|
Expression of Interest for Procurement of ICT Hardware and Internet/Networking Accessories for Learning and Administrative Purposes Date Added: May 5, 2026 Deadline: 04/06/2026 Category: Computer Hardware 2. SCOPE OF WORKS LOT 1: HARDWARE PROCUREMENT 1. HP AIO Desktop Core i5, 16GB RAM,256 SSD,23.5 SCREEN Windows 11 pro AI AND EMERGING TECHNOLOGIES: Meta Quest 3 headset. AI For Education(subscription) MS OFFICE 365 LICENSES TRAINING AND SENSITIZATION: Training and Sensitization of ICT staffs on content creation approved software for video editing and usage of Meta Quest 3 VR for mixed, immersive and virtual reality. Awareness and Sensitization Workshop involving members of the Polytechnic community of Students, Lecturers, and ICT staff on AI tools and emerging technologies in education for learning. 3. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7; b. Evidence of Companys Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average annual turnover of N80 million for Works; c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (this applicableto bidders whose number of staff is 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 staff is 5 and above or the bidders annual turnover is N80m 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 31st December, 2026 or valid Certificate issued by BPP. g. Sworn Affidavit: i. disclosing whether or not any officer of the relevant committees of the The Polytechnic, Ibadan, Oyo 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; ii. 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; iii. 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; iv. 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. Companys Audited Accounts for the last three (3) years -2023, 2024 & 2025; 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, 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. Letter of authorization as representatives of the Original Equipment Manufacturers/suppliers (OEMs); m. 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); Note: 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 authorized officer of the firm. 4. COLLECTION OF TENDER DOCUMENTS Interested companies are to collect the Standard Bidding Document from the Director of Procurement, The Polytechnic, Ibadan, Oyo State, from (8:00am to 4:00pm Mondays to Fridays) on presentation of evidence of payment of a non-refundable tender fee of N20,000.00 paid into The Polytechnic, Ibadan, Oyo State, designated account via the Polytechnic Portal. 5. SUBMISSION OF PRE-QUALIFICATION DOCUMENTS Prospective bidders are to submit bid for the Lot, two (2) copies each of the technical, packaged separately in sealed envelopes and clearly marked as EXPRESSION OF INTEREST/PREQUALIFICATION FOR[insert LOT number] All EOI/PRE-QUALIFICATION documents should be arranged in the specified order and paginated before submission. All documents should be put into two sealed envelopes together in a bigger sealed envelope addressed to The Rector, The Polytechnic, Ibadan, Oyo State. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon on Thursday, 4 th June, 2026 6. OPENING OF PRE-QUALIFICATION DOCUMENTS The pre-qualification documents will be opened immediately after the deadline for submission at 12:00 noon on Thursday, 28th May, 2026, in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register in the office of the Registrar, as the Polytechnic will not be held liable for misplaced or wrongly submitted bids. Tender Link : https://etenders.com.ng/polytechnic-ibadan-oyo-state-invitation-to-tender-for-year-2026-tetfund-intervention-for-project-ict-intervention/
|