Expression of Interest for Furnishing of Oncology Centre Minimum Average Annual Turnover (): 150,000,000 Date Added: April 29, 2025 Deadline: 20/05/2025 Category: Construction & Engineering, Consultancy, Medical Equipment, Medical Supply ELIGIBILITY REQUIREMENTS (a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Form CAC, or CAC, and CAC; (b) Evidence of Companys Income Tax Clearance Certificate for the last three (3) years (2022, 2023 and 2024) 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 (I.T.F.) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is at least 5 or at least N50m turnover); (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 Bureau of Public Procurement; (g) Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of the Obafemi Awolowo University Teaching Hospital Complex, Ile-Ife, Osun State 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 in Nigeria; (h) Companys Audited Accounts for the last three (3) years (2022, 2023 and 2024); (i) Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the Project when needed; (j) Companys Profile with the Curriculum Vitae of Key Staff to be deployed for the Project, including copies of their Academic/Professional Certificates such as COREN, QSRBN, ARCON, CORBON, etc.; (k) Verifiable documentary evidence of at least three (3) similar jobs (in size, nature and complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the Projects; (l) LOT B1: Electricity Jobs: Evidence of current license issued by Nigerian Electricity Management Services Agency (NEMSA); (m) LOTs A1, A4ii and B4iii: 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; (n) LOTs A2 and B3iii: Evidence of Firms current registration/accreditation with Computer Professionals Registration Council of Nigeria with contract capability not less than category A and National Information Technology Development Agency (NITDA). (o) Works: List of Plants/Equipment with proof of Ownership/Lease Agreement; (p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner). (q) Lot A5: Only companies included in the national automotive Design and development Council has approved list of local Manufacturers of Vehicles or their authorized representative should bid for the Vehicles/Tractors. (r) The scope of Consultancy service for interested, competent and reliable Consultants shall include the following: Evidence of Firms current registration with the relevant regulatory professional body(ies) such as Architects, Electrical engineer, Mechanical Engineer, Quantity Surveyors and Structural Engineer. Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/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 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. Note: a. All EOIs/Bids must be in English Language and signed by an Official Authorized by the Bidder; b. All EOIs/Bids submitted after the deadline for submission would be returned un-opened; c. A bidder should not bid for more than two (2) Lots; d. All costs will be borne by the bidders; e. The Obafemi Awolowo University Teaching Hospitals Complex, Ile-Ife is neither committed nor obliged to short-list any Contractor/Consultant or to award the contract to any Supplier Agent; f. The OAUTHC, Ile-Ife will only recognize and correspond with only authorized Officers of the bidding Companies and NOT through individuals or agents acting on their behalf; g. This advertisement for invitation shall neither be construed as a commitment on the part of the OAUTHC, Ile-Ife nor shall it entitle any contractor/consultant to make any claim whatsoever and/or seek any indemnity from the OAUTHC, Ile-Ife; h. Obafemi Awolowo University Teaching Hospitals Complex, Ile-Ife is not bound to pre-qualify any applicant and 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 (PPA) 2007; All Bidders, relevant Civil Societies and General Public are invited to attend the exercise. Tender Link : https://etenders.com.ng/obafemi-awolowo-university-teaching-hospitals-complex-invitation-for-the-pre-qualification-expression-of-interest-under-the-capital-projects-for-2025-budget/