Background Image

KWARA STATE UNIVERSITY, (KWASU) MALETE-EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSORTIUM FOR PROPOSED YEAR 2026 TETFUND INTERVENTION PROJECTS

KWARA STATE UNIVERSITY, (KWASU)
MALETE
P.M.B 1530, ILORIN, KWARA STATE
EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSORTIUM FOR PROPOSED YEAR 2026 TETFUND INTERVENTION PROJECTS

INTRODUCTION
1.1 Kwara State University, Malete intends to execute and complete its TETFUND Year 2026 Intervention Allocation, in order to create an atmosphere conducive for teaching, learning, research, and thus ensuring a likeable and functional University system for its community.
1.2 Interested, competent Consortium (Architect, Structural Engineer, Mechanical Engineer, Electrical Engineer and Quantity Surveyor) are invited to submit Expression of Interest for the project.

2. SCOPE OF SERVICES
PHYSICAL INFRASTRUCTURAL INTERVENTION
Lot 1: Proposed Construction of 500 Capacity Lecture Hall for Faculty of Engineering and Technology
Lot 2: Proposed Construction of Academic Building (Academic Offices and Lecture Rooms) for Faculty of Education
Lot 3: Proposed Synthetic Standard Football Pitch and Stadium Pavilion Seating for KWASU Students Sport Arena

CATEGORY B: PHYSICAL MAINTENANCE INTERVENTION
Lot 4: Proposed Renovation Of University Main Library Building

3. ELIGIBILITY REQUIREMENTS
Interested and competent Consortium wishing to carry out services on the buildings should signify such intention; however, failure to fulfil any of the under listed requirements will render the bid disqualified:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC₁ or CAC₂ and CAC₃. Business Name is also acceptable with the Company Memorandum of Association.
b. Evidence of Firm’s Income’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December 2025; with minimum average turnover of N20 million.
c. Evidence of current Pension Clearance Certificate valid till 31st December 2025; (this requirement 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 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) 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. Evidence of Firm’s current registration with relevant regulatory professional body such as COREN, QSBRN, ARCON etc.;
h. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the (Kwara State University, Malete, Kwara State) 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 criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matters;
– 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 proceedings.
i. Company’s Audited Accounts for the last three (3) years – 2022, 2023, 2024 which must correspond with the Turnovers in the TCC and duly acknowledged with stamped and signed by FIRS;
j. 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 Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSBRN, ARCON, etc.;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificate, Job Completion Certificates and Photographs of the projects;
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided including among others the lead Partner (CAC, Tax Clearance, PENSION Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV partner);

Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letterhead 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.

4. SUBMISSION OF EOI
Prospective firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by divider and arranged as indicated above. The documents should be submitted in a sealed envelopes and addressed to The Vice-Chancellor, Office of the VC, Kwara State University, Malete and clearly marked with the project intervention name of the project. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at the office of the Registrar, Kwara State University, Malete not later than 12:00 noon, Monday, 23rd February 2025.

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

NIGERIAN INSTITUTE FOR OIL PALM RESEARCH (NIFOR), BENIN CITY-INVITATION TO TENDER FOR EXECUTION OF 2025 CAPITAL PROJECT

NIGERIAN INSTITUTE FOR OIL PALM RESEARCH (NIFOR)
(AN INSTITUTE UNDER FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY)
KILOMETER 7, BENIN AKURE ROAD, PRIVATE MAIL BAG 1030, BENIN CITY, NIGERIA
www.nifor.gov.nginfo@nifor.gov.ng
INVITATION TO TENDER FOR EXECUTION OF 2025 CAPITAL PROJECT

INTRODUCTION
The Nigerian Institute for Oil Palm Research (NIFOR) is a Federal Parastatal under the Federal Ministry of Agriculture and Food Security. The Institute provides support, through Research and Development to the Oil Palm, Coconut, Raphia, Date Palm and Shea value chain in Nigeria.

In compliance with the requirements of the Public Procurements Act (2007) of the Federal Republic of Nigeria, for Certification of Standard Procedure for execution of works project, the Institute intends to undertake a pre-qualification exercise for some more approved Capital Project for year 2025. Accordingly, the Institute invites competent and interested contractors to indicate interest for pre-qualification to tender for the projects.

