FEDERAL TEACHING HOSPITAL, IDO -EKITI
PMB 201, IDO – EKITI, EKITI STATE
INVITATION TO TENDER FOR COVID-19 INTERVENTION PROGRAMME PROJECTS (EMERGENCY PROCUREMENT)
A. INTRODUCTION
The Federal Teaching Hospital, Ido – Ekiti, a tertiary health institution, in implementation of her 2020 Appropriation Act (Amendment) for COVID-19 Intervention Programmes and in compliance with the Public Procurement Act, 2007 hereby invites all interested, qualified and reputable contractors with relevant experience and track record to tender for the following projects:
B. PROJECT DESCRIPTION
CATEGORY A: GOODS
LOT NO |
DESCRIPTION |
LOT 1 |
Procurement of Molecular Laboratory Equipment |
LOT 2 |
Procurement of ICU Equipment and Beddings |
LOT 3 |
Procurement of Isolation Centre Equipment and Beddings |
LOT 4 |
Procurement of Personal Protective Equipment |
CATEGORY B: WORKS
LOT NO |
DESCRIPTION |
LOT 5 |
Installation of the Molecular Laboratory Equipment & Associated Civil Works |
LOT 6 |
Installation of ICU Equipment & Associated Civil Works |
LOT 7 |
Installation of Isolation Centre Equipment & Associated Civil Works |
C. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2020;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP;
(g) Company Audited Accounts for the last three (3) Years (i.e. 2017, 2018 and 2019)
(h) Sworn Affidavit:
(i) disclosing whether or not any officer of the relevant committees of the Federal Teaching Hospital, Ido-Ekiti 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;
(ii) that none of the Directors of the company has ever been convicted by any Court of Law
(iii) that the Company is not bankrupt or a party to liquidation proceedings in any Court of Law;
(i) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of award, Valuation Certificates, Completion Certificates and Photographs of the projects. Only Supplier with exceptional and convincing exposure and experience in Molecular Laboratory Equipment and ICU Equipment will be considered for LOT 1 & LOT 2 respectively;
(j) Evidence of financial capability of the company to execute the project by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
(k) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc. for Category B;
(l) Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders of Lots 1, 2 & 3;
(m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
(n) All documents for submission must be transmitted with a covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing among others, the Registration Number (RC), Contact Address, Telephone Number (Preferably GSM) and E-mail Address. The Letter Head Paper must bear the names and Nationalities of the Directors of the Company at the bottom of the page duly signed by authorized officer of the firm.
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us