Expression of Interest for Supply of Back -To-School Kits for Secondary School Students in Zurufaka/Danko -Wasagu and Sakaba fed.Constituency-Kebbi State (I) Supply of Exercise Books for Secondary School Students in Zurufaka/Danko -Wasagu fed.constituency (Ii) Supply of Bags and Uniforms for Secondary School Students in Zurufaka/Danko/Wasagu fed.Constituency Date Added: April 7, 2025 Deadline: 30/04/2025 Category: Training, Construction & Engineering, General Supplies & Services ELIGIBILITY REQUIREMENTS Prospective bidders should submit the following documents: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7; b. Evidence of the Companys Income Tax Clearance Certificate for the last three (3) years valid till 31 December 2025; c. Evidence of Pension Clearance Certificate valid till 31 December 2025 (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 31 December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 December 2025; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP. g. Sworn Affidavit: disclosing whether or not any officer of the relevant committees of the Federal College of Agriculture, Akure or the Bureau of Public Procurement is a former or present Director, or 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; h. Companys Audited Accounts for the last three (3) years 2022, 2023 & 2024; i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; j. Companys 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 etc.; k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects; l. For Supply of Equipment; Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs); m. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA); n. Letter of consent to verify all documents submitted by bidder. o. 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 IV partner). Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firms 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 authorized officer of the firm. p. For Motor Vehicles procurement: Only companies included in the National Automotive Design and Development Councils approved list of local manufacturers of Vehicles or their authorized representatives should bid for the vehicles. q. ICT jobs: Evidence of current Licence accreditation with the Computer Professionals Registration Council Of Nigeria (CPN) and National Information Technology Development Agency (NIITDA). r. Evidence of registration with the Agricultural Society of Nigeria. s. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement. Interested Companies are to collect the Standard Bidding Document (SBD) from the office of the Procurement officer between 8:00 a.m. and 4:00 p.m. at the Federal College of Agriculture, Akure, on evidence of payment of a non-refundable tender fee of N10,000.00 per Lot, paid into TSA account No. 0160099561014 in favour of the Federal College of Agriculture, Akure. Prospective bidders are to submit two (2) hard copies of the technical bid and one (1) Financial bid packaged in different sealed envelopes and clearly marked as Technical Bid or Financial Bid; and addressed to the Provost, Federal College of Agriculture, Akure, Ondo State and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop it in the designated Tender Box located at the Colleges International Conference Hall Akure no later than 10:00 a.m. on Wednesday 30 April 2025. Note: i. Bids must be in English Language and signed by an official authorized by the bidder; ii. No bidder should bid for more than Two (2) Lots; iii. The College shall verify all the claims made by applicants. It shall disqualify any company whose claims are found to be false in addition to other sanctions that may be deemed necessary; iv. Bidders who have worked for the College and have a history of poor performance, abandonment, termination and/or prolonged contract execution period need not apply as their bids shall be excluded from the process in line with Section 16(8)(b) of the PPA, 2007; v. All costs incurred in responding to this advertisement shall be borne solely by the Bidders; vi. This advertisement shall not be construed as a commitment by the College; vii. The Technical Bids will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies; and will be covered by video recording; an invitation link will be sent to a bidder who chooses to join the bid opening online; viii. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened; ix. The Federal College of Agriculture, Akure is not bound to pre-quality 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. Tender Link : https://etenders.com.ng/federal-college-of-agriculture-akure-invitation-to-tender-and-prequalification-for-2025-capital-projects/