INVITATION TO TENDER

1.            INTRODUCTION

The Federal Medical Centre, Bida is desirous of executing various projects under the 2022 FGN Capital Project Appropriation. In compliance with the section 25 (2) (ii) of the public procurement Act. 2007, the Centre hereby invites interested, competent and reputable bidders with relevant experience to tender under National Competitive Bidding for the under listed Projects:

 

2.            SCOPE OF THE PROJECTS

LOT NO.      PROJECT DESCRIPTION

 

CATEGORY A: GOODS

LOT 1   Supply of Specialized Medical Equipment

LOT 2   Supply of Specialized Medical Equipment for Urology Unit

LOT 3   Supply of Digital X-Ray Machines with Fluoroscopy

LOT 4   Supply of Medical Equipment

LOT 5   Supply of Office Furniture and Equipment (Laptops, Desktop Computers, and Photocopiers etc.)                                                                                        

 

CATEGORY B: WORKS

LOT 6   Provision of Dedicated 11/33 KVA Feeder Line from AP/Poly junction substation to

Main Hospital

LOT 7   Construction/Completion of Walkways and Railings across the main Hospital

 

3.            ELIGIBILITY REQUIREMENTS

a.     Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2, CAC7, Articles & Memorandum of Association;

b.     Evidence of current CAC Annual return by inclusion of CAC’s letter of acknowledgement of filing Annual Return(s)

c.     Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2022; with minimum average annual turnover as stated in the bid documents;

d.     Evidence of Pension Clearance Certificate valid till 31st December, 2022 (this requirement is only applicable to bidders whose number of staff is 15 and above);

e.     Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2022 (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);

f.        Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2022;

g.     Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP.

h.      Sworn Affidavit:

          disclosing whether or not any officer of the relevant committees of the Federal Medical Centre, Bida 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;

          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 or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;

i.         Company’s Audited Accounts for the last three (3) years – 2019, 2020 & 2021, duly acknowledged by the Federal Inland Revenue Service (FIRS);

j.         Reference Letter from a reputable commercial bank in Nigeria, 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.;

l.         Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;

m.   Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;

n.      Lot 6: Evidence of certification to carry out electrical installation in Nigeria by the Nigerian Electricity Services Management Agency (NEMSA);

o.     Lot 2, 3, 4 & 5: letter of authorisation from Original Equipment Manufacturers listed in the approved policy for procurement of health and medical equipment for tertiary hospitals in Nigeria;

p.     For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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)

q.     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 authorised officer of the firm.

 

4.            COLLECTION OF BIDDING DOCUMENTS

Interested bidders are required to collect bid documents at the procurement office (Room D 25), ground floor Administrative building between the hours of 9:00am to 4:00pm after presentation of evidence of the payment of N10,000.00 non-refundable tender fee, paid to the Centre’s TSA Account via REMITA.

 

5.            SUBMISSION OF BID DOCUMENTS

Prospective bidders are to submit two (2) bound hard copies each of the Technical and financial bids in sealed envelopes and clearly marked “Technical Bid” or “Financial Bid”. Thereafter the two sealed envelopes should be put together in a bigger envelope. The name of the tender should be clearly marked at the right hand corner of the outer envelope with the name, telephone number and mailing address of the bidding entity only indicated below and addressed to:

The Medical Director,

Federal Medical Centre, Bida

Etsu Yisa Area, P.M.B. 14 Bida, Niger State.

Furthermore, the reverse side of each sealed envelope should bear the name and address of the bidder boldly written at the centre and delivered to the address indicated above not later than 12:00 noon on Monday, 5th September, 2022.

 

6.            OPENING OF TECHNICAL BIDS

Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday, 5th September, 2022, at the HCS/HOA Conference Hall of Federal Medical Centre, Bida, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the office of the Head of Procurement (Room D25) Federal Medical Centre, Bida, Etsu Yisa Area, P.M.B. 14 Bida, Niger State, as the Centre will not be held liable for misplaced or wrongly submitted bids.

 

7.            GENERAL INFORMATION

         i.            Detailed descriptions & specification shall be found in the STANDARD BIDDING DOCUMENTS

       ii.            The Centre may verify any or all the claims made by a bidder and shall disqualify any company found to have given false information in addition to other sanctions that may be deemed necessary.

      iii.            Non-compliance with instructions will lead to disqualification.

    iv.            Bids submitted after the deadline for submission would be returned un-opened;

      v.            Attendees at the bid openings shall be required to wash hands, use hand sanitiser, wear mask and observe physical distancing. The Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidders who chooses to join the bid opening online;

    vi.            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;

 

8.            DISCLAIMER

This advertisement is published for information purposes only and does not constitute offer by the procuring entity to transact with any party for the services, nor does it constitute a commitment or obligation on the part of the procuring entity. The procuring entity will not be responsible for any cost or expenses incurred by any interested party(s) in connection with any response to this invitation and or the preparation or submission in response to any inquiry. The Centre reserves the right to annul the bidding process at any time without incurring any liability thereof in accordance with Section 28 of the Public Procurement Act, 2007.

 

For enquiry contact Head of Procurement Unit on 08032918140

 

 

SIGNED

MANAGEMENT

Leave a Reply