FEDERAL UNIVERSITY WUKARI, TARABA STATE-INVITATION FOR PREQUALIFICATION AND TENDER FOR PROPOSED 2024 PROJECTS COMPRISING 2024 TETFUND ANNUAL INTERVENTION PROJECTS (PHYSICAL INFRASTRUCTURE AND PROGRAMME UPGRADE) AND 2024 TETFUND ZONAL INTERVENTION PROJECT)
FEDERAL UNIVERSITY WUKARI
K/M 200 KATSINA- ALA ROAD, P.M.B 1020 WUKARI, TARABA STATE
INVITATION FOR PREQUALIFICATION AND TENDER FOR PROPOSED 2024 PROJECTS COMPRISING 2024 TETFUND ANNUAL INTERVENTION PROJECTS (PHYSICAL INFRASTRUCTURE AND PROGRAMME UPGRADE) AND 2024 TETFUND ZONAL INTERVENTION PROJECT).
1. INTRODUCTION
Pursuant to Sections 23 (2) and 25(2) (ii) of the Public Procurement Act 2007 on the invitation of bids for the procurement of goods, works or services, the Federal University Wukari wishes to invite interested and reputable contractors to prequalify and tender for proposed 2024 projects comprising TETfund 2024 annual intervention projects (physical infrastructure and programme upgrade) and 2024 TETfund zonal intervention project).
Details provided below;
CATEGORY A. YEAR 2024 TETFUND ANNUAL INTERVENTION PROJECTS
Lot 1: proposed construction of clinical students’ male hostel building for College of Health Sciences
Lot 2; proposed construction of clinical students’ female hostel building for College of Health Sciences
Lot 3; proposed construction, fabrication and installation of furniture for clinical students’ female hostel building for college of Health Sciences
Lot 4: proposed construction of recreational facility (tennis & badminton multi-court) for College of health sciences.
CATEGORY B: 2024 TETFUND ZONAL INTERVENTION
Lot 5: proposed construction of ICT/Library building for clinical students at College of Health Sciences.
2. ELIGIBILITY REQUIREMENTS
The university invites interested contractors to submit the following documents:
a. Evidence of certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 and CAC2 and CAC7.
b. Evidence of Company’s Income Tax Clearance Certificate for the Last three (3) years valid till 31st December, 2024;
c. Evidence of pension Clearance Certificate valid till 31st December, 2024 (this requirements 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, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is ₦50Million and above);
e. Evidence of Nigerian social Insurance Trust Fund (NSITF) Clearance Certificate Valid till 31st December 2024;
f. Evidence of registration on the national database of federal contractors, consultants and service providers by submission of interim registration report (IRR) expiring on 31/12/2024 or valid certificate issued by BPP.
g. Sworn Affidavit:
Disclosing whether or not any officer of the relevant committees of the Federal University wakari 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 of financial impropriety or criminal misinterpretation or falsification of facts relating to any matter;
That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petitions or proceedings;
h. Company’s Audited Accounts for the last three (3) years (2021,2022 and 2023);
i. 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 key Staff to be deployed for the project, including copies of their Academic/ Professional qualifications such as COREN, QSRBN, ARCON, CORBON, SURCON 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. List of plants/equipment with proof of ownership/lease agreement;
m. letter of authorization as representative of the original equipment manufacturers (OEMs);
n. 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/Firm’s Letter Headed 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 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.
3. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the standard bidding documents (SBD) from the office of the director of procurement, Federal University Wukari, K/m 200 Katsina-ala, road, P.M.B 1020 Wukari, Taraba state. Bidders are to submit evidence of payment of a non-refundable tender fee of N10,000.00 per LOT, paid into the Federal University Wukari’s Remita tender fee account 1000059270, paid at any reputable commercial bank in Nigeria. Please note, a company should not bid for more than two (2) lots.
4. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the LOT desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to; the vice-chancellor, Federal University Wukari K/m 200, Katsina-Ala road PMB 1020 wukari, Taraba state and clearly marked with the name of the project and the LOT number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated tender box at the name and address of the bidder and drop in the designated tender box at the security post by the administrative building, Federal University Wukari Taraba State, not later than 12:00 noon on Monday 14th October, 2024.
5. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12 noon Monday 14th October, 2024, in the procurement office, Federal University Wukari, Taraba state in the presence of bidders or their representatives, while the financial bids will be opened at a later date.
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 un-opened;
c. Bidders should no bid for more than two (2) lots;
d. All costs will be borne by the bidders.
e. only pre-qualified bidders at a technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
f. The Federal University wakari is not bound to pre-qualify 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 Procurement Act, 2007.
Signed:
Director of procurement
Federal university wukari
No Comments