BAYERO UNIVERSITY, KANO-INVITATION FOR TENDER FOR YEAR 2024 TETFUND RESEARCH AND DEVELOPMENT/CENTRE OF EXCELLENCE INTERVENTION PROJECT
BAYERO UNIVERSITY, KANO
PMB 3011, GWARZO ROAD KANO, NIGERIA
INVITATION FOR TENDER FOR YEAR 2024 TETFUND RESEARCH AND DEVELOPMENT/CENTRE OF EXCELLENCE INTERVENTION PROJECT
1. INTRODUCTION
The BAYERO UNIVERSITY, KANO, wishes to undertake the Procurement of Goods in the implementation of approved Year 2019 TETFund Research and Development/Centre of Excellence Intervention Project in the University.
In compliance with the Public Procurement Act 2007 and other extant government regulation, the University hereby invites interested, competent and reputable Contractors/Firms with relevant experiences and good track records of prompt delivery of similar projects to participate in the execution of the Projects list below:
2.0 SCOPE OF WORKS
Supply and Installation of ICT Equipment and Office Furniture to the Directorate of Research, Innovation and Partnerships (DRIP), New Campus, Bayero University, Kano.
3.0 ELIGIBILITY CRITERIA:
Interested and competent Companies wishing to carry out the project are required to submit their Company profiles which shall contain the following documents:
a.Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 2 & 7. Business Name is also acceptable in case of Services;
b.Evidence of filing Company’s Annual Returns to CAC
c.Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025; with minimum average annual turnover for the three (3) years as indicated in the bidding documents
d.Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable for bidders whose number of staff is 15 and above);
e.Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above);
f.Evidence of Nigeria Social Insurance Trust Fund Compliance Certificate valid till 31st December, 2025;
g.Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 2/1/2026 or valid Certificate issued by BPP;
h.Company’s Audited Accounts for the immediate last three (3) years (2022, 2023 & 2024) duly acknowledged by the Federal Inland Revenue Service (FIRS);
i.Reference letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility in the amount stated in the bidding documents for the execution of the project when awarded;
j.Sworn Affidavit:
i.Disclosing whether or not any officer of the relevant committees of Bayero University, Kano 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;
ii.That the company is not in receivership or under and/or subject of any form of insolvency or bankruptcy proceedings or subject of any form of winding up petition or proceedings;
iii.That the company has no Director/Partner who has been convicted by any court in Nigeria or any other country for criminal offences in relation to fraud or financial impropriety;
iv.That the company does not have existing loan of financial liability with a bank, other financial institution or third party that is classified as doubtful, nonperformance, bad or whose repayment portion has been outstanding for the last four (4) months.
Note: Affidavit submitted must be deposed to as described and properly addressed to Bayero University, Kano. Any Affidavit that predates this advertisement will be rejected.
k.Company’s profile with the curriculum vitae of key staff indicated in the bidding document to be deployed to project, including copies of their Academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON, MLSCN, NISLT, etc.
l.Verifiable documentary evidence of at least three (3) similar jobs indicated in the bidding documents executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
m.List of Plants/Equipment indicated in the bidding documents with proof of Ownership/Lease Agreement;
n.For Joint Ventures/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);
o.Letter of Consent to allow for verification of all documents submitted.
p.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 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 Companies/firms.
No Comments
Sorry, the comment form is closed at this time.