Background Image

MICHAEL IMOU DU NATIONAL INSTITUTE FOR LABOUR STUDIES (MINILS)-ADDENDUM TO ORIGINAL ADVERTISEMENT

MICHAEL IMOU DU NATIONAL INSTITUTE FOR LABOUR STUDIES (MINILS)
KM 7, AJASE-IPO ROAD, PMB 1524, ILORIN, KWARA STATE
ADDENDUM TO ORIGINAL ADVERTISEMENT

CORRECTION OF MISTAKES

The original advertisement for procurement contained some errors, which are hereby corrected as follows:

1. The Institute hereby invites competent and reputable Contractors and Consultants to Tender for the procurement and execution of the underlisted projects inserted in the 2025 approved budget of the Institute.

2. Extension of Closing Date of Submission/Opening of Bids
The closing date for the submission of bids/proposals and Opening of Bids is hereby extended for two weeks.

3. New Closing Date/Opening of Bids
The new closing date for submission of Technical and Financial bids Opening is on Monday 7th July, 2025 in respect of Lot A1, A3, A4, A5, A6, A9, B2, B4, works and goods category and the new date for the opening of prequalification/Expression of interest is 1st July, 2025 in respect of A2, A7, A8, A10, A11, A12, A13, A14, A15, A16, B1, B3, B5.

Only prequalify bidder at Technical evaluation stage will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned unopened in respect of Lots A1, A3, A4, A5, A6, A9, B2, B4 under Goods and Works.

OPENING OF PREQUALIFICATION/EXPRESSION OF INTEREST DOCUMENT
The EOI/Pre-qualification documents will be opening immediately after the deadline of submission at 12 noon on Monday 1st of July, 2025 in respect of A2, A7, A8, A10, A11, A12, A13, A14, A15, A16, B1, B3, B5 under Goods and Works category and only prequalified firms will be invited at a later date for collection of Tender document.

All eligibility criteria and other terms and conditions of the original advertisement remain unchanged.

Prospective bidders are advised to take note of the corrections on the new closing/opening of Bids date.

For further information, please contact, Procurement Unit, MINILS for any clarifications.

Signed:
AG. Director General/CEO
Michael Imoudu National Institute of Labour Studies

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL TECHNICAL COLLEGE, AMUZU, EBONYI STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL TECHNICAL COLLEGE, AMUZU, EBONYI STATE
INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the FEDERAL TECHNICAL COLLEGE, AMUZU, EBONYI STATE in the 2025 Appropriation Act, for the execution of policies, programmes and projects towards achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence and experiences to submit tenders for the execution of the following project:

2. SCOPE OF WORK:
LOT — PROJECT TITLE
W1—CONSTRUCTION OF 200-BED GIRLS’ HOSTEL — FTCAMUZU

3. ELIGIBILITY REQUIREMENTS:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC 2 and CAC 7;
b. Evidence of Company’s income Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025, with minimum average turnover of N150m;
c. Evidence of Pencom Clearance Certificate valid 31st 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 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidders annual turnover is N150m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate 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 31st December, 2025 or valid Certificate issued by BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Technical College, Amuzu, Ebonyi State or the Bureau of Public Procurement is a former or present Director, Shareholders 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;
– that the Company does not have existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performance, bad or whose repayment has been outstanding for the last four (4) months;
h. Company’s 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. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project;
k. List of Plants/Equipment with proof of ownership/Lease Agreement;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
m. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided indicating Lead partner among others (Corporate Affairs Commission, Tax Clearance Certificate, Pencom Clearance Certificate, ITF Clearance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavits are compulsory for each JV partner); and Note: All documents for submission must be transmitted with covering/forwarding letter under the Company/Firm Letter Headed Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), the Contact Address, Telephone Number, Preferably GSM No and email address). The Letter Headed Paper must bear the Names and Nationalities of the Director of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Documents (SBD) from the Office of the Vice Principal Special Duties (VPSD) between the working hours of 08:00 am and 04:00 pm daily on evidence of payment of a non-refundable tender fee of N10,000 paid into the Federal Technical College, Amuzu, Ebonyi State’s a/c through REMITA Platform in any reputable Commercial Bank in Nigeria, and present the teller for the College’s receipt. (The GIFMIS code for Tenders Fee should be indicated in the appropriate column while generating the RRR).

