Background Image

FEDERAL UNIVERSITY OF TECHNOLOGY, OWERRI-INVITATION TO TENDER FOR PARENTS MANAGEMENT FORUM PROJECT

FEDERAL UNIVERSITY OF TECHNOLOGY,
P.M.B. 1526, OWERRI
INVITATION TO TENDER FOR PARENTS MANAGEMENT FORUM PROJECT

1. INTRODUCTION
The Federal University of Technology, Owerri in compliance with the requirements of the Public Procurement Act (PPA) 2007 invites selected, qualified and competent Contractors with proven experience and good track record of performance to submit bids for its Parent Management Forum (PMF) Project as listed below:

S/N | PROJECT DESCRIPTION | CATEGORY
LOT 1 | CONSTRUCTION OF PROFESSORIAL OFFICE BUILDING | WORKS

2. ELIGIBILITY REQUIREMENTS
To be eligible, potential bidders should submit all the under listed verifiable documents and must be arranged in the following order and numbered.
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31ˢᵗ December, 2025 with minimum average annual turnover of N200m;
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 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 N50m and above);
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 BPB.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal University of Technology, Owerri 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;
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating 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 COREN, QSRBN, ARCON, CORBON etc.;
k. 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;
l. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
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 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.

Note: Technical Bid Documents should be bound with a table of contents in order of listing above.

3. COLLECTION OF BID DOCUMENTS
Interested Companies are to collect the Standard Bidding documents (SBD) from the Assistant Chief Procurement Officer, Room 203, First floor, Senate Building, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten thousand Naira) per Lot, paid into Federal University of Technology Owerri’s “Tender Fees” remita account in any reputable Commercial Bank in Nigeria.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us
Tags
admin

admin@publicprocurement.ng

No Comments

Sorry, the comment form is closed at this time.