Supply, Installation, Testing and Commissioning of Equipment/ Facilities for Mechanical... Tender

KENULE BEESON SARO-WIWA POLYTECHNIC, RIVERS STATE has floated a tender for Supply, Installation, Testing and Commissioning of Equipment/ Facilities for Mechanical Engineering Laboratories. The project location is Nigeria and the tender is closing on 21 Oct 2019. The tender notice number is , while the TOT Ref Number is 36421961. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Supply, Installation, Testing and Commissioning of Equipment/ Facilities for Mechanical Engineering Laboratories

Deadline : 21 Oct 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36421961

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : KENULE BEESON SARO-WIWA POLYTECHNIC, RIVERS STATE
The Registrar Kenule Beeson Saro-Wiwa Polytechnic P.M.B 20, Bori
Nigeria

Tender Details

Prequalifications are invited for Supply, Installation, Testing and Commissioning of Equipment/ Facilities for Mechanical Engineering Laboratories Comprising Of; 1 NR Wheel an Tyre Service Tools, 1 NR Automatic Engine Fault Diagnostic Analyzer, 1 NR Automatic Automobile Gearbox Trainer, 1nR Excel CNC Lathe Machine, 1 NR Live Diesel Engine Test Rig, 1 NR Live Petrol Engine Test Rig, 1nr Fuel Injection Calibrating Machine, 1 NR Digital Alignment Machine. 1nr Transformer Training Console, 1 NR High-Frequency am/FM Signal Generator, 1nr Colour Television Trainer Panel, 1 NR Transmission Line Measuring Kit, 1 NR Antenna System Demonstrator, 1 NR am & FM Radio Communication Trainer, 1 NR Smart Calibrator, 1 NR Communicator Trainer.

Details are as contained in the Standard Bidding Documents.

(3.0) PRE-QUALIFICATION CRITERIA
(a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
(b) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31 December, 2019;
(c) Evidence of current Pension Compliance Certificate valid till 31 December, 2019;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2019;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 at December, 2019;
(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 /1 /2020 or valid Certificate issued by BPP.
(g) Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Kenule Benson Saro-Wiwa 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 – 2016, 2017, 2018;
(i) 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;
(j) 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 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;
(I) List of Plants/Equipment with proof of Ownership/Lease (where applicable);”
(m) 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,

(C) COLLECTION OF PRE-QUALIFICATION/TENDER DOCUMENTS
Interested contractors are required to pay a non-refundable Tender of N 10, 000.00 only, payable to Kenule Beeson Saro-Wiwa Polytechnic, Bori. Account Number – 0011793686, Union Bank.

The Bank Draft for the processing fee(s) should be made payable to Kenule Beeson Saro-Wiwa Polytechnic, Bori. Evidence of the payment will qualify the contractors) for collection of document from: Procurement Unit Kenule Saro-Wiwa Polytechnic P.M.B 20, Bori

(D) SUBMISSION OF PREQUALIFICATION/TENDER DOCUMENTS
The technical and financial bids should be packaged in separate sealed envelopes each marked “Technical bid” and “Financial bid” at the top left hand corner, and both packaged in a large sealed envelope;
All prequalification/Tender documents should be submitted in sealed envelopes (2 copies) and marked as follows: – Bids for the execution of the years 2018 TETFund Zonal Intervention This should be addressed to:
The Registrar
Kenule Beeson Saro-Wiwa Polytechnic
P.M.B 20, Bori
and delivered to the undersigned not later than 12:00 noon on Monday October 21, 2019. The Company’s name and address should written on the reverse side of the envelope.

(E) OPENING OF TECHNICAL BIDS
Note that only technical bids would be opened immediately after the deadline for submission at 12:00 noon on Monday October 21, 2019, at the address stated above. Bidders, Representatives, CSOs, Professional Organisation and the public are hereby invited to witness the opening.

(F) GENERAL/SPECIAL INFORMATION
(i) Bid must be in English language and signed by an official authorised by the bidder;
(ii) This advertisement shall not be construed as a commitment on the part of the Polytechnic, nor shall it entitle prospective contractors to make any claim whatsoever and/or seek any indemnity from the Polytechnic;
(iii) Bidders should not bid for more than (1) lot;
(iv) All costs will be borne by the bidders;
(v) Failure to comply with any instruction above or to provide any of the listed documents will automatically result in disqualification;
(v) Bids received at the expiration of the deadline will not be processed and will be returned unopened.
(vi) The Polytechnic is not bound to pre-qualify any bidder and reserves the right to annul the procurement process at any time without incurring any liability in accordance with section 28 of the Public Procurement Act 2007.

SIGNED:
PRINCE AUSTINE D. EDEH
REGISTRAR

Documents

 Tender Notice