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for the Lots, two (2) hard copies (marked Original & Copy) each for both Technical & Financial Bids with soft copy of Financial bid only in MS Excel format, packaged in two separate and sealed envelopes clearly marked at the top right corner of each envelope stating the title of the project i.e. “TECHNICAL BIDS FOR Project Title and Lot No.” & “FINANCIAL BIDS FOR Project Title and Lot No.” and the reverse side the name of the company should be boldly written. Both envelopes shall then be put in a larger envelope clearly marked at the top right corner stating the title of the project and be submitted in the appropriate Tender Box at the Vice Principal Special Duties office addressed to:

The Principal,
Federal Technical College, Amuzu, Ebonyi State.
The submission should be made not later than 12:00 noon on Thursday, 24th July, 2025. Please ensure you sign the Bid Submission Register at the Vice Principal Special Duties office at Federal Technical College, Amuzu, Ebonyi State. The Federal Technical College, Amuzu, Ebonyi State will not be held responsible for misplaced or wrongly submitted Bids.

6. OPENING OF TECHNICAL BIDS
Only the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Thursday, 24th July, 2025 in the College Conference Room in the presence of bidders and their representatives while the financial bids will be kept un-opened. For further enquiries, please contact: 08036925684

7. GENERAL INFORMATION
i. Bids must be in English language and signed by an official authorised by the bidder;
ii. Bids submitted after the deadline of submission would be returned un-opened;
iii. All costs will be borne by the bidders;
iv. The Technical Bids will be opened in presence of Bidders or their representatives, CSO’s in the areas of Anti-Corruption and Transparency and private professional bodies;
v. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
vi. Each Company should not bid for more than one lot;
vii. The Federal Technical College, Amuzu, Ebonyi State is not bound to pre-qualify 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.

Signed
The Principal
Federal Technical College, Amuzu, Ebonyi State.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN INSTITUTE OF LEATHER AND SCIENCE TECHNOLOGY (NILEST) ZARIA-INVITATION FOR PRE-QUALIFICATION AND EXPRESSION OF INTEREST FOR CONTRACTS UNDER 2025 CAPITAL APPROPRIATION

NIGERIAN INSTITUTE OF LEATHER AND SCIENCE TECHNOLOGY (NILEST) ZARIA
FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY
PMB 1034 ZARIA, KADUNA STATE
INVITATION FOR PRE-QUALIFICATION AND EXPRESSION OF INTEREST FOR CONTRACTS UNDER 2025 CAPITAL APPROPRIATION

1.0 INTRODUCTION
The Nigerian Institute of Leather and Science Technology intends to execute some capital projects in the 2025 fiscal year. As a result of this, the Agency hereby invites submissions from experienced and competent companies with proven records to indicate interest in the under-listed projects.

2.0 SCOPE OF WORKS

2.10 WORKS
Lot W29: Development of Leather Skill Acquisition Centre at Dusten Wai Kaduna State

2.30 SERVICES
Lot S54: Consultancy Services for the Development of Leather Skill Acquisition Centre at Dusten Wai Kaduna State

3.0 ELIGIBILITY REQUIREMENTS
The interested bidders/service providers are required to submit the following:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable for Services;
b. 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;
c. 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);
d. 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 50);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate 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:
– disclosing whether or not any officer of the relevant committees of the Nigerian Institute of Leather and Science Technology, Zaria 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;
– 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;
– That the company does not have existing loan or financial liability with a bank, other financial institution or 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 (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. 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, 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 Authorisation as representative of the Original Equipment Manufacturers (OEMs).
m. Consultancy Services: Evidence of Firm’s current registration with relevant regulatory professional body(ies).
n. Training: Evidence of Firm’s current registration with the relevant regulatory professional body(ies) such as Centre for Management Development (CMD).
o. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p. For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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)
q. 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.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

COLLEGE OF MEDICINE, UNIVERSITY OF LAGOS-CANCELLATION OF REQUEST FOR EXPRESSION OF INTEREST (LOT 2)