2. SCOPE OF WORK FOR 2025

CATEGORY A: WORKS
LOT W08: Construction of 1.5km road at Ashame, Delta North Senatorial District
LOT W09: Construction of 1.5km Idumuje Ugboko link road, Delta North Senatorial District
LOT W10: Construction of 1.5km road at Ghana quarter, Ukwani Delta North Senatorial District
LOT W11: Procurement and installation of transformers in Nsukwa Asaba, Akwuose, Okpanam and Ilah, Delta North Senatorial District
LOT W12: Reclamation/sand filling Aboh/Ugbene/Dr Imegwu quarter, Aboh, Ndokwa East LGA, Delta State
LOT W13: Solar powered borehole, overhead tank and reticulation in Ukwunzu Delta North Senatorial District
LOT W14: Construction of solar powered borehole and reticulation in Utagba Ogbe Kwale, Delta North Senatorial District

3. ELIGIBILITY REQUIREMENTS:
Only Contractors that have proven capabilities, relevant experience and good track records, will be considered for these competitive tenders. Such interested bidders are required to provide the following:
a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC) including form CAC₁ or CAC₂ and CAC₃;
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2025.
c. Evidence of current Pension Clearance Certificate valid till 31st December 2025.
d. Evidence of current Industrial Training Fund (ITF) compliance Certificate valid till 31st December 2025.
e. Evidence of current Nigerian 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 31st December 2025 or valid Certificate issued by BPP.
g. Affidavit:
– Disclosing whether any officer of the relevant committees of the Nigerian Institute for Oil Palm Research or the Bureau of Public Procurements 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 of proceedings.
– That the Company does not have an 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 and 2024.
i. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for 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 (COREN, OSRBN, ARCON, CORBON etc.).
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letter of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects.
l. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement.
m. 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 and Affidavit are compulsory for each JV Partner).
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 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.

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

NASARAWA STATE MINISTRY OF WORKS, HOUSING AND TRANSPORT-GENERAL PROCUREMENT NOTICE FOR THE EXECUTION OF PROJECTS

NASARAWA STATE GOVERNMENT
MINISTRY OF WORKS, HOUSING AND TRANSPORT
OLD STATE SECRETARIAT, JOS ROAD, LAFIA

GENERAL PROCUREMENT NOTICE

The Nasarawa State Government through the State Ministry of Works, Housing and Transport is desirous of utilizing its 2026 approved budget for the provision of physical infrastructures, goods, and services to improve the socioeconomic wellbeing of the citizens of the State.

Consequently, and in compliance with the extant provisions of the Nasarawa State Bureau of Public Procurement (NSBPP) Law 2020, the State Ministry of Works, Housing and Transport hereby requests applications from competent Civil Engineering Construction Companies with evidence of records of performance and professional experience to be pre-qualified for execution of Civil Works, Supply of Goods, and Consultancy Services under the state 2026 Fiscal year as follows:

1. SUPPLY OF GOODS
i. Supply of road construction materials;
ii. Supply of required plants, and equipment.

2. WORKS
i. Construction and rehabilitation of roads, and bridges, etc;
ii. Construction and provision of houses and offices, etc;

3. CONSULTANTS
i. Engineering design and technical supervision;
ii. Surveying, Mapping and Geo-technical services;
iii. Environmental Studies and Impact Assessments (ESIAs);

4. PRE-QUALIFICATION CRITERIA
Qualified applicants must submit the following statutory documents:
a) Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC);
b) Detailed Company Profile and Organizational Structure including names and Telephone numbers of Key Experts and Personnel (Technical/Managerial);
c) Provision of detailed list of Equipment;
d) Audited Accounts for the last three (3) years;
e) Evidence of Current TAX Clearance Certificate and VAT Registration with TIN Number and VAT remittances for the last three (3) Years;
f) Evidence of financial capability with reference letter from applicant’s Banker;
g) Evidence of experience and Competency as Civil Engineering Construction Company with capacity of having carried out at least three (3) recent similar projects with verifiable award letters of contracts and interim/completion certificates;
h) Evidence of ownership or lease of relevant equipment (for civil works);
i) Registration with relevant professional bodies (for civil works and consultancy services);
j) Evidence of Compliance certificate and proof of registration from relevant statutory Authorities i.e. ITF, NSITF, PENCOM, EFCC (SCUML) and the Nasarawa State Bureau of Public Procurement (NSBPP);
k) Compliance with Environmental, Social, Health and Safety Management Plan (ESHSP) for Civil Works and major construction works.
l) Any other relevant documents that may be required in the Standard Bidding Documents.

5. SUBMISSION OF DOCUMENTS
All applications should be well-packaged in sealed envelopes, clearly labeled with the appropriate category thus:
i. Pre-Qualification for Civil Works Contracts;
ii. Pre-Qualification for Supply of Goods (Plants, Equipment & Materials) Contracts, and
iii. Pre-Qualification for Consultancy Services.

To:,
The Hon. Commissioner, Ministry of Works, Housing and Transport,
Old State Secretariat, Jos Road, Lafia, Nasarawa State.

6. DEADLINE FOR SUBMISSION:
All submissions must be received on or before Tuesday 17th February, 2026.
Late submissions will not be considered after the deadline stated above.

7. IMPORTANT NOTICE AND DISCLAIMER
Only the pre-qualified competent Companies will be contacted to purchase the Standard Bidding Documents for any of their desired contract categories listed above. This advertisement shall not be construed to be a commitment on the part of the Nasarawa State Government and the State Ministry of Works, Housing and Transport to contract any Company neither shall it entitle any Company submitting documents to merit any indemnity. The State Ministry of Works, Housing and Transport reserves the right to take final decision on any Procurement Procedures, methodologies and on submission received in the Procurement Processes in line with any General and Specific Provisions of the Nasarawa State Public Procurement Law, 2020. The State Ministry of Works, Housing and Transport will not be responsible for any cost incurred in the preparation and submission of the pre-qualification documents.

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

KANO STATE MINISTRY FOR RURAL AND COMMUNITY DEVELOPMENT-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

KANO STATE GOVERNMENT OF NIGERIA
MINISTRY FOR RURAL AND COMMUNITY DEVELOPMENT
P.M.B 3163 KANO

INVITATION TO TENDER
REFERENCE NO. KNSG/MRCD/DPRS/S/260/VOL.I
DATE OF ISSUE 3RD FEBRUARY, 2026

1.0 INTRODUCTION:
The Kano State Government of the Federal Republic of Nigeria in its effort to improve the infrastructure standard of the Teaming populace, wishes to invite Competent Contractors to submit both Technical and financial proposals for the proposed Special Intervention Projects For Kano State House of Assembly Under The Supervision Of Ministry For Rural And Community Development across the State as per the following Lots thus;

S/NO LOT NO. PROJECT NAME
1 LOT 1 (a) Construction Of Filled Solid Block Drainage (802m Length, 1Meter Depth) and 9 No Reinforce Concrete Slabs at Layin Mahauta Zuwaciki town Kumbotso LGA
(b) Construction Of Filled Solid Block Drainage (555M &1 Meter Depth) and 7 No Reinforce Concrete Slabs at Layin Primary School Zawaciki Town Kumbotso LGA
2 LOT 2 (a) Construction Of 5No Solar Bore-Hole With 5000 Litres Plastic Overhead Tank at Sheka, Sheka Baranda, Zawaciki, Panshekara and Kumbotso Town
LOT 2 (b) Provision and Installation Of 24 No Solar Street Light at Tudun Maliki Cemetery and Zawaciki Town Kumbosto LG
3 LOT 3 Construction of Feeder Road (15Km) From Kwanar Tifa / Kasuwa to Jajaye village to Kwanar Yanoko
4 LOT 4 (a) Provision and Installation of Transformer at Durumin iya Quarters kano Municipal
(b) Construction of Solar Bore-Hole With 5000 Ltrs plastic Overhead Tank at Chedi Ward Kano Municipal
(c) Minor Renovation of Masallacin Jalli at Yakasai Ward Kano Municipal
(d) Minor Renovation Of Yakasai Zumunta at Kano Municipal

1.1 ELIGIBILITY/BIDDING REQUIREMENTS
All interested Bidders are requested to:
2.1 Submit a Comprehensive Company Profile containing the following Documents:
a. Evidence of Registration with Corporate Affairs Commission (CAC);
b. Evidence of Tax Clearance Certificate for the last three (3) year; 2023, 2024, 2025; Valid till 31st December 2025;
c. Evidence of in-abridged Company Audited Account for the recent three (3) years as above;
d. Technical Qualification and experience of key personnel;
e. Evidence of Financial Capability;
f. Evidence of Similar project executed for the last three (3years)
g. Evidence of works Registration with Kano State Government
h. Evidence of Registration with Kano State Ministry for public procurement, project monitoring and Evaluation and Bureau for Public Procurement
i. Copy of Business Premises License
j. Evidence of current Registration with NSITF, ITF, PENCOM valid till 2026
k. Evidence of Company Registration with COREN, SURCON
l. Sworn Affidavit to confirm all information presented in its Bid are true, genuine and up-to-date;
m. Evidence of execution of Corporate Social Responsibility project
n. For a joint venture partnership, Memorandum of understanding (MOU) should be provided including all the relevant Documents mentioned above from (a–m).

