Institute Of Management And Technology (IMT)- Invitation For Pre-Qualification And Tender For Remodeling Of Department Of Architectural Technology, Urban And Regional Planning & Fashion Design And Clothing Technology Building Complex.


Institute Of Management And Technology (Imt)
PMB 01079 Independence Layout Enugu, Enugu State, Nigeria
Invitation For Pre-Qualification And Tender

1. INTRODUCTION

In compliance with the requirements of the Public Procurement Act 2007, the Institute of Management and Technology (IMT), Enugu wishes to invite interested, competent and reputable contractors with relevant experience and track record for submission of technical and financial bids for 2023 Federal Ministry of Education Needs Assessment Revitalization Funds Project Intervention.

2. SCOPE OF WORK

LOT NO: Lot RF1

DESCRIPTION: Remodeling of department of architectural technology, Urban and regional Planning & fashion Design and clothing technology building complex.

3. ELIGIBILITY CRITERIA

Prospective bidder shall submit the following documents failure of which shall lead to automatic disqualification;

a) Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including Certified True Copy of form CAC7 and CAC 2.1 or CAC1.1

b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till 31st December 2023; with minimum average annual turnover of N50 million;

c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above).

d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);

e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;

f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;

g) Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the Institute of Management and Technology (IMT), Enugu or 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 no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.

• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding

• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.

h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022)

i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;

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, QSDRBN, ARCON, CORBON etc;

k) Verifiable documentary evidence of at least three (3) similar jobs executed (as prime consultant or the main contract) in the last five (5) years (2019 to date) including letters of awards, valuation certificates, job completion certificates and photographs of the projects;

l) Works: List of plants/equipment with proof of ownership/lease agreement;

m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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. COLLECTION OF TENDER DOCUMENTS

Interested companies are to collect the standard bidding document (SBD) from the Procurement office on evidence of payment of a non-refundable tender fee of N10,000.00 per lot, paid into the Institute of Management and Technology (IMT, Enugu’s remita account in any reputable commercial bank in Nigeria.

5. SUBMISSION OF BID DOCUMENTS

Interested bidders are required to prepare and submit completed technical and financial bids in a hard copies (and a soft copy financial) in a sealed envelope, with the title of the project of interest clearly written at the top right corner of the envelope and clearly marked as “Technical” and the other marked as “financial”. Each set of the bid documents should be in different sealed, tamper-proof envelopes and labeled accordingly and addressed to: The Registrar, Institute of Management and Technology (IMT), PMB 01079, Independence Layout Enugu, Enugu State And clearly marked with (the name of the project) Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box not later than 12:00 noon on Wednesday, 6th March, 2024.

6. OPENING OF TECHNICAL DOCUMENTS

Only the submitted technical bids will be opened immediately after the deadline for submission at 12:00 noon on Wednesday, 6th March, 2024, in the council chambers of the administrative block of the institute in the presence of bidders/representatives, while the financial bids will be kept un-opened.

7. GENERAL INFORMATION

i. The advertisement shall neither be construed to be a commitment on the part of the Institute, nor shall it entitle any company to make any claim whatsoever and/or seek any indemnity from the institute by virtue of any response to the said advertisement.

ii. Bids submitted after the deadline for submission will be returned;

iii. All cost will be borne by the bidders

iv. The Technical bids will covered by video recording with the presence of two (2) representatives of private sector professional bodies and Civil society organization in the areas of Anti-Corruption/Transparency;

v. Only pre-qualified bidders at technical evaluation will be invited at a later date or the same date if time permit for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;

vi. Institute of Management and Technology (IMT) Enugu is not bound to prequalify and bidder 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.

vii. All enquiries should be directed to the office of the Registrar (Mobile: 08030493078; 08136266808) Institute of Management and Technology (IMT) Enugu