NATIONAL COMMISSION FOR REFUGEES, MIGRANTS, AND INTERNALLY DISPLACED PERSONS, (NCFRMI) has floated a tender for Supply of Hospital Equipment`s to Maternity Healthcare Centre in Ibianga Village, Orukanam L. G. A. The project location is Nigeria and the tender is closing on 04 Nov 2019. The tender notice number is , while the TOT Ref Number is 36773961. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Supply of Hospital Equipment`s to Maternity Healthcare Centre in Ibianga Village, Orukanam L. G. A

Deadline : 04 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36773961

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL COMMISSION FOR REFUGEES, MIGRANTS, AND INTERNALLY DISPLACED PERSONS, (NCFRMI)
Room3B 2.60 Procurement Unit National Commission for Refugees, Migrants and Internally Displaced Persons. 2nd Floor, Federal Secretariat Complex Phase I, Abuja Attn: Honorable Federal Commissioner
Nigeria

Tender Details

Tenders are invited for Supply of Hospital Equipment`s to Maternity Healthcare Centre in Ibianga Village, Orukanam L. G. A (Ukanafun/ Orukanam Federal Constituency), Akwa Ibom State.

ELIGIBILITY REQUIREMENTS
The Following Mandatory Requirements shall be submitted along with detail company profile
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2and CAC7 or Business Name where applicable;
(b) Evidence of valid Company’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners where applicable) for the last three (3) years (2016, 2017 & 2018) valid till 31st December. 2019;
(c) Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP.
(g) Sworn Affidavit disclosing whether or not any officer of the National Commission for Refugees. Migrants and Internally Displaced Persons 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;
(h) Company’s Audited Accounts for the last three (3) years -2016, 2017, 2018;
(i) Evidence of financial capability to execute the project by submission of 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 Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, 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 (where applicable)
(m) For Supply of Equipment: Letter of Authorisation from Original Equipment Manufacturers (OEMs);
(n) For Training: Evidence of registration with Centre for Management Development;
(o) For Consultancy Services: Evidence of Firm’s registration with relevant professional body(ies);
(p) 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.

(2.2) ADDITIONAL INFORMATION:
(i) Copy of evidence of payment (NCFRMI RECIEPT) should be included in the submission
(ii) Local Content Policy shall apply
(iii) No Company/Firm should bid for more than two (2) Lots;
(iv) Bidders or their representatives and other interested organizations/general public are by this notice invited to witness the opening.
(v) Only firms that comply with regulatory requirements would be considered.
(vi) Late submission will be returned un-opened.
(vii) Failure to satisfactorily fulfill the conditions as requested above will result to the invalidation of such tender.
(viii) NCFRMI reserves the right to verify the authenticity of claim(s) made by any tendering company.
(ix) NCFRMI shall reserve the right to reject any submission based on unverifiable Information.
(x) Note that the NCFRMI is not bound to pre-qualify any Bidder and reserves the right to annul the Procurement Process at any stage without incurring any liabilities in accordance with Section 28 of the Public Procurement Act (PPA) 2007.
(xi) Also note that the NCFRMI will only award contracts to the lowest evaluated responsive bidders and not the lowest announced bid from the bidders as other criteria’s are also being considered.

COLLECTION OF TENDER DOCUMENTS
Interested firms for the procurement of Goods and Works are to collect bid documents from Room3B 2.60 Procurement Unit National Commission for Refugees, Migrants and Internally Displaced Persons. 2nd Floor, Federal Secretariat Complex Phase I, Abuja, upon presentation of evidence of payment of a non- refundable tender fee of Ten Thousand Naira (N10.000) per lot in favour of National Commission for Refugees, Migrants & Internally displaced Persons (NCFRMI) by using the Central Bank of Nigeria (CBN) payment gateway platform that can be accessed from the REMITA website at www.remita.net
N.B: Interested bidders for the procurement of Consultancy Services are exempted from paying Tender Fees at the initial stage until they are pre-qualified to the stage of issuance of Request for Proposal (RFP).

Documents

 Tender Notice