FEDERAL POLYTECHNIC, ILE-OLUJI, ONDO STATE-
INVITATION TO FOR PREQUALIFICATION FOR YEAR 2023 TETFUND ZONAL INTERVENTION PROJECT
FEDERAL POLYTECHNIC, ILE-OLUJI, ONDO STATE
INVITATION TO FOR PREQUALIFICATION FOR YEAR 2023 TETFUND ZONAL INTERVENTION PROJECT
1. INTRODUCTION
Federal Polytechnic Ile-Oluji is a beneficiary of the year 2023 TEF Zonal Intervention Project of Tertiary Education Trust Fund (TETFund).
Accordingly, and in line with the provisions of the Public Procurement Act 2007, the Polytechnic hereby invites interested and reputable contractors/suppliers with relevant experience and track records to submit technical bids for the projects listed below.
2. SCOPE OF WORK
LOT NO | DESCRIPTION OF WORK |
LOT ZT1 | Procurement, Installation, Testing and Commissioning of various Equipment/Tools |
3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 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 N300 million;
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 Federal Polytechnic Ile-Oluji 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. Letter of authorization as representatives of the Original Equipment Manufacturers (OEMs);
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);
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the company’s letter head paper bearing amongst others, the registration Number (RC) is issued by the CAC, Contact Address, Telephone Number (preferably GSM No) 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 firms.
4. SUBMISSION OF PRE-QUALIFICATION DOCUMENTS
Prospective bidders are to submit two (3) Technical bids packaged in a sealed envelope addressed to: The Rector, Federal Polytechnic, Ile-Oluji, Ondo State and clearly marked YEAR 2023 TETFUND ZONAL INTERVENTION with lot number and lot description. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box at the Office of the Rector, not later than 12:00 noon on Wednesday, 27th December, 2023.
5. OPENING OF PRE-QUALIFICATION DOCUMENTS
The Technical bids will be opened immediately after the deadline for submission at 12:00 noon Wednesday, 27th December, 2023, in the Council Chamber of the Polytechnic in the presence of the bidders or their representatives.
6. GENERAL INFORMATION
a. Bids must be 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;
d. 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 Professionals Bodies and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
e. 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;
f. The Federal Polytechnic, Ile-Oluji, Ondo 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