projects Administration Unit
Invitation for Bids (IFBs)
PROJECT TITLE
Construction of the Proposed Pharma Grade Warehouse in Kerry Town, Sierra Leone
PROCUREMENT METHOD
International Competitive bidding (RFB) with two stage evaluations
PROCUREMENT NUMBER
MOH/PR/GF/ICB/Works/2026/01/001
DATE OF FIRST ISSUE
26th January 2026
SUBMISSION DEADLINE
23rd February 2026 at 11:00 A.M. Sierra Leone Time
The Ministry of Health (MOH) through its Extension Office, Integrated Health Projects Unit (IHPAU), acting as implementing agency, has obtained financing from Government of Sierra Leone, Global Fund, World Vision International and Private Sector Donors for the Construction of a Pharma-Grade Warehouse of approximately 6,000 square metres in Kerrytown, Sierra Leone in accordance with specifications set out in the tender document and now invites sealed Bids from Bidders for the construction of the above-mentioned project. The contract shall cover a period of twelve (12) calendar months (excluding the defects liability period of 12 months).
Bidding is open to all bidders who can demonstrate the technical, legal and financial capability of delivering the proposed project as set out in this document.
Bidding will be conducted through International Competitive Bidding procedures specified in the Government of Sierra Leone Public Procurement Act, 2016 and accompanying Public Procurement Regulations, 2020 which can be found at the following website: www.nppa.gov.sl
The complete set of tender documents comprise the following:
Volume 1: Standard Bidding Document (Bidding Procedures, Qualification Requirements, Bidding Forms, Works Requirements, Conditions of Contract, Contract Forms)
Volume II: Bills of Quantities.
Volume III: Works Specifications.
Volume IV: Drawings.
Volume V: Environmental and Social Impact Assessment Report.
Interested eligible bidders may obtain further information and inspect the bidding document at the address below between the hours of 9:00am to 12:00PM and 1:00pm to 4:30pm during official working days but not later than 16th February 2026 or email through tendersIHPAU@mohsihpau.gov.sl Complete set of the tender document may be downloaded free of charge from the Ministry’s Website; https://mohs.gov.sl/ or the National Public Procurement Authority’s website; https://nppa.gov.sl/ or the National Medical Supplies Agency’s website; https://nmsa.gov.sl/
Following inspection under paragraph 3 above, interested bidder(s) shall make a payment of a non-refundable fee of One Thousand Sierra Leonean Leones (SLE 1,000) or equivalent in United State Dollars (USD) at any time before Bid Submission Deadline.
The method of payment will be by direct deposit or fund transfer to the following US Dollar bank account:
Bank Name: Bank of Sierra Leone
Account Name: NPPA – Revenue from the sale of Bidding Documents
Account Number: 0111003981
BBAN: 000001011100398165
Alternatively, the potential bidders will also have the option to pay for the bidding document in any of the Transit Accounts at the following Commercial Banks:
Bank Name: Union Trust Bank
Account Name: Revenue from sale of Bidding Sub Treasury
Account No: 0111003981
BBAN No: 00-4001113253120144
Bank Name: Sierra Leone Commercial Bank
Account name: Revenue from sale of Bidding Sub Treasury
Account No: 0111003981
BBAN No: 003001081791112183
Bank Name: Rokel Commercial Bank
Account Name: Revenue from sale of Bidding Sub Treasury
Account No: 0111003981
BBAN No: 002001002101242863
The payment or funds transfer slip must be attached with the bidder’s bid, sealed and submitted on or before the submission deadline.
A pre-proposal conference will take place on 11th February 2026 at 9:00 AM to 12:00 noon Sierra Leone Time followed by a physical site visit at 2.00 PM to 4:00 PM on the same day.
The Client shall arrange a mandatory site visit to provide Bidders with an opportunity to familiarize themselves with the Site and its surroundings, including access conditions, constraints, and other factors that may affect performance of the Contract.
Attendance at the site visit is mandatory.
A Bidder that does not attend the site visit shall submit, together with its Bid, a signed Declaration as per BDS ITB 7.4.
Submission of duly completed bids (to be received on or before 23rd February 2026 at 11:00 AM Sierra Leone Time) through one of the mediums below:
Hand delivery: one original set and 4 copy set, each to be enclosed in plain sealed separate envelopes, marked with the tender number, and tender name. In addition, bidders should submit soft copies of all bid documents in a flash drive including the bills of quantities in Excel format and a scanned PDF version. The flash drives should be two. One with Technical Proposal to be in the Technical Proposal envelope and the other one with Financial Proposal to be with the envelope for Financial Proposal.
The password for Financial Proposal should not be given at the opening but during the opening of Financial Proposals for bids that pass the Technical Proposal. These then should be slotted into the tender box situated at the address below, and to be addressed to the address below:
OR
Electronically via e-mail to: tendersIHPAU@mohsihpau.gov.sl and copy msbah@mohsihpau.gov.sl with each folder (Technical and Financial) protected with a password. The passwords for the Technical and Financial proposals must be different. The passwords for both proposals shall ONLY be shared with the Client during the respective proposals openings. Not protected file shall not be considered. Hence the bid will not be evaluated.
All bids must be accompanied by:
Mandatory Requirements (To be included in the Technical Part).
A valid Business registration certificate.
Duly completed Letter of Bid (Technical Part and Financial Part put respective technical and financial envelopes); [see attached]
Bid Security of 200,000.00 United States dollars from a reputable Commercial Bank.
A valid tax clearance certificate as applicable to bidder’s country of business registration.
A valid NASSIT or bidder country equivalent (National Social Security) clearance certificate as applicable to bidder’s country of business registration.
Ministry of Works certificate or National Construction Regulatory Authority or equivalent body from the bidder’s country of business registration.
Evidence of payment for bid document.
Annex [X1]: Site Visit Attendance Certificate or Annex [X2]: Declaration by Bidders Not Attending the Site Visit.
Any Bidder who fails to meet mandatory requirements shall be disqualified.
The following additional documents are required for purposes of further evaluation and determination of recommendation for award
A signed Integrity Pact; [see attached] This document shall be required at any time during the tender evaluation.
National Public Procurement Authority’s Supplier Registration Certificate or proof of application for Registration. This document shall be required at any time during the tender evaluation.
Tenderers to also submit information on the following as required in the bid document:
i. Experience and Past Performance Information
ii. Technical Approach and Methodology
iii. Personnel and Key Staff
iv. Equipment and Resources (for works)
v. Financial and Managerial Capability
Note: Validity of documents shall be considered based on the deadline for Bid submission. Expired document at the time of submission will not be considered and the replacement will not be authorized.
Bids will be publicly opened on 23rd February 2026 at 11:10 AM Sierra Leone Time, in the presence of the bidders’ designated representatives and anyone who chooses to attend, at the address below. Late bids will be rejected and returned unopened to bidders.
Ministry of Health /Integrated Health Projects Administration Unit;
P. O. Box number;
Alpha Umara Jalloh, Team Lead;
Ground Floor;
23 Cantonment Road
Off Kingharman Road
Freetown, Sierra Leone
+232 77 002 864 / +232 88 74 03 63