INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION PROJECT
- INTRODUCTION
The Tertiary Education Trust Fund (TET Fund) has allocated funds to the College for the execution of the year 2025 TET Fund Special Intervention Project.
The College in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations hereby invites interested, Competent and experienced contractors/firms with proven strength and relevant experience and good track record of prompt delivery of similar projects to submit bid for the following projects listed below under the Year 2025 Special intervention Project.
- SCOPE OF WORKS AND GOODS
CATEGORY A. SPECIAL INTERVENTION
Lot1. Proposed Procurement, testing, Installation and Commissioning of School Equipment
- ELIGIBILTY REQUIREMENT
- Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1 or CAC2 and CAC7;
- Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; (with minimum average annual turnover of N400 million and above;
- Evidence of Pension Clearance Certificate valid till 31st December, 2025
- Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025
- Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
- 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.
- Sworn Affidavit:
- disclosing whether or not any officer of the relevant committees of the Nwafor Orizu College of Education, Nsugbe, Anambra 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) months;
- Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024; duly certified by a chartered accountant and acknowledged by FIRS.
- Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
- 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, ICDL, NITDA, CPN, Current Year Practicing Licences, and evidence of engagement of key staff as permanent staff for the past one year by submission of bank payment slips for such key staff etc.;
- Verifiable documentary evidence of at least three (3) similar jobs (in size & nature) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Coloured Photographs of the projects;
- For Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
- For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs) must have verifiable official telephone numbers, email address and location address for verification purposes;
- For Joint Venture/Partnership, Memorandum of Understanding (MOU) indicating Lead Partner 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)
Note: 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 authorised officer of the firm.
- COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Director of Works, Nwafor Orizu College of Education, Nsugbe on evidence of payment of a non-refundable tender fee of N10,000.00 for the Lot, paid into the Nwafor Orizu College of Education, Nsugbe, Fidelity Bank with account Number 5060013006. A copy of payment receipt should be attached to the financial documents.
- SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for the Lot, two (2) hard copies each of the pre-qualification and tender document separated by dividers and arranged as indicated above 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 The Provost, Nwafor Orizu College of Education, Nsugbe, Anambra State and clearly marked with the name of the project and lot number, 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 Provost, Nwafor Orizu College of Education, Nsugbe not later than 12:00 noon on Tuesday, 16th September, 2025.
- OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Tuesday 16th September, 2025 at the Council Chamber, Administrative Building Nwafor Orizu College of Education, Nsugbe in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register at the Rm 210, office of the provost, Nwafor Orizu College of Education, Nsugbe, as the Nwafor Orizu College of Education, Nsugbe, Anambra State will not be held liable for misplaced or wrongly submitted bids.
- GENERAL INFORMATION
- Bids must be in English Language and signed by an official authorised by the bidder;
- Bids submitted after the deadline for submission would be returned un-opened;
- All pages of bid documents must be initialled and paginated;
- All costs will be borne by the bidders;
- Only pre-qualified bidders at 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;
- The Nwafor Orizu College of Education Nsugbe reserves the right to confirm the authenticity or otherwise of any claim or document submitted by the prospective firms;
- All the documents submitted by the prospective Companies/bidders shall form part of the technical evaluation criteria and non-compliance with any of the requirement will result in automatic disqualification of such company/firms;
- The Nwafor Orizu College of Education, Nsugbe 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:
Head Procurement
Nwafor Orizu College of Education, Nsugbe,
Anambra State