Friday 4 September 2020

INVITATION TO TENDER AT FEDERAL SCIENCE COLLEGE, OGOJA CROSS RIVER STATE

 FEDERAL REPUBLIC OF NIGERIA


FEDERAL MINISTRY OF EDUCATION


FEDERAL SCIENCE COLLEGE, OGOJA


CROSS RIVER STATE


INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS


(1)     INTRODUCTION


The Federal Government of Nigeria has allocated funds to the Federal Science College, Ogoja, Cross River State, in the 2020 Appropriation Act for the procurement of Works towards achieving the mandate of the College.


In compliance with the provisions of the Public Procurement Act 2007, the College invites interested and eligible Vendors and Contractors with relevant proven competence and experience to participate in the bidding process of the following Projects


(2)     CATEGORY A (WORKS)


L/N PROJECT TITLE

Lot W1 Renovation of Agricultural/Animal Husbandry Lab

Lot W2 Completion of College Dining Hall

Lot W3 Renovation of College Store Building

Lot W4 Provision of Solar Light

(3)     ELIGIBILITY REQUIREMENTS


(a)      Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;


(b)     Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2016 & 2019) valid till 31st December, 2020; with minimum average turnover of N20 million;


(c)     Evidence of current Pension Compliance Certificate valid till 31st December, 2020;


(d)     Evidence of current Industrial Training Fund (ITF) compliance certificate valid till 31st December, 2020;


(e)      Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020.


(f)      Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP;


(g)     Sworn Affidavit:


Whether or not any officer of the relevant committees of the Federal Science College, Ogoja or the Bureau of Public Procurement (BPP) 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 the company is not m receivership, Insolvent or bankrupt;

That the company does not have any Director who has ever been convicted in any court in Nigeria or any other country tor criminal offence in relation to fraud or financial impropriety;

(h)     Company’s Audited Accounts tor the past three years (2017, 2018 and 2019) duty signed and seated by relevant firm and the turnover as reflected in financial statements must correspond with those on the Tax clearance certificate;


(i)      Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project;


(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 inducing Letters of Awards and Job Completion Certificates;


(l)      List of Equipment with proof of Ownership/Lease Agreement;


(m)    For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner); and


(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 and Telephone Number. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duty signed by the authorized officer of the firm.


(4)     COLLECTION OF TENDER DOCUMENTS


The tender documents are to be collected from the Office of the Vice Principal Special Duties, Federal Science College, Ogoja between the working hours of 08:00am and 04:00pm daily upon the payment of non-refundable tender fee of N10,000.00 per Lot to the Federal Science College, Ogoja Cross River State through REMITA platform in any Commercial Bank, and present the teller to the College for Receipt.


(5)     SUBMISSION OF TENDER DOCUMENTS


Prospective bidders are to submit bid for each of the lot desired, two Hard copies (Marked ‘Original & Copy”) each for both Technical & Financial Bids with soft copy of Financial bid only in MS excel format, packaged in two separated wax sealed envelopes clearly marked at the top right corner of each envelope stating the tide of the project i.e. ‘TECHNICAL BIDS FOR project Title and LOT No.’ & ‘FINANCIAL BIDS FOR Project Title and LOT No.’ and at the reverse side the name of the company should be boldly written. Both envelopes shall then be put in a larger envelope clearly marked at the top right corner stating the title of the project and be left in the appropriate Tender Box at the Vice Principal Special Duties office to be addressed to:


The Principal,


Federal Science College, Ogoja,


Cross River State


The submission should be made not later than 12:00 pm on Monday, 19 October, 2020. Please make sure you signed Bid Submission Register at Vice Principal Special Duties office as Federal Science College, Ogoja will not be held responsible for misplaced or wrongly submitted Bids.


(6)     OPENING OF TECHNICAL BIDS


Only the technical bids win be opened immediately after the deadline for submission at 12:00 pm on Monday, 19 October, 2020 in the Colloge’s Multi-purpose Hall For further enquiries, please contact the Vice Principal, Special Duties on 07055505404


(7)     PLEASE NOTE THAT


(i)      Bid must be in English language and signed by an official authorised by the bidder;


(ii)      Bids submitted after the deadline for submission would be returned un-opened;


(iii)     Bidders Should not bid for more than one (1) Lot;


(iv)     All costs will be borne by the bidders;


(v)     Bidders are excused from the bid opening, which will be attended by officials of private sector professional organisation and CSOs in the areas of anti-corruption/transparency. The event will be fully captured on video and can be provided to bidders on request;


(vi)     Standard Bidding Documents can also be collected in Soft copies and Batters can submit through Post (Courier Services);


(vii)    Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened;


(viii)   The Federal Science College, Ogoja is not bound to pre-qualify any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.


SIGNED:

THE PRINCIPAL


FEDERAL SCIENCE COLLEGE, CROSS RIVER STATE

No comments: