OBAFEMI AWOLOWO UNIVERSITY TEACHING HOSPITALS COMPLEX-
INVITATION TO TENDER FOR THE 2020 CAPITAL PROJECTS
OBAFEMI AWOLOWO UNIVERSITY TEACHING HOSPITALS COMPLEX
P.M.B. 5538, ILE- IFE, NIGERIA
INVITATION TO TENDER FOR THE 2020 CAPITAL PROJECTS
1. INTRODUCTION
The Obafemi Awolowo University Teaching Hospitals Complex was Appropriated Funds in the 2020 Appropriation Act (Revised) for the execution of its projects. In compliance with the Public Procurement Act 2007, the Obafemi Awolowo University Teaching Hospital Complex hereby Invites all interested and eligible Suppliers with relevant experience to tender for the following Capital Projects.
2. SCOPE OF SUPPLY
CATEGORY | PROJECT TITLE |
LOT 1 | Furnishing and Equipping of Dental Hospital |
LOT 2 | Furnishing and Equipping of 75-Bed Orthopaedic Ward with one Theatre Suite |
LOT 3 | Furnishing and Equipping of Cardiac Centre |
LOT 4 | Supply of Medical Equipment, Drugs and Consumables |
Projects listed above will be subjected to Due Process mechanism, which would be transparent to all interested and eligible bidders who wish to participate.
3. ELIGIBILITY REQUIREMENTS
(i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC, including Form CAC 2 and CAC7 (or CAC 1.1);
(ii) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020 (2017,2018 and 2019)
(iii) Evidence of current Pension Compliance Certificate valid 31st December, 2020
(iv) Evidence of current Industrial Training Fund (I.T.F.) Compliance Certificate valid till 31st December, 2020
( v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31* December, 2020
( vi) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2020 or valid Certificate issued by Bureau of Public Procurement
(vii) Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of the OAUTHC lle-Ife Osun 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;
(viii) Company’s Audited Accounts for the last three (3) years (2017, 2018 and 2019)
(ix) Evidence of financial capability 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;
(x) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the Project including copies of their Academic/Professional qualifications;
( xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Job Completion Certiifcates, Final Maintenance Certificates and Photographs of the Project.
(xii) 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;
(xiii) 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.
(xiv) All documents for submission must be transmitted with a Covering/Forwarding Letter from under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affair’s Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) 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 the authorized Officer of the Firm.
4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Documents from the office of Director (Procurement Department) Room 7, Behind Administrative Block, Phase 1, OAITHC, Ile-Ife between the working hours of 8:30 a.m. and 4:00p.m daily on the payment of a Non-refundable Tender Fee of N10, 000.00 per Lot into OAUTHC TSA INTERNALLY GENERARED REVENUE ACCOUNT. The photocopy of teller for this payment should be attached to the Tender Documents
No Comments