Medical Laboratory Science Council Of Nigeria-Invitation To Tender For Procurement Of Medical Laboratory Equipment And Renovation Of Zonal Ivd Laboratory


MEDICAL LABORATORY SCIENCE COUNCIL OF NIGERIA
PLOT 1166 MOHAMMED N. UMAR LANE, DURUMI PHASE 2, GARKI ABUJA
INVITATION TO TENDER

1. INTRODUCTION
The Medical Laboratory Science Council of Nigeria (MLSCN) is a regulatory institution with a mandate to strengthen health laboratory systems and professional practice for quality services through strategic regulations and accreditation, in accordance with the Public Procurement Act 2007, the council invites interested and eligible contracts to tender for the execution of the following projects in her 2023 appropriation.

2. SCOPE OF GOODS AND WORKS

CATEGORY A: GOODS

S/NPROJECT NAMELOCATION
1Procurement of Medical Laboratory EquipmentIVD laboratory Lagos/Abuja

CATEGORY B: WORKS

S/NPROJECT NAMEAPP
2Renovation of Zonal IVD LaboratoryIVD Laboratory Lagos

3. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under listed verifiable requirement to be eligible to participate in the procurement exercise.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including (Forms CAC1.1 or CACs2 AND CAC7);
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2023
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Lot 1: 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;
h) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Medical Laboratory Science Council of Nigeria or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding;
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
i) Company’s Audited Accounts for the last three years (2020, 2021, 2022)
j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
k) Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON etc;
l) 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;
m) Lot 2: List of plants/equipment with proof of ownership/lease agreement;
n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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.

4. COLLECTION OF BID DOCUMENTS
Interested bidders are requested to collect bid documents from the Procurement Unit, Room 304, 2nd Floor at the Corporate Headquarters, plot 1166, Mohammed N. Umar Lane, Durumi Phase II Garki Abuja, upon presentation of evidence of payment of non-refundable fee of Ten Thousand Naira (N10, 000.00) only paid to Medical Laboratory Science Council of Nigeria’s TSA in any reputable commercial Bank in Nigeria.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the LOT desired, two (2) hard and soft copies each of the technical and financial bids. Tender documents are to be delivered in two (2) separate envelopes marked “Financial bid” and “Technical bid” respectively. Both envelopes should be enclosed in a large envelope showing the lot number of the project for which the bid is submitted. All bids should be submitted to the procurement unit, Room 304 between the hours of 9am – 4pm Monday to Friday on or before 1:00pm of Wednesday 10th January, 2024.

At the point of submission, bidders are expected to sign the tender register, bids must be addressed to:
Registrar/CEO
Medical Laboratory Science Council of Nigeria (MLSCN)
Plot 1166 Mohammed Umar Lane, Durumi Phase II Garki Abuja, FCT.

6. OPENING OF TECHNICAL BIDS
Only technical bids will be opened immediately after the submission at 1:00pm Wednesday 10th January, 2024 at the Council’s boardroom while financial bids will be kept un-opened.

7. PLEASE NOTE THAT
a. Bids must be in English Language and signed an official authorized by the bidder,
b. Bids submitted after the deadline for submission would be returned un- opened;
c. MLSCN is not obliged to accept the lowest priced bid.
d. This advertisement is published for information purpose and should not be construed as a commitment or obligation on the part of the council to award these contracts.
e. MLSCN will not be responsible for any cost expenses incurred by any interested party in connection with any response to this invitation and preparation or submission in response to enquiring.
f. The technical bids will be opened in the presence of bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and private professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
g. Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
h. The MLSCN is not bound to prequalify and bidder 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.

Signed
Registrar/CEO