COLLEGE OF MEDICINE, UNIVERSITY OF LAGOS
LAGOS, NIGERIA
CANCELLATION OF REQUEST FOR EXPRESSION OF INTEREST (LOT 2)
RE: FACILITY MANAGEMENT OF THE PLAZA

The College of Medicine, University of Lagos, Idi-Araba, Lagos wishes to draw the attention of the general public to its earlier advertisement in respect to “Request for expression of interest” published on Monday, 26th May, 2025 in the Guardian newspaper, Daily Trust Newspaper and the Federal Tenders Journal and to inform prospective bidders that the project earlier advertised under Lot 2 (Facility Management of Plaza) has been cancelled due to circumstances beyond the Institution’s control.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT COLLEGE, ODI, BAYELSA STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, ODI, BAYELSA STATE
INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the FEDERAL GOVERNMENT COLLEGE, ODI, BAYELSA STATE in the 2025 Appropriation Act, for the execution of policies, programmes and projects towards achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence and experiences to submit tenders for the execution of the following project:

2. SCOPE OF WORK:
LOT – PROJECT TITLE — LOCATION
W1 – COMPLETION OF ABANDONED SPORTS COMPLEX —- FGC ODI
W2 – RENOVATION OF COLLEGE CLINIC AND INSTALLATION OF EQUIPMENT —- FGC ODI
W3 – CONSTRUCTION OF SPORTS FACILITIES (BASKETBALL AND VOLLEYBALL COURTS) –FGC ODI

3. ELIGIBILITY REQUIREMENTS:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC 2 and CAC 7;
b. Evidence of Company’s incomes Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025, with minimum average turnover of N300m;
c. Evidence of Pencom Clearance Certificate valid 31st 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 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 N300m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate 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 31st December, 2025 or valid Certificate issued by BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Government College, Odi, Bayelsa State or the Bureau of Public Procurement is a former or present Director, Shareholders 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;
– that the Company does not have existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performance, bad or whose repayment has been outstanding for the last four (4) months;
h. Company’s 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. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project;
k. List of Plants/Equipment with proof of ownership/Lease Agreement;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
m. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided indicating Lead partner among others (Corporate Affairs Commission, Tax Clearance Certificate, Pencom Clearance Certificate, ITF Clearance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner); and

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT GIRLS COLLEGE TAMBUWAL, SOKOTO STATE-INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT GIRLS COLLEGE TAMBUWAL, SOKOTO STATE
INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Government Girls College Tambuwal, Sokoto State in the year 2025 appropriation for the execution of projects towards achieving the mandate of the College. Accordingly, the College wishes to invite competent Contractors/Suppliers to submit tender for the execution of the following Projects:

2. SCOPE OF WORKS
LOT No | PROJECT TITLE | LOCATION
G1 | PURCHASE OF HIACE BUS | FGGC, TAMBUWAL
W1 | CONSTRUCTION OF 2 UNIT OF 2 BEDROOM STAFF QUARTERS | FGGC, TAMBUWAL
W2 | COMPLETION OF FEMALE HOSTEL | FGGC, TAMBUWAL
W3 | COMPLETION OF STAFF ROOMS | FGGC, TAMBUWAL

3. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed requirements to be eligible in this procurement process:
a. Evidence of Business Name or Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average turnover of N200 million;
c. 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);
d. 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 N50m and above);
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate 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 disclosing whether or not any officer of the relevant committees of the Federal Government Girls College, Tambuwal on 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 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. 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, 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;
l. List of Equipment with proof of Ownership/Lease Agreement.
m. For Vehicle, the Company must provide OEM (Original Equipment Manufacturer) Certificate.

