|
Prequalifications are invited for Provision of Medical Equipment & Drugs in Selected Maternity & Healthcare Centre in Rural Farming Communities Selected from South South Region (Lots 1-6)) 3. ELIGIBILITY REQUIREMENTS Interested Contractors/Suppliers are requested to submit the following documents/information with verifiable evidences for assessment/consideration: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7 b. Evidence of Companys Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2026 i.e. 2023, 2024 & 2025 c. Bidders shall have minimum average annual turnover of not less than as stated above and as evidence in the Tax Clearance Certificate. d. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (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, 2026 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above). f. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2026; g. 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, 2026 or valid Certificate issued by BPP; h. For LOT 15 only Companies included in the National Automotive Design and Development Council has approved list of Local Manufacturers of Vehicles or their Authorized Representatives should bid for the Utility Vehicles i. For LOTS 1,8,12,13,14,16,28,30,31,32,33 & 35 should possess a Letter of Authorization from the Original Equipment Manufacturers listed in the approved policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria. j. For LOTS 3,5,7,19,22, 23 & 26 Only Companies that possess relevant equipment for Road Construction will be pre-qualified, also note the Companys Profile as stated in (n) below k. Sworn Affidavit: -disclosing whether or not any officer of the relevant committees of the Procurement Department, UCH Ibadan 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; -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; l. Companys Audited Accounts for the last three (3) years 2023, 2024 & 2025 duly acknowledge by the Federal Inland Revenue Services (FIRS); m. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; n. Companys Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, ARCON, CORBON, QSRBN, COREN Mechanical, COREN Electrical SURCON etc.; o. 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 revealing the Commissioning of the projects; p. Works, List of Plants/Equipment with proof of Ownership/Lease Agreement; q. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others: CAC, Tax Clearance Certificate, 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 transmitted with a Covering/Forwarding letter under the Comny/Firms 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; Other mandatory requirements for LOTS 1,2,9,11,13,14,17,18,20,21,24,25 & 29 are listed as follows: I. Evidence of having at least one (1) COREN Registered Civil/ Structural Engineer with Practicing license valid for 2026 (copy of COREN Certificate and Current practicing License of the personnel must be attached. II. Evidence of having at least one (1) COREN Registered Mechanical Engineer with Practicing license valid for 2026 (copy of COREN Certificate and Current practicing License of the personnel must be attached. III. Evidence of having at least one (1) COREN Registered Electrical Engineer with Practicing license valid for 2026 (copy of COREN Certificate and Current practicing License of the personnel must be attached IV. Evidence of having at least one (1) QRSBN Registered Quantity Surveyor with practicing License valid for2026 (copy of QSRBN Certificate and Current practicing license of the personnel must be attached V. Evidence of having at least one (1) ARCON Registered Architect with practicing License valid for 2026 (copy of ARCON Certificate and Current practicing license of the personnel must be attached VI. Evidence of having at least one (1) CORBON Registered Builder with practicing License valid for 2026 (copy of CORBON Certificate and Current practicing license of the personnel must be attached 4. SUBMISSION OF PRE-QUALIFICATION DOCUMENTS Interested firms are to submit three (3) Bound copies and one (1) soft copy for Pre-qualification documents as applicable, separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Chief Medical Director, University College Hospital, Ibadan and clearly marked with (the name of the project and Lot number) e.g. LOT 1 Development of Medical Facility (Maternity Home), Equipping and Medical Outreaches for Selected Communities in Six Geo-Political Zone in Nigeria Please ensure that you sign the bid submission register at the bidding unit of the Procurement Department. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop it in the designated Tender Box at the office of The Deputy Director of Procurement, University College Hospital, Ibadan not later than 12:00 noon 18th, May, 2026. 5. OPENING OF PRE-QUALIFICATION DOCUMENTS The pre-qualification documents will be opened immediately after the deadline for submission at 12:00 noon 18th, May, 2026, at The Procurement Department Workstation, 2nd Floor Mortuary Building, University College Hospital, Ibadan. 6. IMPORTANT NOTICE Only the Pre-qualified Contractors will be requested to pay a sum of N10,000.00 (Ten Thousand Naira Only) processing fee before collecting the financial bids. Tender Link : https://etenders.com.ng/university-college-hospital-ibadan-invitation-for-pre-qualification-under-the-capital-zonal-intervention-constituency-projects-for-2026-budget/
|