NATIONAL EYE CENTRE (NATIONAL INSTITUTE OF OPHTHALMOLOGY) KADUNA, NIGERIA INVITATION FOR TENDER
NATIONAL EYE CENTRE
(NATIONAL INSTITUTE OF OPHTHALMOLOGY)
KADUNA, NIGERIA
INVITATION FOR TENDER
(NATIONAL INSTITUTE OF OPHTHALMOLOGY)
KADUNA, NIGERIA
INVITATION FOR TENDER
Tenders are hereby invited for the following Capital Projects for 2017 at the National Eye Centre, Kaduna.
(1.0)
LOT 1: Rehabilitation of Blocks A & B
LOT 2: Purchase of Project Vehicle
LOT 3: (A-E) Procurement of Medical Equipment
LOT 4: Supply of Computers
LOT 1: Rehabilitation of Blocks A & B
LOT 2: Purchase of Project Vehicle
LOT 3: (A-E) Procurement of Medical Equipment
LOT 4: Supply of Computers
(2.0) TENDER REQUIREMENTS
Interested Companies are required to submit the following documents and present original copies for sighting during the bid opening:
i. Verifiable evidence of Incorporation a Registration with Corporate Affairs Commission.
ii. Verifiable evidence of compliance with Pension Reform Act, 2014 by inclusion of current Certificate of Compliance from the National Pension Commission.
iii. Verifiable evidence of compliance with the Nigeria Social Insurance Trust Fund (Employee Compensation Act, 2010) by inclusion of current Compliance Certificate from NSITF.
iv. Tax Clearance Certificates verifiable from Federal Inland Revenue Service (FIRS) for the past three (3) years (2014, 2015 & 2016) expiring in December, 2017.
v. Verifiable evidence of VAT Registration with Tax Identification Number (TIN) and up-to-date evidence of remittance.
vi. Verifiable evidence of past experience for similar jobs, by inclusion of Award Letter, Certificate of Job Completion etc.
vii. Verifiable evidence of Financial Capability from a reputable Bank (Reference Letter from Bank).
viii. Company Profile including list of Professional Staff, Qualifications which include Name, CV’s and Photocopy of Certificates of Staff.
ix. Company’s Audited Account for the past three (3) years (2014, 2015 & 2016).
x. Verifiable evidence of payment of tender fees (copy of payment receipt).
xi. Verifiable evidence of compliance with Industrial Training Fund (ITF) Amended Act, 2011) by inclusion of current compliance letter from ITF.
xii. Verifiable evidence of registration with BPP, National Database of Contractors, Consultants and Service Providers, by inclusion of current Interim Registration Report (IRR).
Interested Companies are required to submit the following documents and present original copies for sighting during the bid opening:
i. Verifiable evidence of Incorporation a Registration with Corporate Affairs Commission.
ii. Verifiable evidence of compliance with Pension Reform Act, 2014 by inclusion of current Certificate of Compliance from the National Pension Commission.
iii. Verifiable evidence of compliance with the Nigeria Social Insurance Trust Fund (Employee Compensation Act, 2010) by inclusion of current Compliance Certificate from NSITF.
iv. Tax Clearance Certificates verifiable from Federal Inland Revenue Service (FIRS) for the past three (3) years (2014, 2015 & 2016) expiring in December, 2017.
v. Verifiable evidence of VAT Registration with Tax Identification Number (TIN) and up-to-date evidence of remittance.
vi. Verifiable evidence of past experience for similar jobs, by inclusion of Award Letter, Certificate of Job Completion etc.
vii. Verifiable evidence of Financial Capability from a reputable Bank (Reference Letter from Bank).
viii. Company Profile including list of Professional Staff, Qualifications which include Name, CV’s and Photocopy of Certificates of Staff.
ix. Company’s Audited Account for the past three (3) years (2014, 2015 & 2016).
x. Verifiable evidence of payment of tender fees (copy of payment receipt).
xi. Verifiable evidence of compliance with Industrial Training Fund (ITF) Amended Act, 2011) by inclusion of current compliance letter from ITF.
xii. Verifiable evidence of registration with BPP, National Database of Contractors, Consultants and Service Providers, by inclusion of current Interim Registration Report (IRR).
