Background Image

KWARA STATE UNIVERSITY, (KWASU) MALETE-EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSORTIUM FOR PROPOSED YEAR 2026 TETFUND INTERVENTION PROJECTS

KWARA STATE UNIVERSITY, (KWASU)
MALETE
P.M.B 1530, ILORIN, KWARA STATE
EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSORTIUM FOR PROPOSED YEAR 2026 TETFUND INTERVENTION PROJECTS

INTRODUCTION
1.1 Kwara State University, Malete intends to execute and complete its TETFUND Year 2026 Intervention Allocation, in order to create an atmosphere conducive for teaching, learning, research, and thus ensuring a likeable and functional University system for its community.
1.2 Interested, competent Consortium (Architect, Structural Engineer, Mechanical Engineer, Electrical Engineer and Quantity Surveyor) are invited to submit Expression of Interest for the project.

2. SCOPE OF SERVICES
PHYSICAL INFRASTRUCTURAL INTERVENTION
Lot 1: Proposed Construction of 500 Capacity Lecture Hall for Faculty of Engineering and Technology
Lot 2: Proposed Construction of Academic Building (Academic Offices and Lecture Rooms) for Faculty of Education
Lot 3: Proposed Synthetic Standard Football Pitch and Stadium Pavilion Seating for KWASU Students Sport Arena

CATEGORY B: PHYSICAL MAINTENANCE INTERVENTION
Lot 4: Proposed Renovation Of University Main Library Building

3. ELIGIBILITY REQUIREMENTS
Interested and competent Consortium wishing to carry out services on the buildings should signify such intention; however, failure to fulfil any of the under listed requirements will render the bid disqualified:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC₁ or CAC₂ and CAC₃. Business Name is also acceptable with the Company Memorandum of Association.
b. Evidence of Firm’s Income’s 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; with minimum average turnover of N20 million.
c. Evidence of current Pension Clearance Certificate valid till 31st December 2025; (this requirement 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 only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50 million and above)
e. Evidence of current 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. Evidence of Firm’s current registration with relevant regulatory professional body such as COREN, QSBRN, ARCON etc.;
h. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the (Kwara State University, Malete, Kwara State) 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 criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matters;
– 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 proceedings.
i. Company’s Audited Accounts for the last three (3) years – 2022, 2023, 2024 which must correspond with the Turnovers in the TCC and duly acknowledged with stamped and signed by FIRS;
j. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
k. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSBRN, ARCON, etc.;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificate, Job Completion Certificates and Photographs of the projects;
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided including among others the lead Partner (CAC, Tax Clearance, 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/Firm’s Letterhead 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. SUBMISSION OF EOI
Prospective firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by divider and arranged as indicated above. The documents should be submitted in a sealed envelopes and addressed to The Vice-Chancellor, Office of the VC, Kwara State University, Malete and clearly marked with the project intervention name of the project. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at the office of the Registrar, Kwara State University, Malete not later than 12:00 noon, Monday, 23rd February 2025.

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.