Background Image

IMO STATE UNIVERSITY OWERRI <p> INVITATION TO TENDER

1. INTRODUCTION
Imo State University Owerri is one of the foremost state Universities in Nigeria and a TETFUND beneficiary Institution. Consequent upon TETFUND’s approval on her ICT intervention project. The University hereby invites competent and qualified contractors to present technical and financial bids for her ICT project intervention with the following details.

2. SCOPE OF WORKS AND SUPPLY

LOT NOPROPOSED PROJECTS
T1ATC ESTABLISHMENT (COMPETITIVE COMPONENET)i.            Projector ViewSonic M – Series Lumen Full HD Smart DLP projector with Wi-Fi Adapter (2pcs)ii.            Training Podium Lectern – wood based full-floor lectern with elegant cabinet featuring gold accents (2pcs)iii.            Banner & Stand-Flat Base roll-up Banner Stand – 85x200cm Direct printed Canvas with school Logo and ATC Scheduled (2pcs)iv.            Battery Powered Microphone & speaker with Body pack and Headset Microphone (2pcs)v.            ATC Website Design & Deployment – Design and Deployment of ATC Website for Institution, including staff listing, available courses, schedule, payment details and registration.

3. ELIGIBILITY REQUIREMENT
a. Evidence of certificate of incorporation issued by the Corporate Affairs Commission (CAC) including, form CAC 1.1 or CAC 2 and CAC 7.
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 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 2024 (this requirement is only applicable to bidder whose number of staff is 5 and above or bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria 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 31st December 2024; or valid certificate issued by BPP;
g. Sworn affidavit
– Disclosing whether or not any officer of the relevant committees of the Imo State University Owerri or the Bureau of Public Procurement is a former of present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bids are true and correct in all particulars;
– That no director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– That the company is not in receivership, the subject of any form of insolvency of bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
h. Company’s Audited Accounts for the last three (3) years 2021, 2022, 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 indicating its activities, with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
k. Verifiable documentary evidence of at least (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. Evidence of firm’s current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA)
m. Company’s profile with the Curriculum Vitae of Key Staff to be deployed for the project including copies of their Academic/Professional qualification;
n. Verifiable documentary evidence of at least (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates;
o. Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs) or Authorized Representatives;
p. For joint venture/partnership, memorandum of understanding should be provided (CAC, Tax Clearance Certificate, Pension clearance certificate, ITF compliance Certificate, NSITF Clearance certificate, IRR and 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 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 (GOODS & WORKS)
Interested companies are to collect the standard bidding document (SBD) from the Procurement Office on evidence of payment of a non-refundable tender fee of N10, 000.00 per Lot, paid bank draft and receipted at the University’s Bursary department.

5. SUBMISSION OF TENDER DOCUMENT
Prospective bidders are to submit Technical and Financial Bids packaged separated in a sealed envelope and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelope addressed to:
The Vice Chancellor,
Imo State University, Owerri, Imo State
and clearly marked with the name of the project boldly written at the back of the envelope). Furthermore, the reverse of each sealed envelope should be clearly marked the name and address of the bidder and dropped in the designated Tender box in the office of the Chief Medical Director not later than 12:00noon Monday, 30th September 2024.

6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission 12:00noon Monday, 30th September 2024, while the financial bids will be kept un-opened. Please ensure you sign the Bid Submission Register in the Procurement Office, as the university will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the Head of Procurement

7. 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. All cost will be borne by the bidders;
d. The Technical Bids and EOI 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;
e. Only pre-qualified bidders will be invited at the later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened
f. The Imo State University Owerri is not bound to pre-qualify any bidder and reserves the right to annual the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act, 2007.

SIGNED:
DR. JULIUS UZOMA OSUAGWU, FCAI, MNIM
REGISTRAR/SECRETARY, MANAGEMENT TENDERS BOARD

admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights