NATIONAL TEACHERS’ INSTITUTE KADUNA
INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2025 SUPPLEMENTARY CAPITAL PROCUREMENT ACTIVITY
1.0 INTRODUCTION
1.1 The National Teachers’ Institute, Kaduna is a single mode distance education institution dedicated to teacher training. It was established in 1976 by the Federal Government primarily because of the pressing needs in the country for trained and qualified teaching staff at all levels of the educational system. Act No. 7 of 10th April 1978 establishing the Institute charged it among others with the responsibility of: providing courses of instruction leading to the development, upgrading and certification of teachers as specified in the relevant syllabus using distance education techniques. The Institute in line with her mandates wishes to invite interested, competent and reputable Contractors with relevant experience and good record of accomplishment for the procurement of the under listed:
2.0 SCOPE
S/N | LOT NO | PROJECT DESCRIPTION
1 | W201 | CONSTRUCTION OF SOME SELECTED ACCESS ROADS USING INTERLOCKS AND KERBS IN SULEJA/TAFA/GURARA FEDERAL CONSTITUENCY, NIGER STATE
3.0 ELIGIBILITY REQUIREMENTS:
For purposes of evaluation, interested Contractors/Consultants should supply the under-listed information including but not limited to the following:
i. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁₁ or CAC₂ and CAC₇, Business Name with Form BN1 is also acceptable for Consultancy Services;
ii. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December 2025, with a minimum average annual turnover of ₦100,000,000.00
iii. Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is ₦50m and above);
v. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025.
vi. 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.
vii. Sworn Affidavit
i. An affidavit certifying that the company is not in receivership, insolvency or bankruptcy.
ii. An affidavit that no officer of National Teachers’ Institute or Bureau of Public Procurement is a Director or Shareholder or has any pecuniary interest in the bidder.
iii. An affidavit that none of the Directors of the Company has been convicted of a criminal offense in relation to fraud or financial impropriety in any court in Nigeria or elsewhere.
iv. That all information presented in the bid is true and correct in all particulars.
viii. Company’s Audited Account for the last three (3) years (2022, 2023 and 2024).
ix. Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
x. Company’s profile with the Curriculum Vitae of the Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
xi. Verifiable document evidence of at least three (3) years similar jobs executed in the last five (5) years including Letter of Award, Valuation Certificates, Job Completion Certificate and Photographs of the Projects.
xii. 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 Letter Head Paper must bear Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.
4.0 COLLECTION OF BID DOCUMENT
Interested and eligible bidders may obtain further information and collect bidding documents from the procurement unit between 9:00am to 4:00pm (Mondays to Fridays) upon submission of evidence of payment of a non-refundable tender fee of ₦10,000.00 only to the National Teachers’ Institute, NTI Treasury Single Account (TSA) using Remita platform to any bank and present the REMITA Retrieval Reference RRR and Bank teller receipts to Office No: DR 10, Directorate Department, National Teachers’ Institute, (NTI) Headquarters KM 5 Kaduna-Zaria Road, Kaduna.
5.0 SUBMISSION OF DOCUMENTS
Completed Technical and financial bids shall be submitted in two separate envelopes, clearly tape sealed and clearly marked “Technical Bids for Lot Number and Financial Bid for Lot Number Inserted in a bigger envelope. The Project titles, Lot number and contractor’s name must be clearly written on top of each envelope. Bids shall be addressed to the Director-General and Chief Executive, National Teachers’ Institute, (NTI) KM 5 Kaduna-Zaria Road, Rigachikun, P.M.B. 2191, Kaduna, during working hours. The bids should be dropped in the Tender Box at the Procurement Unit, Office No: DR 10, Directorate Department, National Teachers’ Institute, (NTI) Headquarters KM 5 Kaduna-Zaria Road, Kaduna, not later than 12:00 Noon, Monday 23rd February, 2026.
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us
No Comments
Sorry, the comment form is closed at this time.