(3.0) IMPORTANT INFORMATION
a. Prospective bidders are to provide evidence of all the Tender requirements for prequalification. Failure to comply with any of the above stated instructions or to provide any of the listed documents may automatically result in disqualification.
b. Please note that late submission of bid document will be rejected.
c. Any discrepancy found would summarily disqualify the bidder.
d. The Management of the National Eye Centre reserves the right to annul or cancel the bidding process at any time without incurring liabilities or assigning any reason thereto.
e. Due diligence should be followed as all documents submitted would be verified, past executed jobs and offices of the Contractors or Suppliers may be visited.
f. Prospective bidders for Medical Equipment must be accredited agents or licensed representatives of equipment manufacturers, including availability of manufacturer/certified Engineers in Nigeria.
a. Prospective bidders are to provide evidence of all the Tender requirements for prequalification. Failure to comply with any of the above stated instructions or to provide any of the listed documents may automatically result in disqualification.
b. Please note that late submission of bid document will be rejected.
c. Any discrepancy found would summarily disqualify the bidder.
d. The Management of the National Eye Centre reserves the right to annul or cancel the bidding process at any time without incurring liabilities or assigning any reason thereto.
e. Due diligence should be followed as all documents submitted would be verified, past executed jobs and offices of the Contractors or Suppliers may be visited.
f. Prospective bidders for Medical Equipment must be accredited agents or licensed representatives of equipment manufacturers, including availability of manufacturer/certified Engineers in Nigeria.
(4.0) SCOPE OF WORK AND SPECIFICATION
The scope of work and specifications for each project is provided in the Tender document which shall be obtained from planning Division, Directorate of Administration, National Eye Centre, Kaduna on payment of non-refundable bidding fee of Thirty Thousand Naira only for each Lot.
The scope of work and specifications for each project is provided in the Tender document which shall be obtained from planning Division, Directorate of Administration, National Eye Centre, Kaduna on payment of non-refundable bidding fee of Thirty Thousand Naira only for each Lot.
(5.0) DISCLAIMER
This advertisement is published for information purposes only and shall not be constructed as commitment for offer by the Centre nor shall it entitle any party to make any claims whatsoever or seek indemnity from the Centre by virtue of such party(ies) having responded to this publication.
This advertisement is published for information purposes only and shall not be constructed as commitment for offer by the Centre nor shall it entitle any party to make any claims whatsoever or seek indemnity from the Centre by virtue of such party(ies) having responded to this publication.
(6.0) SUBMISSION OF TECHNICAL AND FINANCIAL BIDS
Bid should be enclosed in two (2) sealed envelopes marked Technical bid and Financial bid and the two envelopes will be enclosed in a bigger envelope indicating the Lot Number and the Name of the Project. the name of the Contractor or Company should be written at the top right hand corner of the envelope and addressed to:
The Chief Medical Director
National Eye Centre
P.M.B. 2267, Kaduna.
Bid should be enclosed in two (2) sealed envelopes marked Technical bid and Financial bid and the two envelopes will be enclosed in a bigger envelope indicating the Lot Number and the Name of the Project. the name of the Contractor or Company should be written at the top right hand corner of the envelope and addressed to:
The Chief Medical Director
National Eye Centre
P.M.B. 2267, Kaduna.
(7.0) The bid documents should be deposited in the Tender box in the Office of the Chief Medical Director (CMD) on or before six (6) weeks form the date of this publication.
(8.0) The Opening of bid documents will commence at 12 noon on the day of the expiration of the six (6) weeks from the date of this publication in the presence of the bidders representatives who may wish to witness the exercise.
9.0 further enquiries can be from the Office of the Director of Administration.
Mal. A. A. Ungo
Director of Administration,
National Eye Centre, Kaduna
Director of Administration,
National Eye Centre, Kaduna
No comments:
Post a Comment