TERTIARY EDUCATION TRUST FUND-EXPRESSION OF INTEREST (EOI) AND PREQUALIFICATION OF TENDER FOR THE EXECUTION OF PROJECTS
TERTIARY EDUCATION TRUST FUND
NO. 6, ZAMBEZI CRESCENT OFF AGUIYI IRONSI STREET, MAITAMA-ABUJA
EXPRESSION OF INTEREST (EOI) AND PREQUALIFICATION OF TENDER
INTRODUCTION
The tertiary education trust fund (TETFUND), in compliance with the provisions of the Public Procurement Act, (2007), intends to execute ICT projects/programmes, research and development projects/programmes in TETFUND beneficiary institutions as well as establishment of central multi-purpose research laboratories project in selected public tertiary institutions. Interested, competent and eligible contractors, consultancy firms and service providers are hereby invited to submit expression of interest (EOI) and prequalification documents in not more than two (2) lots in each of the under listed services and projects:
A. CATEGORY 1 (EOI): CONSULTANCY SERVICES FOR THE FOLLOWING PROFESSIONAL SERVICES:
i. Architectural services;
ii. Structural engineering services;
iii. Quantity surveying services;
iv. Mechanical engineering services; and
v. Electrical engineering services;
vi. ICT services
1. EOI CS LOT 1 : POST-CONTRACT CONSULTANCY SERVICES FOR THE ESTABLISHMENT OF CENTRAL MULTI-PURPOSE RESEARCH LABORATORIES IN SELECTED NIGERIAN UNIVERSITIES AS FOLLOWS:
EOI (CS) LOT 1A: central multi-purpose research laboratory at University of Lagos;
EOI (CS) LOT 1C: central multi-purpose research laboratory at University of Port Harcourt; and
EOI (CS) LOTS 1D: central multi-purpose research laboratory at University of Bayero University, Kano.
2. EOI CS : PRE& POST CONTRACT CONSULTANCY SERVICES FOR THE FOLLOWING:
A2.1 EOI (CS) LOT 2: Academic/ administrative building and facilities.
A2.2 LOT 3 CS: ESTABLISHMENT OF ICT EXPERIENCE CENTERS IN THE FOLLOWING SELECTED
NIGERIAN INSTITUTIONS:
i. Taraba State University, Jalingo (North-east zone):
ii. Kaduna state university, kaduna (North-west zone);
iii. Kwara State University Malete, Ilorin (North-central zone);
iv. Ekiti State University, Ado-Ekiti (south-west zone);
v. Federal Polytechnic Oko, Anambra state (south-east zone); and
vi. University of Cross River, Calabar (south-south zone).
B. CATEGORY 2 (EOI): NON-CONSULTANCY SERVICES, (NCS)
1. ENGAGEMENT OF SERVICE PROVIDERS/TRAINERS FOR RESEARCH AND DEVELOPMENT PROGRAMME FOR TETFUND BENEFICIARY INSTITUTIONS
EOI (NCS) LOT 1: engagement of event manager (s) for research output fair/exhibition at eagles square;
EOI (NCS) LOT 2: training on research for impact initiative (R41) for TETfund beneficiary institutions, (POLYTECHNICS);
EOI (NCS) LOT 3: training on transformative innovation workshop (TIW) for TETfund beneficiary institutions, (UNIVERSITIES);
EOI (NCS) LOT 4: training on skills and innovation workshop (TSW) for TETfund beneficiary institutions, (POLYTECHNICS);
EOI (NCS) LOT 5: training for innovative research (TETFAIR) for TETfund beneficiary institutions, (POLYTECHNICS);
EOI (NCS) LOT 6: training for innovative research (TETFAIR) for TETfund beneficiary institutions, (COLLEGES OF EDUCATION-TECH);
EOI (NCS) LOT 7: training on academic solutions incubation program for TETfund beneficiary institutions, (UNIVERSITIES);
EOI (NCS) LOT 8: training on academic solutions incubation program for TETfund beneficiary
Institutions, (POLYTECHNICS); and
EOI (NCS) LOT 9: training of directors of R&D units in beneficiary Institutions, on triple helix).
2. ENGAGEMENT OF TRAINER (S) FOR CAPACITY DEVELOPMENT IN TETFUND BENEFICIARY INSTITUTIONS
EOI (NCS) LOT 10: capacity development training on molecular biology and genomic hands-on for TETund beneficiary institutions;
EOI (NCS) LOT 11: innovation acceleration programme; and
EOI (NCS) LOT 12: transformative venture programme.
