Tenders are invited for Renovation, Furnishing, and Equipping of Telemedicine Centre at Federal Teaching Hospital, Gombe Date Added: April 28, 2025 Deadline: 28/05/2025 Category: Construction & Engineering, General Supplies & Services, Medical, Health & Laboratory, Supply of Vehicles ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7, Business Name with Form BN1 (where acceptable for Services). 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, 2025. c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (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, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover of N50m and above). e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025. f. 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, 2025 or valid Certificate issued by BPP. g. Sworn Affidavit: disclosing whether or not any officer of the relevant committees of the National Institute for Cancer Research and Treatment 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 any bank, other financial institution or third party that is not performing, had not whose account portfolio has been outstanding for the last four (4) respective years. h. Model Health Equipment: Evidence of Authorization from Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria. i. Companys Audited Accounts of Firms current registration with the National Dental Council of Nigeria or other related professional body(ies). j. Companys Audited Accounts for the last three (3) years 2020, 2021 & 2022; k. Reference Letter from a reputable Commercial Bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed. l. Companys Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (Note: Staff Leader for all Oncology Services should have less than 10 years working experience in Oncology. m. Verifiable documentary evidence of at least three (3) similar job(s) completed (with the nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the project. n. For Supply of Other Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEM) o. ICT jobs: Evidence of Firms current registration/accreditation with Computer Professionals Council of Nigeria and National Information Technology Development Agency (NITDA). p. Detailed List of Plants/Equipment with proof of Ownership/Lease Agreement. q. Only companies included in the National Automotive Design and Development Councils approved list of local manufacturers of vehicles or their authorized representatives should bid for the Vehicles. r. For Joint Venture Partnership, Memorandum of Understanding (MOU) should be provided indicating relevant positions of the partners and registered with CAC, TCF Clearance Certificate, Pension Certificate, Company Certificate, NSIIF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner. Note: All documents for submission should be transmitted with a Covering/Forwarding Letter under the Company/Firms Letter Paper bearing the stamp and seal, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and Email 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 authorized officer of the firm. Interested bidders are to collect the Tender Document from the Office of the Head of Procurement Department between 8:00am 4:00pm (Monday -Friday) on evidence of payment of a non-refundable tender fee of Fifteen Thousand Naira (N15,000.00) per lot (LOT). Interested Firms in Category C will not pay at this stage until after shortlisting The EOI and Technical Bids will be opened immediately after the deadlines for submission at 12:00 noon Monday, 12th May, 2025, respectively, at the Conference Room of NICRAT, No. 43, Agadez Street, Wuse 2, Abuja, while the financial bids will kept unopened. Bidders are to sign the EOI Bid Submission Register in the office of the Head of Procurement. NICRAT will not be held liable for misplaced, wrong marking or wrongly submitted EOI/bid. Note: a. EOIs/Bids must be in English Language and signed by an official authorized by the bidder; b. EOIs/Bids submitted after the deadline for submission would be returned unopened; c. Bidders should not bid for more than two (2) Lots; d. All costs will be borne by the bidders; e. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services); f. Category A & C: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bid opening, while the financial bids of un-successful bidders will be returned un-opened g. Category C: Only shortlisted Applicants will be invited at a later date for collection of Request for Proposal; h. The National Institute for Cancer Research and Treatment (NICRAT) is not bound to pre-qualify/short list any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities to the bidders in accordance with Section 28 of the Public Procurement Act, 2007. Tender Link : https://etenders.com.ng/national-institute-for-cancer-research-and-treatment-abuja-invitation-to-tender-expression-of-interest-for-2025-capital-zonal-and-constituency-projects/