Prequalifications For Acquisition Of Ambulance For Six Hospitals In Ondo North Senatorial District, Ondo State

Tender Detail

97189446
Self-Funded
Prequalifications For Acquisition Of Ambulance For Six Hospitals In Ondo North Senatorial District, Ondo State
NCB
Western Africa
Economic Community of West African States, ECOWAS,African Union
23-06-2025

Work Detail

Prequalifications are invited for Acquisition of Ambulance for Six Hospitals in Ondo North Senatorial District, Ondo State Project Type: Health Location: Ondo North LGA: Ondo North State: ONDO 3.0. ELIGIBILITY CRITERIA This solicitation for Tender shall be based on meeting the following minimum eligibility criteria: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7. Business Name with Form BN 1 is also acceptable for Consultancy Services; b. Evidence of Companys Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name and Individual Consultants/Resource Persons) for the last three (3) years valid till 31st December, 2025; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025; d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025; 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 Niger Delta Development Commission 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 winding up petition or bankruptcy proceedings or the subject of any form of financial liability with a bank, other than 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; Companys Audited Accounts for the last three (3) years -2022, 2023& 2024; 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 & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects; l. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA); m. ICT Consultancy Services: Evidence of Firms current Registration/Accreditation with Computer Professional Registration Council of Nigeria, National Information Technology Development Agency (NITDA) and with the (1Govt Cloud Enterprise Content Management System (ECMS) n. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs); 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); 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 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 4.0 COLLECTION OF TENDER DOCUMENTS For Category 1B and 2B, interested companies are to collect the Standard Bidding Document (SBD) from the office stated below: The Director, Procurement Unit, 3rd Floor, Headquarters Ancillary Building, Niger Delta Development Commission, Plot C5/C6, Eastern By-Pass, Port Harcourt, Rivers State. Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Director of Procurement, Niger Delta Development Commission, on evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Niger Delta Development Commission Remitas account in any reputable Commercial Bank in Nigeria. 5.0. SUBMISSION OF TENDER DOCUMENTS 5.1. For Category 1B and 2B Prospective bidders are to submit their Bid for the desired Lot in two (2) hard copies each of the Technical and Financial Bids with softcopy of Financial Bid in MS Excel format, packaged separately in sealed envelopes and clearly marked as Technical Bid or Financial Bid. Thereafter, put the two (2) sealed envelopes together in a bigger sealed envelope addressed to: The Director, Procurement Unit, 3rd Floor, Headquarters Ancillary Building, Niger Delta Development Commission, Plot C5/C6, Eastern By-Pass, Port Harcourt, Rivers State and clearly marked with the category, serial number, project description and Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder and dropped in the designated Tamper Proof Tender Boxes located at the Ancillary Building 3rd Floor, Headquarters of Niger Delta Development Commission, Port Harcourt, Rivers State, not later than 12:00 noon, Monday, June 23rd, 2025. 5.2. For Category 1A, 2A and 3 Prospective bidders are to submit Pre-qualification and Expression of Interest Bid for their desired Lot in a sealed envelope and clearly marked with the project name, category and Lot number and addressed to: The Director, Procurement Unit, 3rd Floor, Headquarters Ancillary Building, Niger Delta Development Commission, Plot C5/C6, Eastern By-Pass, Port Harcourt, Rivers State not later than 12:00 Noon, Monday, June 23rd, 2025. 6.0. BID OPENING EXERCISE 6.1 For Category 1B and 2B Only the Technical Bids will be opened immediately after the deadline for the submission at 12:00 noon, Monday, June 23rd, 2025 at the NDDC HORLIKINS EVENT CENTRE, PLOT C5/C6, EASTERN BYPASS beside Head Office Building, Niger Delta Development Commission, Port Harcourt, Rivers State; and the shortlisted successful Bidders will be notified. Please ensure that you sign the Bid Submission Register in the office of the Director, Procurement Unit 3rd Floor, Headquarters Ancillary Building, Niger Delta Development Commission, Plot C5/C6, Eastern By-Pass, Port Harcourt, Rivers State, as the Niger Delta Development Commission will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Director, Procurement Unit on 0818-857-8594 (Call and WhatsApp) or e-mail, procurement@nddc.gov.ng 6.2 For Category 1A, 2A and 3 The Pre-qualification and EOI Bids will be opened immediately after the deadline for the submission at 12:00 noon, Monday, June 9th, 2025 at the NDDC HORLIKINS EVENT CENTRE, PLOT C5/C6, EASTERN BYPASS beside Head Office Building, Niger Delta Development Commission, Port Harcourt, Rivers State; and the shortlisted successful Bidders will be notified. Please ensure that you sign the Bid Submission Register in the office of the Director, Procurement Unit 3rd Floor, Headquarters Ancillary Building, Niger Delta Development Commission, Plot C5/C6, Eastern By-Pass, Port Harcourt, Rivers State, as the Niger Delta Development Commission will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Director, Procurement Unit on 0818-857-8594 (Call and WhatsApp) or e-mail, procurement@nddc.gov.ng 7.0. GENERAL INFORMATION i. Bids must be in English Language and signed by an official authorised by the bidder; ii. Bids submitted after the deadline for submission would be rejected. iii. Bidders should not bid for more than three (3) Lot (Note: This maximum ceiling is important in order not to over stretch bidders capacity and cause delay in project delivery); iv. Soft copies of bid documents can be provided and Bids can be submitted vide Courier (Post); vi. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while financial bids of unsuccessful bidders will be returned un-opened; vii. All costs will be borne by the bidders; viii. The Niger Delta Development Commission is not bound to pre-qualify or accept any bidder 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, 2007. Date Added: May 27, 2025 Deadline: 23/06/2025 Category: Construction & Engineering, Consultancy, General Supplies & Services, Rehabilitation/Renovation Tender Link : https://etenders.com.ng/nddc-headquarters-port-harcourt-rivers-state-pre-qualification-invitation-to-tender-itt-for-goods-and-works-and-expression-of-interest-eoi-for-consultancy-services-for-the-commissions-2024-pr/

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2025 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail