FEDERAL POLYTECHNIC UKANA
AKWA IBOM STATE
INVITATION TO PREQUALIFICATION AND TENDER FOR TETFUND YEAR 2025 SPECIAL INTERVENTION (SKILLS DEVELOPMENT), YEAR 2024 SPECIAL INTERVENTION (ENTREPRENEURSHIP) AND YEAR 2025 CAREER SERVICE CENTRE INTERVENTION
1. INTRODUCTION:
The Federal Polytechnic, Ukana, Akwa Ibom State in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implements the 2025 Tetfund Special Intervention (Skills Development), Year 2024 Special Intervention (Entrepreneurship) and 2025 Career Service Centre Intervention. The Polytechnic hereby invites interested, competent and reputable contractors and suppliers with relevant experience and good record of accomplishment for the Procurement of the under listed:
2. SCOPE OF WORK/GOODS
A. YEAR 2025 TETFUND SPECIAL INTERVENTION (SKILLS DEVELOPMENT)
LOT NO. PROJECT DESCRIPTION
LOT G1: Supply, Installation, Testing and Commissioning of Solar Inverter System.
LOT G2: Supply, Installation, Testing and Commissioning of Equipment for Skills Development and Training of Academic Staff for Certification in Mandatory Skills Development
B. YEAR 2024 TETFUND SPECIAL INTERVENTION (ENTREPRENEURSHIP)
LOT NO. PROJECT DESCRIPTION
LOT W1: Remodelling of Entrepreneurship Centre Building and furnishing with Solar Inverter.
C. YEAR 2025 CAREER SERVICE CENTRE INTERVENTION
LOT G4: Training for Annual Performance and Evaluation Workshop
LOT G5: Supply and Installation of Educational and Communication Media Tools
3. ELIGIBILITY REQUIREMENTS:
Interested Bidders must meet the following requirements
A. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Services;
B. 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 valid till 31st December, 2025;
C. Evidence of Pension Clearance Certificate valid till 31st December, 2025;
D. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
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 31st December 2025 or valid Certificate issued by BPP.
G. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Ukana 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;
– That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
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 executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
L. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
M. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
N. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
O. 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 DOCUMENTS
Interested Company should collect Standard Bid Documents (SBD) from the (Procurement Unit) of the Polytechnic, Office of the Rector, upon presentation of evidence of payment of a non-refundable fee of N10,000 (Ten Thousand Naira only) per Lot paid into Polytechnic’s Remita account in any commercial bank.
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.