Tenders are invited for Architectural Services SCOPE OF SERVICE The Consultancy Services to be carried out are in the following categories: i. Architectural Services ii. Structural Engineering iii. Mechanical Engineering (Based on the Project) iv. Electrical Engineering v. Quantity Surveying 3. ELIGIBILITY REQUIREMENTS Interested Consortium Firm should submit two (2) bound (EoI) documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder; a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. b. Evidence of current Tax Clearance Certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025. c. Evidence of current Pension Clearance Certificate valid till 31st December, 2025 (applicable to bidders with above 15 number of staff). d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (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 Compliance/Clearance with National Social Insurance Trust Fund (NSITF) valid till 31st 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 by a Director of the company certifying that: i. The document submitted are genuine and correct; ii. None of the Director(s) of the company had ever been convicted by a Court of Law; iii. None of the Officer of the relevant committees of the Ekiti State Polytechnic or the Bureau of Public Procurement is a former or present Director. Shareholder or has any pecuniary interest in the bidder and iv. The company is not in receivership, insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceeding; h. Companys Audited Accounts for the last three (3) years (2022, 2023 &2024), certified by a Chartered Accountant/Auditor and duly acknowledged by the Federal Revenue Service (FIRS) i. Evidence of financial capability to execute the project and Reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project needed; j. Companys profile with the Curriculum Vitae of Technical/Management Staff to be deployed for the project, including copies of their academic/professional qualifications e.g. COREN, QSRBN, CORBON, ARCON etc.; k. Evidence of Firms current registration with relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON; l. 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; m. 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 JV partner). n. 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 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. Notes: The documents must be arranged sequentially in order; failure to comply renders the submission invalid. Copy of the documents must be exact copy of the original in all particulars; any deviation shall not be accepted. All documents must be paginated and signed. 4. SUBMISSION OF EXPRESSION OF INTEREST Interested Firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Rector, Ekiti State Polytechnic, Isan-Ekiti and clearly marked (with the name of the project boldly written on top of the envelope). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box at the Procurement Office, Ekiti State Polytechnic, Isan-Ekiti not later than 12:00 noon on Monday 19th May, 2025. 5. OPENING OF EXPRESSION OF INTEREST (EoI) DOCUMENTS The EoI documents will be opened immediately after the deadline for submission at 12:00 noon on Monday 19th May, 2025 at the 250 Capacity Auditorium of the Ekiti State Polytechnic, Isan-Ekiti, in the presence of bidders or their representatives. Please ensure that you sign the bids submission Register in the Procurement Office, Ekiti State Polytechnic, Isan-Ekiti will not be held liable for misplaced or wrongly submitted bids. For further inquiries, please contact the Head of Procurement on e-mail: pdu@ekitistatepolytechnic.edu.ng. Tender Link : https://etenders.com.ng/ekiti-state-polytechnic-invitation-for-expression-of-interest-for-consultancy-services/