FEDERAL UNIVERSITY WUKARI
K/M 200 KATSINA – ALA ROAD P.M.B 1020 WUKARI, TARABA STATE
PREQUALIFICATION AND TENDER FOR YEAR 2020 CONSTITUENCY, 2016-2019 (MERGED) TETFUND ENTREPRENEURSHIP INTERVENTION AND 2017-2019 (MERGED) MAINTENANCE INTERVENTION PROJECTS
1. INTRODUCTION
The Federal University Wukari wishes to execute its year 2020 Constituency 2016-2019 (Merged) TETFUND Entrepreneurship Intervention and 2017-2019 (Merged) Maintenance Intervention Projects and hereby invites interested and reputable contractors to submit Technical and Financial Bids for the purpose of the execution of the following projects:
2. SCOPE OF WORKS/SUPPLIES
(A) 2016- 2019 (Merged)Tetfund Entrepreneurship Intervention
LOT 1A: Procurement and Installation of Equipment for the upgrade of existing Entrepreneurship Centre which comprises of the following:
(i) Organic fertilizer equipment
(ii) Pure water manufacturing equipment
(iii) Block molding machines
(B) 2017- 2019 (Merged) Maintenance Intervention Project
LOT 2B: Proposed Maintenance of the following old lodges.
(i) Vice-Chancellor’s Lodge
(ii) Bursar’s Lodge
(iii) Registrar’s Lodge
(iv) Librarian’s Lodge
(C) 2020 Constituency Projects
LOT 3C: Design of Staff School Portal
LOT 4C: Procurement and Installation of Broadcast and Radio Equipment and Licensing
LOT 5C: Procurement of Utility Vehicles
3. ELIGIBILITY REQUIREMENTS
The University in compliance with Section 25(2) of the Public Procurement Act, 2007 invites interested contractors to submit the following documents in the technical profiles:
(a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 & 7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years: 2017, 2018 & 2019 valid till 31 December, 2020 with minimum average turnover as indicated in each Standard Bid Document;
(c) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by Submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal University Wukari 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.
(h) Company’s Audited Accounts for the last three (3) years – 2017, 2018, 2019
(i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s Profile with the Curriculum Vitae of the Key Staffs to be deployed for the project, including copies qualifications (in case of construction: COREN, QSRBN, 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) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(m) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles;
(n) For Supply of Equipment: Letter of Authorization as representatives of the Original Equipment Manufacturers (OEMs);
(o) Lot 3C: Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
(q) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s 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 authorized Officer of the firm.
4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Head, Procurement Unit, Federal University Wukari, K/m 200, Katsina-Ala Road. P.M.B 1020, Wukari Taraba State. On evidence of a non-refundable tender fee of N10, 000.00 per LOT, paid into the Federal University Wukari’s Remita tender fee account 1000059270 in any reputable commercial Bank in Nigeria.
Please note: Bidders should not bid for more than two (2) Lots.
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us