Skip to main content

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR CONSULTANTS ON UNIVERSITY PROJECTS

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR CONSULTANTS ON UNIVERSITY PROJECTS

UNIVERSITY OF IBADAN, IBADAN.

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR CONSULTANTS ON UNIVERSITY PROJECTS

1. INTRODUCTION

The University of Ibadan, the First University in Nigeria established in the year 1948 with a vision to be a world-class institution for academic excellence geared towards meeting societal needs hereby invites interested reputable, competent, experienced Contractors and Consulting firms of Architects, Civil/Structural Engineers, Mechanical Engineers, Electrical Engineers and Quantity Surveyors for execution of University Projects.

2. CATEGORY A: PROJECTS

PROJECT DESCRIPTION

TENDER FEE

LOT 1

LAYING OF 350 OUTSIDE DIAMETER,HDPE RISING MAIN COMPLETE WITH FITTINGS,ACCESSORIES TESTING,AND COMMISSIONING

₦50,000

LOT 2

PROCUREMENT OF SMART IDENTITY CARD CONSUMABLES AND HARDWARES

₦20,000

LOT 3

PROCUREMENT OF SMART IDENTITY CARD APPLICATION AND SERVICES INTEGRATION

₦20,000

LOT 4

CONSTRUCTION OF LOCK UP SHOPS

₦20,000

LOT 5

CONSTRUCTION OF PERIMETER FENCE

₦20,000

CATEGORY B: EXPRESSION OF INTEREST

LOT 1

PRE AND POST TENDER CONSULTANCY SERVICES FOR CONSTRUCTION PROJECTS IN THE UNIVERSITY.

₦20,000

LOT 2

SKILL ACQUISITION & YOUTH EMPOWERMENT TRAINING

₦20,000

3. BIDDING CRITERIA

In order to be considered, interested Contractors/Consultants are to submit the following documents:

  1. Evidence of Registration with the Corporate Affairs Commission (CAC)

  2. Current Tax Clearance certificate for the last three (3) years.

  3. Evidence of Financial Capability/Reference letter from a reputable bank.

  4. Evidence of Payment of Tender Fee

  5. Company Profile and Organization Structure, including names and resume of key personnel with address and phone numbers.

  6. Evidence of Registration of both the company and the key personnel with relevant professionals bodies( ARCON, COREN, QSRBN etc)

  7. Verifiable list of pervious/similar major/project successfully executed in the recent past with their locations and clients. (Copies of completion Certificate/Final Payment certificate should be attached

  8. Three years most recent audited accounts of the company.

  9. Annual turnover as stated in a verifiable tax clearance certificate

  10. Provision of Certificate of Compliance from Industrial Training Fund (ITF)

  11. Provision of Certificate of Compliance from Pension Commission (PENCOM)

  12. Evidence of Registration with National Social Insurance Training Fund(NSITF)

  13. For Joint Ventures, Memorandum of Understanding must be attached.

  14. Consent to allow for Verification of all the documents submitted including CAC, Inland Revenue, VAT Remittances, Pension & Industrial Training Fund and Company’s financial standing with the bankers.

  15. Evidence of BPP’s Interim Registration Report-IRR

  16. A sworn affidavit disclosing:

  1. That the Bidder is neither in receivership nor a subject of insolvency/bankruptcy/winding up proceedings;

  2. That none of the Bidder’s Directors has ever been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification or falsification of facts relating to any matter.

  3. Whether or not any Officer of University of Ibadan is a former or present director, shareholder, or has any pecuniary interest in the bidder;

  4. That all information presented in the bid is true and correct in all particulars.

4. TENDER FEES

A non-refundable tender fee as indicated above should be paid by each bidder before collection of Bidding Documents. The Tender fee should be paid into University of Ibadan TSA account and evidence of payment should be taken to the Cash Office of Bursary to obtain University Official Receipt.

5. COLLECTION OF BIDDING FORMS

The bidding documents are to be collected from the Office of Director of Procurement, University of Ibadan, upon payment of non-refundable Tender Fee.

6. SUBMISSION OF BIDS

  1. Interested consultants shall submit four (4) copies of their EoI documents in a sealed envelope clearly marked EXPRESSION OF INTEREST. The title of the project should be written at the top left-hand corner of the covering envelope and should not bear the name of the Tendering Firm.

  2. Interested contractors/suppliers shall submit four (4) copies of their Technical and Financial Bids. The four (4) copies of Technical and Completed Financial Bid per Lot shall be placed in two different sealed envelopes and each appropriately labelled “TECHNICAL BID” and “FINANCIAL BID” as well as the “PROJECT NAME/TITLE” and “LOT NO” on the same side of envelope. These sealed envelopes should be enclosed in a THIRD OUTER ENVELOPE which should be sealed and labelled “TECHNICAL and FINANCIAL BID” with the “PROJECT NAME/TITLE” and “LOT NO” clearly written on the top Right Hand corner and delivered to:

The Secretary,

Procurement Planning Committee

University of Ibadan

7. CLOSING DATE

Submission of Tender closes Six (6) weeks from the date of publication by 12 noon. Any Tender received after this stated date and time shall not be considered. Duly submitted Tenders shall be opened same day immediately after the stated closing time in the Senate Chamber of the University.

Please Note that:

  1. The University of Ibadan is neither committed nor obliged to shortlist any Contractor/Consultant or to award the Contract to Contractor or Agent.

  2. The University reserves the right to reject any and /or all bidding packages.

  3. The University will only recognize and correspond with only authorized officers of the Tendering Companies and NOT through individuals or agents acting on their behalf.

  4. This advertisement for invitation shall neither be construed as a commitment on the part of the University nor shall it entitle any contractor to make any claims whatsoever and /or seek any indemnity from the University of Ibadan.

  5. Tendering with false document is an offence which will lead to disqualification and prosecution.

Signed,

The Secretary,

Procurement Planning Committee