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 authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Principal FGGC, Tambuwal with the evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Federal Government College Remitta account in any commercial bank in Nigeria.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNIVERSITY OF CALABAR, CROSS RIVER STATE-INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2025 CAPITAL APPROPRIATION, TETFUND ZONAL AND ANNUAL INTERVENTION FOR THE YEAR 2025 RESPECTIVELY

UNIVERSITY OF CALABAR
P.M.B. 1115 CALABAR, CROSS RIVER STATE, NIGERIA
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2025 CAPITAL APPROPRIATION,
TETFUND ZONAL AND ANNUAL INTERVENTION FOR THE YEAR 2025 RESPECTIVELY

1.0 INTRODUCTION
1.1 As part of its year 2025, Physical Programme Infrastructure project, the University of Calabar, Calabar, is desirous of Construction and Furnishing of various works and supplies as scheduled in the scope of works/supplies hereunder.
1.2 Accordingly, and in line with the provisions of the Public Procurement Act 2007, the University hereby invites experienced and competent Contractors/Suppliers with good track records to submit Technical and Financial Bids for the projects described hereunder.

2.0 SCOPE OF THE SUPPLY:

LOT DESCRIPTION
WOR.1 ERGP 202503168 REPAIRS AND MAINTENANCE OF FAILED ROADS SECTION AROUND THE MAIN LIBRARY
WOR.2 ERGP 20253648 CONSTRUCTION OF CONVOCATION ARENA AT THE UNIVERSITY OF CALABAR
WOR.3 ERGP 20258902 ESTABLISHMENT OF FISH FARM IN AKAMKPA/B IASE FEDERAL CONSTITUENCY OF CROSS RIVER STATE
WOR.4 ERGP 20261940 CONSTRUCTION OF TARTAN TRACK IN THE UNIVERSITY OF CALABAR
WOR.5 ERGP 20261941 CONSTRUCTION OF MULTIPURPOSE INDOOR SPORTS HALL THE IN UNIVERSITY OF CALABAR
WOR.6 RENOVATION/REHABILITATION OF THE DEPARTMENT OF MUSIC AND DEPARTMENT OF FINE & APPLIED ARTS BUILDING
WOR.7 RENOVATION OF CORPORATE FINANCE INTERACTIVE HUB FOR THE FACULTY OF MANAGEMENT SCIENCES
WOR.8 RENOVATION OF CENTRAL LABORATORY
WOR.9 RENOVATION OF HALL 4 MALE STUDENTS’ HOSTEL
WOR.10 RENOVATION OF HALL 9 FEMALE STUDENTS’ HOSTEL
GOO.1 ERGP 202503169 SUPPLY OF LABORATORY CONSUMABLES TO BASSEY ANDAH INSTITUTE OF AFRICAN AND ASIAN STUDIES
GOO.2 PROCUREMENT, INSTALLATION, TESTING AND COMMISSIONING OF EDUCATIONAL LABORATORY FOR THE PHARMACOGNOSY AND MEDICINAL PRODUCT E.T.C
GOO.3 PROCUREMENT, INSTALLATION, TESTING AND COMMISSIONING OF EDUCATIONAL LABORATORY EQUIPMENT FOR VARIOUS DEPARTMENTS (PHARMACOLOGY AND TOXICOLOGY, CLINICAL PHARMACY AND SOCIAL AND ADMINISTRATION)
GOO.4 PROCUREMENT, INSTALLATION, TESTING AND COMMISSIONING OF EDUCATIONAL EQUIPMENT IN ENGINEERING FOR CIVIL ELECTRICAL/ELECTRONICS AND COMPUTER ENGINEERING DEPARTMENTS
GOO.5 SUPPLY, FABRICATION, INSTALLATION, TESTING AND COMMISSIONING OF LABORATORY WORK BENCHES FOR THE FACULTY OF PHARMACY
GOO.6 SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF EQUIPMENT FOR THE FACULTY OF ENVIRONMENTAL SCIENCES
GOO.7 SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF EQUIPMENT FOR THE FACULTY OF COMPUTING
GOO.8 SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FURNITURE FOR STAFF OFFICES ACROSS THE UNIVERSITY
SERV.1 CONSULTANCY SERVICES

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ISAAC JASPER BORO COLLEGE OF EDUCATION SAGBAMA, BAYELSA STATE-GENERAL PROCUREMENT NOTICE (GPN) FOR THE IMPLEMENTATION OF YEAR 2025 TETFUND INTERVENTION IN LIBRARY DEVELOPMENT PROJECTS

ISAAC JASPER BORO COLLEGE OF EDUCATION
SAGBAMA, BAYELSA STATE
GENERAL PROCUREMENT NOTICE (GPN) FOR THE IMPLEMENTATION OF YEAR 2025 TETFUND INTERVENTION IN LIBRARY DEVELOPMENT PROJECTS

1. INTRODUCTION
The Isaac Jasper Boro College of Education Sagbama in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implement the College YEAR 2025 TETFUND INTERVENTION IN LIBRARY DEVELOPMENT PROJECTS. The College hereby issues a general procurement notice to interested, competent, and reputable contractors with relevant experience and good record of accomplishment for the Execution of the under-listed Projects:

2. PROJECT DESCRIPTION
LOT NO. | PROJECT DESCRIPTION
1 | Supply of various library books
2 | Supply of various library equipment

3. Interested and eligible contractors, suppliers, and vendors are advised to lookout for specific Procurement notice (SPN) for various projects and goods mentioned above in the National Dailies and Notice boards.

4. This Advertisement is NOT an invitation to tender

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNIVERSITY OF NIGERIA, NSUKKA ENUGU STATE-INVITATION TO PRE-QUALIFICATION (TECHNICAL BIDDING) PROPOSAL FOR YEAR 2025 TETFUND ZONAL INTERVENTION AT UNIVERSITY OF NIGERIA, NSUKKA

UNIVERSITY OF NIGERIA, NSUKKA
ENUGU STATE

INVITATION TO PRE-QUALIFICATION (TECHNICAL BIDDING) PROPOSAL FOR
YEAR 2025 TETFUND ZONAL INTERVENTION AT UNIVERSITY OF NIGERIA, NSUKKA

1. INTRODUCTION:
University of Nigeria, Nsukka, Enugu State hereby invites interested, competent and reliable contractors to participate for prequalification in respect of the underlisted project. The fund for the project shall be drawn from Year 2025 Tetfund Zonal Intervention.

2. THE PROJECT:

S/N DESCRIPTION TETFUND CODE
1 Supply, Installation, Testing and Commissioning of Furniture for Female Hostel TETF/UNIV/NSUKKA/ZN/2025/01
2 Supply, Installation, Testing and Commissioning of Furniture for Male Hostel TETF/UNIV/NSUKKA/ZN/2025/02
3 Supply, Installation, Testing and Commissioning of Furniture for New Hostel TETF/UNIV/NSUKKA/ZN/2025/03

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025; with minimum average annual turnover of N1 Billion;
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2025; (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of current 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 N50 million and above);
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate 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 disclosing whether or not any officer of the relevant committees of the University of Nigeria, Nsukka 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. Evidence of Authorization as Original Equipment Manufacturer’s Representative (OEMR);
i. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
j. 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;
k. 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 and consultancy: COREN, QSRBN, ARCON, CORBON ETC.);
l. Evidence of Registration of the firm with the relevant Professional Bodies: COREN, QSRBN, ARCON, CORBON ETC.,);
m. 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;
n. 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.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN INSTITUTE OF LEATHER AND SCIENCE TECHNOLOGY (NILEST) ZARIA-INVITATION FOR PRE-QUALIFICATION AND EXPRESSION OF INTEREST FOR CONTRACTS UNDER 2025 CAPITAL APPROPRIATION

NIGERIAN INSTITUTE OF LEATHER AND SCIENCE TECHNOLOGY (NILEST) ZARIA
FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY
PMB 1034 ZARIA, KADUNA STATE
INVITATION FOR PRE-QUALIFICATION AND EXPRESSION OF INTEREST FOR CONTRACTS UNDER 2025 CAPITAL APPROPRIATION

1.0 INTRODUCTION
The Nigerian Institute of Leather and Science Technology intends to execute some capital projects in the 2025 fiscal year. As a result of this, the Agency hereby invites submissions from experienced and competent companies with proven records to indicate interest in the under-listed projects.

2.0 SCOPE OF WORKS

2.10 WORKS
Lot W29: Development of Leather Skill Acquisition Centre at Dusten Wai Kaduna State

2.30 SERVICES
Lot S54: Consultancy Services for the Development of Leather Skill Acquisition Centre at Dusten Wai Kaduna State