NATIONAL INSTITUTE OF CONSTRUCTION TECHNOLOGY AND MANAGEMENT, UROMI
P.M.B 005, UROMI-UGBOHA ROAD, UROMI, EDO STATE, NIGERIA
INVITATION TO TENDER FOR 2025 TETFUND ICT SUPPORTS
1.0 INTRODUCTION
1.1 The Management of National Institute of Construction Technology and Management, Uromi, in compliance with the requirements of the Public Procurement Act, 2007 and other extant government regulations, the Institute hereby invites interested, competent and experienced contractors/firms with track record of prompt delivery of similar projects to participate in the tender exercise, therefore required to adhere to information as criteria for qualification. The projects were allocated funds under the Year 2025 Tetfund ICT Support Intervention Projects.
2.0 SCOPE OF GOODS
Lot 001 : Procurement of Recording Studio Equipment
Lot 002 : Procurement of ICT Equipment
3.0 ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC 7 with annual filings of returns for past three years;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last (3) years (2022, 2023, 2024) valid till 31st December, 2025; with average annual turnover of ₦760m.
(c) Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
(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);
(e) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate 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) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Institute of Construction Technology and Management, Uromi 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 is true and correct in all particulars;
(h) Company’s Audited Accounts for the last three (3) years 2022, 2023, 2024 duly signed by the external auditors;
(i) Reference letter from a reputable Commercial Bank in Nigeria, indicating unconditional willingness to provide credit facility for the execution of the project when needed;
(j) 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 CPN, NCS, SPON, NCC etc;
(k) Verifiable documentary evidence of at least (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letter of Awards, Store Receipt Voucher and Photograph of Projects; and
(l) For Joint Venture/Partnership, 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).
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company’s letter Head paper bearing amongst others, the registration number (RC) in boldness as issued by the Corporate Affairs Commission, contact address, telephone number (preferably GSM No) and email address. The letter head paper must bear the names and nationalities of the directors of the company at the bottom page, duly signed by the authorized officer of the firm.
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us
No Comments
Sorry, the comment form is closed at this time.