Event
EVENT         2023-05-16|11:00

INVITATION TO TENDER FOR THE YEAR 2023 CAPITAL PROJECTS

INVITATION TO TENDER FOR THE YEAR 2023 CAPITAL PROJECTS

event-img

            INTRODUCTION

The Federal Polytechnic, Ilaro, Ogun State in compliance with the Public Procurement Act 2007 hereby invites competent and reputable Contractor for Pre-qualification and subsequent tendering for Projects under the Year 2023 Capital Projects

 

2.         SCOPE OF WORKS

2.1.      YEAR 2023 CAPITAL PROJECTS

Lot 1    Rehabilitation of 670 Meters Road (UBA Junction - SMS – EDC- Mass Communication to Multipurpose Hall)

Lot 2    Construction and Furnishing of 1No Block of 6 Classrooms

Lot 3    Construction of 500 Meters Perimeter Fencing

 

3.         ELIGIBILITY REQUIREMENTS  

  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
  • Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2023; with minimum average annual turnover of (N50) million;
  • 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);
  • 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);
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2023;
  • 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.
  • Sworn Affidavit
  • disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Ilaro, Ogun State 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 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 or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
  • Company’s Audited Accounts for the last three (3) years - 2020, 2021 & 2022;
  • Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
  • 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 etc.;
  • 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;
  • List of Plants/Equipment with proof of Ownership/Lease Agreement;
  • For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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)
  • 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 authorised officer of the firm.

 

4.         COLLECTION OF TENDER DOCUMETS

Interested Companies are to collect the Standard Bidding Document (SBD) from the Procurement Office, Ground Floor, Raheem Oloyo Conference Centre (Glass House), West Campus, Federal Polytechnic, Ilaro, Ogun State on evidence of payment of a non-refundable tender fee of N10,000:00 per Lot, paid into the Federal Polytechnic, Ilaro’s Remita account, in any reputable Commercial Bank in Nigeria. (a guide will be provided to you on account to pay to on REMITA)

 

5.         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 “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to the Rector, Federal Polytechnic, Ilaro, P M B 50, Ilaro, Ogun State, Nigeria and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name of and address of the bidder and drop in the designated Tender Box at the Administrative Block, West Campus, Federal Polytechnic, Ilaro, Ogun State not later than 11:00 a.m. Tuesday, 16th May, 2023. Please ensure that you sign the Bid Submission Register at the office of the Chief Procurement Officer, Procurement Office, Ground Floor, Raheem Oloyo Conference Centre (Glass House), West Campus, Federal Polytechnic, Ilaro, as the Polytechnic will not be held liable for misplaced or wrongly submitted bid.

 

6.         OPENING OF TECHNICAL BIDS

The Technical bids will be opened immediately after the deadline for submission at 11:00 a.m. Tuesday, 16th May, 2023 in the Board Room, Administrative Block, West Campus, Federal Polytechnic, Ilaro, Ogun State in the presence of bidders or their representatives, while the financial bids will be kept un-opened. For further enquiries, please contact the “the Procurement Officer)” on e-mail: [email protected]

 

7.         GENERAL INFORMATION

  • Bids must be in English Language and signed by an official authorised the bidder;
  • Bids submitted after the deadline for submission would be returned un-opened;
  • Bidders should not bid for more than two (2) Lots;
  • All costs will be borne by the bidders;
  • Bid documents shall be collected in soft copies and Bidders can submit through Post (Courier Services);
  • All documents submitted shall be referred to security and other relevant bodies for authentication.
  • The Technical Bids will be opened in the presence of CSOs and Professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
  • Only pre-qualified bidders at 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;
  • The Federal Polytechnic, Ilaro 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 Public Procurement Act, 2007.

 

Signed

The Rector

The Federal Polytechnic, Ilaro