NATIONAL OBSTETRIC FISTULA CENTRE BENIN CITY, EDO STATE-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS
NATIONAL OBSTETRIC FISTULA CENTRE
BENIN CITY, EDO STATE
INVITATION TO TENDER
1. INTRODUCTION
The National Obstetric Fistula Centre Benin, hereby invites all interested and eligible contractors with relevant experience to tender for the execution of the following projects.
2. SCOPE OF GOOD AND WORKS
CATEGORY A: GOODS
LOT NO. | PROJECT NAME |
A1 | Procurement of Medical Equipment |
A2 | Procurement of Utility Vehicle |
CATEGORY B: WORKS
LOT NO. | PROJECT NAME |
B7 | Construction of Admin/Wards Theatre Building |
3. ELIGIBILITY REQUIREMENTS
Firms interested in bidding for any of the Lots should submit the following eligibility requirements:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate 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. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Obstetric Fistula Centre Benin or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidd4er and to confirm that all information presented in its bid are true and correct in all particulars;
g. Company’s Audited Accounts for the last three (3) years -2021, 2022 & 2023;
h. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
i. 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, SURCON, etc.;
j. 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;
k. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
l. For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
m. 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 A1;
n. 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;
o. 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 Clearance 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 e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm. These documents are to be arranged in the order in which they are listed above.
4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Document (SBD) from the Admin Building, National Obstetric Fistula Centre Benin, Benin City between the Hours of 9:00am and 4:00pm on evidence of payment of a non-refundable fee of N10,000.00 per Lot, paid into the National Obstetric Fistula Centre Benin’s Remita account in any reputable Commercial Bank in Nigeria.
5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for desired Lot, 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 two sealed envelopes together in a bigger sealed envelope addressed to The Medical Director National Obstetric Fistula Centre Benin, Benin City, Nigeria 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 in Admin Building, National Obstetric Fistula Centre Benin, Benin City not later than 12:00 noon Monday, 20th January, 2025.
6. OPENING OF TECHNICAL BIDS
Only technical bids will be opened immediately after the deadline for submission 12:00 noon Monday, 6th January, 2025 respectively, at the Admin Building, National Obstetric Fistula Centre Benin, Benin City, while the financial bids will be kept un-opened. Please ensure that you sign the Bid Submission register as National Obstetric Fistula Centre Benin will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact Head of Procurement Division, National Obstetric Fistula Centre Benin.
7. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned un-opened;
c. All costs will be borne by the bidders;
d. The 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. Only pre-qualified bidders at technical evaluation 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 National Obstetric Fistula Centre Benin is not bound to shortlist/pre-qualify any Applicant 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:
Medical Director
No Comments
Sorry, the comment form is closed at this time.