Procurement Summary
Country : Nigeria
Summary : Construction of Generator House and Installation of Generators
Deadline : 21 Aug 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 86296643
Document Ref. No. : FMOH/PROC/2023/001/W3
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Construction of Generator House and Installation of Generators
Minimum Average Annual Turnover (N) 80, 000, 000.00
Interested and competent contractors, suppliers, consultants, and service providers wishing to carry out any of the projects listed above required to submit the following documents. Failure to fulfill any of the under-listed requirements will render a bid, disqualified.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable for services;
b) Evidence of Company-s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years (2019, 2020 and 2021) valid till 31st December 2023
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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 current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Federal Ministry of Health or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
h) Company-s Audited Accounts for the last three years (2020, 2021, 2022)
i) Reference letter from a reputable commercial bank 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 COREN, QSDRBN, ARCON, CORBON etc;
k) 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;
l) list of plants/equipment with proof of ownership/lease agreement;
m) For consultancy services: Evidence of firm-s current registration with relevant regulatory professional body(ies);
n) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
o) Lot G1: Evidence of current licence/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
p) Lot G2: Evidence of firm-s current practice licence issued by the Pharmacy Council of Nigeria or other related regulatory professional body(ies)
q) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
r) All documents for submission must be submitted with a Covering/Forwarding letter under the Company-s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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.
Interested companies are to collect Standard Bidding documents from the Tender unit of the Procurement Department Room 306, 3rd Floor Federal Ministry of Health, Federal Secretariat Complex, Phase III Ahmadu Bello Way, Abuja upon presentation of evidence of payment of non-refundable tender fee of N10, 000.00 (Ten Thousand Naira) only, per lot, paid into the Remita account/TSA of the Federal Ministry of Health in any reputable commercial bank in Nigeria. (The TSA account number is to be obtained from the Ministry-s central pay office) HQ Federal Secretariat, Phase 3 Abuja.
Prospective bidders are to submit bid for each of the lot desired in two (2) hard copies of the Technical Bid and two (2) hard copies of financial Bid (including soft copy of financial bid in MS Excel format, packaged separately in sealed envelopes and clearly marked “technical Bid” or “financial bid-. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Permanent Secretary, Federal ministry of Health, Federal Secrets Complex, Phase III Abuja 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 Bi and should be deposited in the Tender Box at the address in 4 above, not later than 12.00 on Monday, 21st August, 2023.
Note:
i. Bids and Expressions of interest must be in English language and signed by an official authorized by the bidder.
ii. Further details are as specified in the Bid Documents and each shall be evaluated awarded as a separate Lot/Project;
iii. Bids and Expressions of Interest submitted after the deadline for submission would be returned unopened.
iv. Bidders should not bid for more than two (2) lots;
v. The Technical bids will be opened in the presence of CSOs and professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the EOI-s opening online;
vi. Goods & Work: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
vii. Services: Only shortlisted consultants will be invited at a later date for collection of Request for Proposals;
viii. All costs will be borne by the bidders as the Ministry will not be held responsible for any cost or expenses incurred by an interested party(ies) in connection with any response to this invitation;
ix. Non-compliance with the conditions stated therein will lead to automatic disqualification of the bidder from the bidding process.
x. The Ministry is not bound to prequalify and bidder 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.
Documents
Tender Notice