PREQUALIFICATION AND TENDER FOR THE 2018 CAPITAL APPROPRIATION PROJECTS



 

FEDERAL UNIVERSITY WUKARI

K/M 200 Katsina – Ala Road, P.M.B. 1020

Wukari, Taraba State.

 

PREQUALIFICATION AND TENDER FOR THE 2018 CAPITAL APPROPRIATION PROJECTS

1.0       INTRODUCTION: The Federal University Wukari wishes to execute 2018 Approved Capital Appropriation Projects, and hereby invites interested and reputable contractors to submit Technical and Financial Bids for the purpose of the execution of the projects.

 

2.0       |Details of the scope of the work are as follows:

 

LOT CODE

DESCRIPTIONS

 

LOT A1

Construction and Stocking of Poultry House

 

LOT B1

Furnishing of Faculty of Agriculture

 

LOT C1

Proposed Procurement and Installation of Field Event Equipment/Facilities

 

LOT C2

Proposed Procurement and Installation of Volley Ball, Football and Basket Ball Equipment/Facilities

 

LOT C3

Proposed Procurement and Installation of Power Lifting Sporting Equipment/Facilities

 

LOT C4

Proposed Procurement and Installation of Athletics Sporting Equipment/Facilities

 

LOT C5

Proposed Procurement and Installation of Gymnastics Sporting Equipment/Facilities

 

LOT D1

Proposed Procurement and Installation of Wood Work Equipment/materials   to the center for  Entrepreneurship

 

LOT D2

Proposed Procurement and Installation of Block Manufacturing Equipment/materials  to the center for  Entrepreneurship

 

LOT D3

Proposed Procurement and Installation of Bakery Manufacturing Equipment/materials to the center for  Entrepreneurship

 

LOT D4

Proposed Procurement and Installation of Pure Water Manufacturing Equipment/materials to the center for  Entrepreneurship

 

LOT E

Reconstruction of Primary Health Care Centre And School In Nwuban-Wukari, Taraba

 

LOT F1

Proposed Procurement of water tanker

 

LOT F2

Proposed Procurement and Installation of Fire Fighting engine/Equipment

 

LOT F3

Proposed Procurement and Installation Of Fire Fighting vehicle/Rescue Vehicle

 

3.0| Technical Requirement

The University in compliance with section 25(2) of the public procurement Act 2007 invite interested contractors to submit comprehensive Technical documents; viz

 

a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC2 and CAC7;

b. Evidence of Company Income's Tax Clearance Certificate for the last three (3) years 2015, 2016, 2017 valid till 31st December, 2017; with minimum average turnover of (Nxxx) million;

c.     Evidence' of current Pension Compliance Certificate valid till 31st December, 2018

d.     Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31" December, 2018

e.     Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2018

f.     Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers, by submission of Interim Registration Report (IRR) expiring on 1/01 2019 or, valid Certificate issued by BPP.

g.   Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal  University Wukari 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.

h. Company's Audited Accounts for the last three (3) years 2015, 2016, 2017.

 i. Evidence of financial capability to execute the project including Reference Letter from   a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;

 j.     Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (In case of construction: 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.    List of Plants/Equipment with proof of Ownership/Lease (where applicable);

m.   For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV partner)

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, 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.

4.0   COLLECTION OF TENDER DOCUMENTS

Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Head, Procurement Unit, Federal University Wukari, K/m 200, Katsina-Ala Road, P.M.B 1020, Wukari Taraba State. On evidence of a nonrefundable fee of N10, 000:00 per LOT, paid into the Federal University Wukari Remita tender fee account 1000059270 in any commercial Bank please note|: Bidders should not bid for more than two (2) Lots

 

5.0 SUBMISSION OF TENDER DOCUMENTS

Prospective bidders are to submit bid for each of the LOT desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as "Technical Bid" or "Financial Bid". Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed 'to


Written on 2022-06-19 13:10:43 by