C. CATEGORY 3: (SPN WORKS)
LOT 1 SPN (WORKS): establishment of ict experience centres in the following selected Nigerian institutions:
i. Taraba State University, Jalingo (North-east zone);
ii. Kaduna State University, Kaduna (north-west zone);
iii. Kwara State University Malete, Ilorin (north-central zone);
iv. Ekiti State University, Ado-Ekiti (south-west zone);
v. Federal Polytechnic Oko, Anambra State (south-east zone); and
vi. University of Cross River, Calabar (south-south zone.
D. ELIGIBILITY REQUIREMENTS
Interested firms should submit one (1) bound of EOI document duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
a. Evidence of certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including forms CAC1.1 or CAC2 and CAC7; business name with form BN1 is also acceptable for consultancy services;
b. Evidence of Company’s Income Tax Clearance Certificate (or personal income tax clearance certificates of all the partners in case of business name ) for the Last three (3) years 2021,2022 and 2023 valid till 31st December, 2024; with a minimum average annual turnover of N40 million naira, in the case of category 2 EOI NCS LOTS 1-12 and N300 million naira, is in the case of category 3 SPN (WORKS) LOT 1 (i-vi);
c. Evidence of pension Clearance Certificate valid till 31st December, 2024(this requirement is only applicable to bidders whose number of staffs 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. Evidence of firm’s registration with relevant regulatory professional bodies e.g. ARCON/COREN/QSRBN etc.;
h. Sworn Affidavit:
 Disclosing whether or not any officer of the relevant committees of TETfund of 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 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;
i. firm’s Audited Accounts for the last three (3) years -2021,2022,2023;
j. Reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
k. firm’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, NITDA & CPN, CMD, etc.;
l. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature and complexity), executed in the last five (5) years including Letters of awards, Valuation Certificates, Job Completion Certificates and photographs of the project;
m. For joint Venture/ Partnership, a Memorandum of Understanding (MoU) indicating lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
n. In addition, firms bidding for EOI CS LOT 1 A-D must have verifiable operational offices in close proximity of each selected location they are bidding for.
E. ADDITIONAL ELIGIBILITY CRITERIA FOR RESEARCH AND DEVELOPMENT PROGRAMME FOR TETFUND BENEFICIARY INSTITUTIONS
i. Evidence of functional research and development innovation/entrepreneurship centre that produced prototype output or collaboration with reputable R&D innovation center that produced prototype output locally & internationally;
ii. Evidence of collaboration with reputable R&D innovation and entrepreneurship institutes locally & internationally;
iii. The biding firms must provide evidence of facilitation of innovative research training program that produced prototype output;
iv. Evidence of expertise in research & development, prototyping;
v. Evidence of partnership/collaborations with professional institutions like Nigerian society of engineers (NSE), Nigerian academy of science etc., as well as academic institutions;
vi. Evidence of experience in design and implementation of entrepreneurship, venture creation training and mentorship;
vii. Evidence of team facilitators with at least three 3 (years) experience in training and mentorship on entrepreneurship;
viii. Evidence of access to Nigerian and international mentors and key players from the industry;
ix. Evidence of collaboration with international entrepreneurship programs and academic institutions;
x. Evidence of vocational skills, entrepreneurship, venture creation, capacity building by certified regulatory body; and
xi. Evidence of partnership/collaboration with international development organization such as USAID, World Intellectual Property Organization etc.
F. ADDITIONAL ELIGIBILITY CRITERIA FOR THE ENGAGEMENT OF TRAINER (S) ON MOLECULAR BIOLOGY AND GENOMIC HANDS-ON TRAINING FOR CAPACITY DEVELOPMENT IN TETFUND BENEFICIARY INSTITUTIONS (UNIVERSITIES)
For facilities-
i. The bidding firm should have international accreditation from International Organization for Standardization (ISO 17025);
ii. The bidding firm must have evidence of registration with Medical Laboratory Science Council of Nigeria (MLSCN);
iii. Evidence of certificate by Institute of Public Analyst of Nigeria (IPAN);
iv. The bidding firm must have the following equipment and facilities in place;
a. Automated nucleic extraction system;
b. Digital PCR;
c. Conventional PCR system;
d. Real time PCR system;
e. Biosafety cabinet class 2;
f. PCR hood;
g. Next generation sequencer;
h. Genetic analyzer; and
i. Any other related accessories,
For facilitators-
a. The training facilitators must be a licensed medical Laboratory Science Council of Nigeria (MLSCN);
b. The training facilitators must have evidence of in-depth research in molecular biology to be attached in the curriculum vitae (CV) ; and
c. The training facilitators must be from recognized university/institute or research Centre.
G. ADDITIONAL ELIGIBILITY CRITERIA FOR THE ESTABLISHMENT OF ICT EXPERIENCE CENTRES IN THE ABOVE-MENTIONED TERTIARY INSTITUTION ACROSS SIX GEO-POLITICAL ZONES (ONE INSTITUTION PER ZONE)
a. bidders in this category must have evidence of registration with Computer Professionals of Nigeria (CPN), and NITDA;
b. the firm must provide evidence of professional staff with necessary expertise and verifiable certifications in agile, PRINCE, PMP, CISSA, CEA, ISO/IEC 20000, CCIE, CISM;
c. Evidence of ownership of proprietary technology, or affiliation to an AI powered, zero instructors led pedagogical learning platform possessing centralized device management with cloud collaboration and evaluation tools for remote learning along with user profile management. This platform must be adept at instruction in several elements of digital economy skills including gaming, cyber security, full stack web development and dev.-ops. Technology or affiliation must have proven ability to deliver digital economy job outcomes within 18 months;
d. Evidence of construction/remodeling of building for specialized purposes; technology-focused, internet-driven, renewable energy-powered facility for peer-to-peer learning and co-working, skills hub for the digital economy:
e. Firms must show expertise in document control competence, contract management competence, local presence- must be operating in at least 10 states of the federation, team’s cultural and language competence, disaster recovery and business continuity policy, technical infrastructure management (technical infrastructure, including data centers, hardware, and software capabilities), industry recognition and awards, risk assessment and mitigation strategies; and
f. Company profile with contact information (e.g. telephone, fax, email address, website address, etc.).
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.
H. SUBMISSION OF EOI DOCUMENTS (EOI CS LOT 1 A-D, LOT 2 (A2.1) LOT 3 (A2.2) & NCS LOTS 1-9 & LOT 10)
Interested firms are to submit one (1) bound of EOI document separated by dividers and arranged as indicated above. The documents should submitted in a sealed envelope and addressed to the executive secretary, tertiary education trust fund maitama, Abuja and clearly marked with (the name of the project and the lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder, category of the project/programme, lot number and drop in the designated tender proof bid box at ground floor, room 315, procurement unit not later than 12:00 noon on Monday, 5th august, 2024.
I. OPENING OF EOI DOCUMENTS, (EOI CS LOTS 1A-D, LOT 2 (A2.1), LOT 3 (A2.2) & NCS LOTS 1-9 & LOT 10)
The EOI under the above mentioned lots will be opened immediately after the deadline for submission at exactly 12:00noon on Monday 5th august, 2024 in the presence of applicants or their representatives, civil society organizations and private professional bodies. Please ensure that you can sign the bid submission register at the procurement unit, room 135, ground floor situated at No. 6 zambezi crescent, off aguiyi ironsi street, maitama, Abuja. Note that the fund will not be held liable for misplaced or wrongly deposited bids. For further enquiries, please contact www.tetfund.gov.ng.
J. SUBMISSION OF PREQUALIFICATION DOCUMENTS-SPN WORKS LOT 1 (i-vi)
Interested firms are to submit one (1) bound of prequalification document separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the executive secretary, tertiary education trust fund maitama, Abuja and clearly marked with (the name of the project and the lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder, category of the project/programme, lot number and drop in the designated tender proof bid box at ground floor, room 135, procurement unit not later than 12:00 noon on Monday, 19th August, 2024.
K. OPENING OF PREQUALIFICATION DOCUMENTS –SPN WORKS LOT 1(i-vi)
The prequalification documents under the above-mentioned lots will be opened immediately after the deadline for submission at exactly 12:00 noon on Monday, 19th August, 2024 in the presence of applicants or their representatives, civil society organizations and private professional bodies, please, ensure that you sign the bid submission register at the procurement unit, room 135, ground floor situated at no. 6 Zambezi crescent, off Aguiyi Ironsi street, Maitama, Abuja. Note that the fund will not be held liable for misplaced or wrongly deposited bids for enquiries, please contact www.tetfund.gov.ng.
L. GENERAL INFORMATION
a. EOIs/prequalification must be in English Language and signed by an official authorized by the bidder;
b. EOIs/prequalification submitted after the deadline for submission would be returned un-opened;
c. Bidders should not bid for more than two (2) lots;
d. All costs will be borne by the bidders.
e. EOIs/prequalification 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;
f. Bidders can submit through post (courier services)
g. Consultancy services: Only shortlisted consultants at the EOIs evaluation will be invited at a later date for collection of request for proposals;
h. SPN works: only prequalified bidders at SPN evaluation will be invited at a later date for collection of standard bidding documents;
i. The fund 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
Management
Tertiary education trust fund
No. 6, Zambezi crescent off Aguiyi ironsi street, maitama-abuja
No Comments