EKITI STATE POLYTECHNIC
P.M.B 1101, ISAN-EKITI, EKITI STATE, NIGERIA
INVITATION TO TENDER FOR YEAR 2025 TETFUND INTERVENTION PROJECTS
1. INTRODUCTION
The Ekiti State Polytechnic, Isan-Ekiti is desirous to implement its 2025 Tertiary Education Trust Fund Intervention Projects. In compliance with the requirements of the Public Procurement Act 2007, the Ekiti State Polytechnic, Isan-Ekiti is hereby invites interested, competent, reputable, and qualified companies with relevant experience and good records of accomplishment necessary for the execution of this projects as follows;
2.0 SCOPE OF WORK
PROJECT A: YEAR 2025 (MERGED) TERTIARY EDUCATION TRUST FUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION
LOT 1: Construction of School of Management Studies Building
LOT 2: Supply and Installation of Office Furniture and Equipment
PROJECT B: YEAR 2025 TERTIARY EDUCATION TRUST FUND INSTITUTION-BASED SKILLS DEVELOPMENT INTERVENTION
LOT 1: Supply, Installation, Testing and Commissioning of Equipment for Catering and Culinary, Tye and Dye, and Garment Making.
3. ELIGIBILITY REQUIREMENTS
Interested bidders should submit the following eligibility documents indicating the minimum qualifications required of the bidders;
a. Evidence of Certificate of Incorporation issue by the Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7;
b. Evidence of Current Tax Clearance Certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2024 with minimum average annual turnover of N350 million for Project A, Lot 1 and N85 million for Lot 2, Project B Lot 1, N85Million.
c. Evidence of current Pension Clearance Certificate valid till 31st December, 2025
d. Evidence of current 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 or the bidder’s annual turnover is N350 million and above)
e. Evidence of Compliance/Clearance with National Social Insurance Trust Fund (NSITF) valid till 31st December, 2025.
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP
g. A sworn affidavit by a Director of the company certifying that:
i. The document submitted for the pre-qualification exercises are genuine and correct;
ii. None of the Director(s) of the company had ever been convicted by a Court of Law;
iii. None of the officer of the relevant committees of the Ekiti State Polytechnic or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder; and
iv. The company is not in receivership, insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
h. Company Audited Accounts for the last three (3) years (2022, 2023 & 2024), certified, Stamp and sealed by a Chartered Accountant/Auditor and duly acknowledged by the Federal Revenue Service (FIRS)
i. Evidence of financial capability to execute the project and Reference letter from a reputable commercial bank in Nigeria, duly signed with contact address (preferably GSM No.) indicating willingness to provide credit facility for the execution of the project when needed;
j. Company’s profile with the Curriculum Vitae of Technical/Management Staff to be deployed for the project, including copies of their academic/professional qualifications. i.e COREN, QSRBN, CORBON ARCON etc;
k. Verifiable documentary evidence of at least three (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. List of Plants/Equipment with proof of ownership/Lease Agreement and the pictures (to be verified at post-qualification stage).
m. 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).
n. 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 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.
Notes:
The documents must be arranged sequentially in order, failure to comply renders the submission invalid. Copy of the documents must be exact copy of the original in all particulars; any deviation shall not be accepted. All documents must be paginated and signed.
4. COLLECTION OF TENDER DOCUMENTS
Interested and qualified companies are to collect the Standard Bidding Documents (SBD) at the Procurement Office, Ekiti State Polytechnic, Isan-Ekiti between the hour 10:00am to 3:00pm on presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10,000) only payable into Ekiti State Polytechnic, Isan-Ekiti IGR account. A copy of payment receipt must also be attached for financial documentation.
5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bids for the Lots, two (2) hard copies each of the technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger envelop (also sealed) addressed to The Rector, Ekiti State Polytechnic, Isan-Ekiti and clearly marked (with the name of the project boldly written on top of the envelope).
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us