|
Tenders are invited for Proposed Construction of Offices and Lecture Theatre Building 3.0 ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7; b. Evidence of Companys Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2026; with minimum average annual turnover of N1,250, 000.000; c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (this requirement is only applicable to bidders whose number of staffs are 15 and above); d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2026 (this requirement is only applicable to bidders whose number of staffs are 5 and above or the bidders annual turnover is N50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2026; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026 or valid Certificate issued by BPP. g. Sworn Affidavit at Federal High Court in Nigeria with current passport; disclosing whether or not any officer of the relevant committees of the Federal University Oye-Ekiti, Ekiti 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 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) month h. Companys Audited Account for the last three (3) years 2023, 2024 & 2025, duly acknowledged by the Federal Inland Revenue Service (FIRS); 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. Companys 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. With current professional practice license. k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years with Federal government including Letters of Awards, Valuation Certificates, Job Completion Certificates, Photographs of the projects and Reference Letter from Clients; l. Letter of Authorization from the Original Equipment Manufacturers (OEM). 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/Firms 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. 4.0 COLLECTION OF TENDER DOCUMENTS The tender documents are to be collected from Procurement Unit (First Floor, Central Administrative Building Phase II) Federal University Oye Ekiti between the working hours of 10.30 a.m and 3.30 pm daily upon payment of non-refundable tender fee of N10,000.00 per LOT into the Federal University Oye Ekitis REMITA account and presentation of the copy of the University receipt. The photocopy of the receipt should be attached to the Tender documents. 5.0 SUBMISSION OF TENDER DOCUMENTS Completed tender documents should be two hard copies (marked original and copy) each for both technical and financial bid with soft copy of financial bid only in MS Excel format in two separate sealed envelopes clearly marked at the title top right corner of each envelope stating the title of the project i.e., TECHNICAL BIDS FOR LOT 1 & FINANCIAL BIDS FOR LOT 1 and on the reverse side the name of the company should boldly be written. Both envelopes shall then be put in a large envelope clearly marked at the top right corner stating the title of the project and the name and address of the company at the reverse side and be left in appropriate tender box submitted at Procurement Office- Administrative building (1st floor Central Administrative Building Phase II, to be addressed to: The Vice-Chancellor, Federal University Oye-Ekiti, Are-Afao Road, Oye-Ekiti, Ekiti State. The submission should be made not later than 12:00 noon Monday, 1st June, 2026. Late submission will be returned unopened. Please make sure you sign bid submission register at Procurement office 1st floor Central Administrative Building Phase II, Federal University- Oye Ekiti as the University will not be held responsible for misplaced or wrongly submitted bids. OPENING OF TECHNICAL BIDS Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon Monday, 1st June, 2026, at the Vice-Chancellor Conference room, Central Administrative Building Phase II, Oye Campus, in the presence of bidders or their representatives, while the financial bids will be kept un-opened. 6.0 GENERAL INFORMATION i. All submissions must be in English Language and signed by an official authorised by the bidders; ii. The evaluation of the received documents shall be strictly based on the requirements specified in this invitation to tender; iii. The submitted bids should be orderly, particularly technical bids; iv. Bidders should not bid for more than two(2) Lots, contravention is automatic dis-qualification; v. The bidders bear all the costs; vi. The publication is for information purpose only and does not constitute an offer by the Federal University, Oye Ekiti to transact with any party for the project, nor does it constitute a commitment or an obligation on the part of the University to award the contract to any contractor or agent; vii. The Technical Bids opening in the presence of observers will be covered by video recording and invitation link will be sent to bidders who chooses to join the bid opening online; viii. Only pre-qualified bidders during technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened; ix. The Federal University, Oye Ekiti is not bound to prequalify any bidder and reserves the right to annul the Procurement process at any time without incurring liabilities in accordance with section 28 of the Public Procurement Act 2007; x. For further clarification/ enquiries please contact Procurement Unit on 08067047150 calls/SMS only between 8.00am and 4.00pm on Monday to Friday. Email: vincentateniola@fuoye.edu.ng. Tender Link : https://etenders.com.ng/federal-university-oye-ekiti-ekiti-state-invitation-to-tender-for-year-2026-merged-tetfund-annual-and-project-maintenance-intervention-projects/
|