ABIA STATE POLYTECHNIC-
INVITATION TO TENDER FOR 2021 TETFUND SPECIAL INTERVENTION PROJECT
ABIA STATE POLYTECHNIC
ABIA, ABIA STATE
INVITATION TO TENDER FOR 2021 TETFUND SPECIAL INTERVENTION PROJECT
1. INTRODUCTION
The Abia State Polytechnic, Abia State is about to utilize the 2021 TETFUND Special Intervention Project. The Polytechnic wishes to invite reputable and seasoned firms with proven track record and expertise to submit bids for the under-listed project.
2. SCOPE OF WORK
Lot 1: Construction of 80Nr Capacity Hostel (One Suspended Floor) Building of the Polytechnic Abia
Lot 2: Furnishing of 80Nr Capacity Hostel (one Suspended Floor) Building of the Polytechnic Abia
3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2023 with minimum average annual turnover of N100 Million for lot 1 and N50 Million for lot 2;
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) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Abia State Polytechnic, Abia State 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.
h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022)
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j) 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, QSDRBN, ARCON, CORBON etc;
k) 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;
l) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
m) 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);
n) 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 TENDER DOCUMENTS
Bid documents shall be made available to interested companies on presentation of evidence of payment of tender fee of Ten Thousand Naira only (N10, 000.00) per lot, paid into the Abia State Polytechnic, Abia account, and the receipt issued by the Abia State Polytechnic, Abia’s Bursary in respect of the tender. All tender documents should be collected at the Office of the Director, Procurement Department, The Abia State Polytechnic, Abia State.
5. SUBMISSION OF TENDER DOCUMENTS
Interested bidders should out the technical bid in separate sealed envelope and financial bid in another sealed envelope, with each envelope distinctively labeled to indicate its nature, whole the two (2) envelopes should be put in a bigger sealed envelope, indicating company’s name, particulars and name of the lot and should be addresses and submitted to the Director, Procurement Department of Abia State Polytechnic, Abia State not later than 11:30am on Tuesday, 5th September, 2023.
6. OPENING OF TECHNICAL BIDS
Only the technical; bids will be opened immediately after the deadline for submission at 11:30am on Tuesday 5th September, 2023, at the Abia State Polytechnic’s Senate Chamber, in the presence of the bidders or their representatives, while the financial bids will be kept un-opened.
7. GENERAL INFORMATION
a. Bids must be made in English Language and signed by an official authorized by the bidder;
b. Bids submitted after the deadline for submission would be returned unopened;
c. All cost will be borne by the bidders as the Polytechnic will not be held responsible for any cost or expenses incurred by an interested party(ies) in connection with any response in this invitation
d. Arrangement of the technical documents in hard copies should follow the order in the list above and appropriately paged. The technical documents should have a table of content indicating the pages, which these items are to be found. Failure to comply with this directive will result in disqualification of the bidder;
e. Non-compliance with all the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process.
f. The technical bids will be opened in the presence of CSOs and Professional bodies and covered by video recording: invitation line will be sent to bidder who chooses to join the bid opening online
g. Only pre-qualified bidders will be invited at later date for financial bids opening while financial bids of un-successful bidders will be returned un-opened;
h. The Abia State Polytechnic, Abia State 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
No Comments