UNIVERSITY OF ILORIN TEACHING HOSPITAL-INVITATION TO TENDER FOR THE EXECUTION OF 2024 CAPITAL PROJECTS
UNIVERSITY OF ILORIN TEACHING HOSPITAL
OLD JEBBA ROAD, OKE-OSE
P.M.B. 1459, ILORIN, KWARA STATE, NIGERIA
INVITATION TO TENDER FOR THE EXECUTION OF 2024 CAPITAL PROJECTS
1. INTRODUCTION
The University of Ilorin Teaching Hospital, in implementing its year 2024 capital projects hereby invites all reputable and interested contractors with relevant experience and good records of accomplishment of performance to submit tenders for the under listed projects (works):
2. SCOPE OF WORKS
LOT NO | PROJECT TITLE |
Lot 1 | Construction And Equipping of New Oxygen Plant |
3. ELIGIBILITY REQUIREMENT
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 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 bidder whose number of staff is 5 and above or bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance 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 31st December 2024; or valid certificate issued by BPP;
g. Sworn affidavit
– Disclosing whether or not any officer of the relevant committees of the University of Ilorin Teaching Hospital or the Bureau of Public Procurement is a former of present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bids are true and correct in all particulars;
– That no director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– That the company is not in receivership, the subject of any form of insolvency of bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
– That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
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 indicating its activities, 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.:
k. Verifiable documentary evidence of at least (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. List of plant/Equipment with proof of Ownership/Lease agreement;
m. Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs) listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria;
n. For joint venture/partnership, memorandum of understanding should be provided (CAC, Tax Clearance Certificate, Pension clearance certificate, ITF compliance Certificate, NSITF Clearance certificate, IRR and 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.
4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the head of procurement unit between the working hours of 08:00am and 04:00pm daily on evidence of payment of a non-refundable tender fee of N10,000.00 per Lot, paid into the University of Ilorin Teaching Hospital’s Remita account by following these procedures:
Type www.remita.net on the web, click on pay FGN and TSA, click on FGN: Federal Government of Nigeria, Type University of Ilorin Teaching Hospital on “who do you want to pay” select UITH GENERAL PURPOSE on name of service/purpose and finally, fill the remaining option and pay. The photocopy of the teller for this payment should be attached to the Tender Documents.
5. SUBMISSION OF TENDER DOCUMENT
Prospective bidders are to submit bids in two (2) hard copies each of the technical and financial bids and one (1) softcopy of financial bid only in MS Excel format, packaged separately in 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 Chief Medical director University of Ilorin Teaching Hospital, Ilorin Kwara State and clearly marked with the name of the project and lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender box in the Office of the Head of Procurement not later than 12:00noon Monday, 14th October 2024.
6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission 12:00noon Monday, 14th October 2024, at the Procurement/ACTU building Conference Hall of the University of Ilorin Teaching Hospital permanent site 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 at the office of the Head of Procurement, as the University of Ilorin Teaching Hospital will not be held liable for misplaced or wrongly submitted bids. For further enquiry, please get in touch with the Procurement unit at this E-Mail Address: uithprocurement@gmail.com
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 cost 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; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
e. Only pre-qualified bidders will be invited at the later date for collection of Tender documents;
f. The University of Ilorin Teaching Hospital is not bound to pre-qualify any bidder and reserves the right to annual the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act, 2007.
SIGNED:
CHIEF MEDICAL DIRECTOR
UNIVERSITY OF ILORIN TEACHING HOSPITAL ILORIN
No Comments