FEDERAL MEDICAL CENTRE, ONITSHA-INVITATION TO TENDER FOR CAPITAL PROJECTS
FEDERAL MEDICAL CENTRE, ONITSHA
PMB 1513, ANAMBRA STATE, NIGERIA
INVITATION TO TENDER FOR CAPITAL PROJECTS
1.0. INTRODUCTION
In compliance with the requirements of the Public Procurement Act, 2007 and extant regulations on the Procurement of Goods, Works and Services, the Federal Medical Centre, Onitsha, Anambra State, hereby invites interested, competent and reputable contractors with relevant experience, requisite and good track record to tender for the under-listed 2024 capital projects.
2.0. PROJECT DESCRIPTION
CATEGORY A: GOODS
LOT NO | PROJECT NAMES |
LOT A1 | PURCHASE OF COMPUTER SOFTWARE |
LOT A2 | PURCHASE OF 500K VA UNIT |
LOT A3 | PURCHASE OF UTILITY VEHICLE FOR HOSPITAL ACTIVITIES |
CATEGORY B: WORKS
LOT NO | PROJECT NAMES |
LOT B1 | REHABILITATION OF PERIMETER FENCING |
LOT B2 | CONSTRUCTION OF ADMIN BUILDING |
CATEGORY C: SERVICES
LOT NO | PROJECT NAMES |
LOT C2 | COMPREHENSIVE MEDICAL OUTREACH ONITSHA NORTH AND SOUTH LGA, ANAMBRA STATE |
The scope of work is as detailed in the Standard Bidding Documents to be issued to Bidders
3.0. ELIGIBILITY REQUIREMENTS
Interested Companies are required to submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7; Business Name with form BNI is also acceptable for Consultancy Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2024;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Certificate valid till 31st December, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Medical Centre, Onitsha, Anambra State 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;
h. Company’s Audited Accounts for the last three (3) years -2021, 2022 & 2023;
i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
j. 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 SURCON, COREN, QSRBN, ARCON, CORBON, NITDA & CPN, MDCN, etc.;
k. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
l. Motor Vehicle procurement: Only Companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the Vehicles;
m. ICT jobs: Evidence of current Licence/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
n. Consultancy Services: Evidence of firm’s current registration with relevant regulatory professional body(ies) such as MDCN, etc.;
o. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letter of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
p. Works: List of plants/Equipment with proof of Ownership/Lease Agreement;
q. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Firm.
4.0. COLLECTION OF TENDER DOCUMENTS (GOODS AND WORKS)
Interested Companies are to collect the Standard Bidding Document (SBD) from the office of the Procurement Unit, Federal Medical Centre, Onitsha within the working hours of 8am-4pm (Monday – Friday) on evidence of payment of a non-refundable fee of N10,000.00 per Lot, paid into the Federal Medical Centre, Onitsha’s TSA in any reputable Commercial Bank in Nigeria.
5.0. SUBMISSION OF EOI TENDER DOCUMENTS (CONSULTANCY AND SERVICES)
Interested firms are to submit two (2) bound of Expression of Interest (EOI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Medical Director, Federal Medical Centre, Onitsha, Anambra State and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at The Procurement Unit, Federal Medical Centre, Onitsha not later than 12:00 noon Monday, 6th January, 2025.
6.0. SUBMISSION OF TENDER DOCUMENTS (GOODS AND WORKS)
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the sealed envelopes together in a bigger sealed envelope addressed to The Medical Director, Federal Medical Centre, Onitsha, Anambra State and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at The Procurement Unit, Federal Medical Centre, Onitsha not later than 12:00 noon Monday, 20th January, 2025.
7.0. OPENING OF EOI AND TECHNICAL BIDS
Only the EOI technical bids will be opened immediately after the deadline for submission 12:00 noon Monday, 6th January, 2025 and 12:00 noon Monday, 20th January, 2025, respectively, in the Boardroom of Federal Medical Centre, Onitsha in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please ensure that you sign the Bid Submission Register in the office of the Procurement Unit, as Federal Medical Centre, Onitsha will not be held liable for misplaced or wrongly submitted bids.
8.0. GENERAL INFORMATION
a. EOI and Bids must be English Language and signed by an official authorized by the bidder;
b. EOI and Bids submitted after the deadline for submission would be returned un-opened;
c. All costs will be borne by the bidders;
d. The EOI and technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies;
e. Goods and Works: Only pre-qualified bidders will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
f. The Federal Medical Centre, Onitsha 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.
Signed:
(Head of Procurement Department)
For: The Medical Director.
No Comments
Sorry, the comment form is closed at this time.