FUTA NEWS ARCHIVE

FUTA Overview

INVITATION TO TENDER AND REQUEST FOR EXPRESSION OF INTEREST


INVITATION TO TENDER AND REQUEST FOR EXPRESSION OF INTEREST

1. INTRODUCTION

The Federal University of Technology, Akure (FUTA) invites interested competent and reputable contractors to apply for this Pre-qualification and Tender exercise; and submit the required information as well as comply with all other prerequisites for Pre-qualification and Tender for Revitalization Fund, NEEDS, TETFUND and IGR PROJECTS stated below:

2. SCOPE OF WORKS/SUPPLIES

LOTS

DESCRIPTION OF PROJECT

SOURCE OF FUND

1

Supply and Installation of Teaching and Research Equipment to CENTRAL RESEARCH  LABORATORY

Revitalization Fund

2

Supply and Installation of Computers to DIGITAL RESOURCE CENTRE

Revitalization Fund

3

Supply and Installation of Teaching and Research Equipment to UNIVERSITY EXAMINATION PROCESSING COMMITTEE, GENERAL STUDIES UNIT, and UNIVERSITY LIBRARY

Revitalization Fund

4

Supply and Installation of Teaching and Research Equipment to SCHOOL OF AGRICULTURE & AGRICULTURAL TECHNOLOGY

Revitalization Fund

5

Supply and Installation of Teaching and Research Equipment to SCHOOL OF SCIENCES

Revitalization Fund

6

Supply and Installation of Teaching and Research Equipment to SCHOOL OF EARTH AND MINERAL SCIENCES and SCHOOL OF HEALTH AND HEALTH TECHNOLOGY

Revitalization Fund

7

Supply and Installation of Teaching and Research Equipment to SCHOOL OF ENVIRONMENTAL  TECHNOLOGY

Revitalization Fund

8

Supply and Installation of Teaching and Research Equipment to SCHOOL OF COMPUTING and SCHOOL OF MANAGEMENT TECHNOLOGY

Revitalization Fund

9

Supply and Installation of Teaching and Research Equipment to SCHOOL OF ENGINEERING & ENGINEERING TECHNOLOGY

Revitalization Fund

10

Supply and Installation of Lecture Seats in Three-in-One Lecture Theaters

Revitalization Fund

11

Supply and Installation of Lecture Seats in One Thousand Capacity Lecture Theater and Two Blocks of Classrooms

Revitalization Fund

12

Supply and Installation of Furniture to Academic Building.

Revitalization Fund

13

Renovation of Abiola Male Hostel Blocks l and ll

NEEDS

14

Renovation of Abiola Male Hostel Block 3 and Porter’s Lodge

NEEDS

15

Renovation of Main Jibowu Female Hostel and Porter’s Lodge

NEEDS

16

Renovation of Jibowu Female Hostel: Block lll, Annex ll and lll

NEEDS

17

Painting of SAAT and SEET Buildings

NEEDS

18

Re-roofing of School of Agriculture and Agricultural Technology and Bungalow wings of School of Engineering and Engineering Technology Buildings

NEEDS

19

Website Development, Extension and Enhancement: and Specialized Training of relevant staff – Expression of Interest

YEAR 2016-2018 ICT Support TETFUND Intervention

20

Training by Qualified and Certified ICDL for Teaching and Non-Teaching staff of the University - Expression of Interest

YEAR 2016-2018 ICT Support TETFUND Intervention

21

Construction of Perimeter Fencing and External Works Around New Undergraduate  Female Hostel

IGR

22

Supply and Installation of Laboratory Furniture & Fittings for School of Sciences.

2019 CAPITAL

 

3. ELIGIBILITY REQUIREMENTS

To be considered, potential companies are required to submit all the under-listed verifiable documents:

  1. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including forms CAC2 and CAC7;
  2. Evidence of company Income’s Tax Clearance Certificate for the last three (3) years Valid till 31st December, 2019.
  3. Company’s audited Accounts for the last three years (2016, 2017, and 2018), duly signed and stamped.
  4. Evidence of Industrial Training Fund (ITF) compliance certificate expiring on 31st December, 2019.
  5. Evidence of Pension compliance certificate expiring on 31st December, 2019;
  6. Evidence of Nigeria Social Insurance Trust Fund (N.S.I.T.F.) compliance certificate expiring on 31st December, 2019.
  7. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP.
  8. 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 when needed.
  9. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of contractions: COREN, QSRBN, ARCON, CORBON, NITDA/CPN etc.)
  10. Verifiable documentary evidence of at least three (3) similar Jobs executed, in the last Five years, including letters of award valuation certificate, job completion certificate and photograph of the project.
  11. List of plant / equipment with proof of Ownership/Lease (where applicable

  12. 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)
  13. Sworn Affidavit:
  • - disclosing whether or not any official of the relevant Committees of the Federal University of Technology, Akure or the Bureau of Public Procurement is a formal 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 Director (s) of the prospective contractual Company has/have never been convicted by any Court of Law.

  • -That neither the Company nor any of the Company Director is in receivership or bankrupt

  1. All documents for submission must be transmitted with a covering letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact address, Telephone number (GSM No.) and email 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.
  2. Evidence of payment of non-refundable9 prequalification and Tender Fee of N10,000for each Lot and made payable to FUTA
  3. For LOT 19 and Lot 20, tender fees are only required when Request for Proposals are issued to shortlisted bidders.
  4. Contractors currently engaged on projects whose completion period have been overrun need not apply.

 

4. COLLECTION OF BID DOCUMENTS 

Interested Bidders should collect Pre-qualification and Financial bid document from Procurement Unit, last Floor Old Senate on presentation of REMITA receipt stamped by Cash Office of the Bursary, Federal University of Technology, Akure.

The tender fee of N10,000.00 per Lot, should be paid into FUTA Tender Fess Account on REMITA Number 1000123 in any reputable commercial bank in Nigeria.

For further enquiries, please contact: The Director, Physical Planning at T. J. Useni Building, FUTA, Ondo State, between the hours of 11:00 am and 3:00 pm, Monday – Friday.

5. SUBMISSION OF TENDER DOCUMENTS 

Prospective bidders are to submit Two (2) bound copies of Prequalification documents/EOI separated by dividers and arranged in the order listed above in one envelope marked “Pre-qualification/EOI” (Quote the appropriate project’s and company name boldly written on the top right hand corner of the envelope) while two (2) copies of financial tender’s documents, with soft copy in MS Excel format must also be sealed in another envelope (Quote the appropriate project’s name and company name boldly written on the top right hand corner of the envelope). The two envelopes should be enclosed together in a bigger envelope marked with project Title, Lot number and company name and delivered to: The Registrar’s Office, last floor Old Senate, Federal University of Technology, P. M. B. 704, Akure, Ondo State. To reach him not later than 12:00 noon Tuesday, 28thJanuary, 2020.

6. IMPORTANT INFORMATION: 

  1. Document submitted must be listed in a table of content according to the Prequalified Criteria and must be written in English. Any company that does not comply with this method of arrangement will be disqualified.
  2. The Standard Bidding Document purchased must be filled and submitted with the company profile. Any criteria stated in the Standard Bidding Document will be considered as part of prequalification criteria. Note that the standard bidding document is according to BPP guidelines.
  3. Certificate may be referred to the respective issuing authorities   for verification and authentication.
  4. Bidders are advised to make their submissions in line with this advertisement and other requirements contained in the standard bidding documents.
  5. Technical and Financial Bid enclosed in one same single envelope that will expose the technical and financial bid at the same time of opening shall be disqualified.
  6. Failure to comply with the above requirements and content of the standard bidding document would automatically result in disqualification
  7. Bidders should not bid for more than two (2) Lots
  8. Lots 19 & 20: Only shortlisted firms will be contacted at a later date for collection of Request for Proposals;
  9. 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

7. OPENING OF EXPRESSION OF INTERESTANDTECHNICAL BIDS 

Technical bids and EOI will be opened immediately after the close of submission at12:00 noon Tuesday 28th January, 2020 while the financial bids will be kept un-opened. in the presence of bidders and interested stakeholders.

The Venue for the bid opening is at Idibiye Francis Auditorium, FUTA,

The University 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

PLEASE NOTE:

The execution of these projects will depend on the release of funds by the appropriate funding.  FUTA will not be liable if there is any delay in the release of funds.

Signed:
Mr. R.A. Arifalo
REGISTRAR AND SECRETARY TO COUNCIL.