2.2 Bidders are required to:
a. Obtain Bidding Document in respect of lots from the office of the secretary special Tender Board at the Department of planning, research and statistics, (PRS) Ministry for Rural and Community Development Kano State;
b. Submit all Bids and other relevant Documents in sealed Envelopes; one for Technical and the other financial proposal;
c. Submit a Bid Security of an Amount not less than 3% of the Bid price from a reputable Bank;
d. Bidder(s) are to enclose Schedule of Basic Rates in conformity with the prevailing/realistic Market prices.

2.0 SUBMISSION OF BIDS DOCUMENTS:
Interested Companies are to submit their Document and to reach the Department of the planning Research and Statistics of the Ministry latest 15th February, 2026 by 12:00 noon and to be delivered sealed in Envelopes clearly marked Technical and financial proposal for the chosen Lot and Addressed to:

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

LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, IKORODU, LAGOS STATE-INVITATION FOR PRE-QUALIFICATION FOR YEAR 2025 PHYSICAL INFRASTRUCTURE

LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY
FORMERLY LAGOS STATE POLYTECHNIC,
IKORODU, LAGOS STATE.

INVITATION FOR PRE-QUALIFICATION FOR YEAR 2025
PHYSICAL INFRASTRUCTURE

1.0 INTRODUCTION
The Lagos State University of Science and Technology, Ikorodu formerly Lagos State Polytechnic in compliance with the Public Procurement Act 2007 hereby invites interested, competent and reputable companies to submit tender documents for YEAR 2025 TETFUND Annual INTERVENTION 2025R/SY478 mentioned below:

(LOT 1) PROPOSED RENOVATION/REHABILITATION OF COLLEGE OF ENGINEERING LECTURE THEATRES comprising Interior/Exterior: Demolition and Alteration works, Roof: Replacement of damaged roof covering and affected members. Walls: Repair/replaster of damaged wall renderings, Ceiling: Replacement of damaged ceiling boards including noggings and battens, Floor: Replacement of damaged floor finishes, Electrical works, Mechanical works, Air conditioning: Fix all faulty Air conditioners, Including external works, Painting: Scrap off old paint defects, prepare to receive new paint finish etc. Furnishing: Supply of 1Nr High quality meeting table (2000 x 1000 x 760mm high) with other accessories, 1Nr Double 15” Rechargeable Public Address System with attached speakers and Microphone for conference hall, 8Nr Classroom Chairs and Table.

COLLEGE OF ENVIRONMENTAL DESIGN & TECH (BUILDING TECH, URBAN)
comprising Demolition and Alteration works, Roof Replacement of damaged roof coverings and affected members, Walls: Repair/replaster of damaged wall renderings, Ceiling: Replacement of damaged ceiling boards, including noggings and battens. Floor: replacement of damaged floor finishes, Electrical works, Plumbing works, Air conditioning: Fix all faulty Air conditioners, including external works, Painting: Scrap off old paint defects, prepare to receive new paint finish etc. Furnishing: Supply and install 160Nr A3- Size Drawing board with moveable Iron stand, 160Nr Purpose made quality and round shape stools and 14Nr ICT Carrels consisting of table and chairs with provision of electricity connection to computers.

REGIONAL PLANNING: Demolition works, Roof and Roof covering works (62sqm), Repair 11Nr Window size (1200 × 1200mm), Install 2Nr New aluminium window size 3500 x 1200mm high, Doors: Supply and fix 3Nr/2Nr flush doors (1200/900 x 1200mm), wall finish works, Electrical works, Floor finish works, Ceiling finish works, Mechanical works Furnishing: Supply and install 20Nr A3-size Drawing board with moveable Iron stand, construct 35Nr stopper on existing drawing boards, 35Nr Purpose made quality and round shape stools, Supply of 1Nr High quality Meeting table (2000 x 1000 x 760mm high) with other accessories and 50Nr ICT Carrels consisting of table and chairs with provision of electricity connection to computers.

ARCHITECTURAL STUDIOS: Windows and doors: Replace existing damaged 2Nr Windows, Supply and Install 21Nr Window blinds, Doors: Supply and Install 2Nr Purpose made HDF doors Including frames (1500 x 2100 high), Wall finish works (Rendering and Painting), Fixtures and Fittings: Construct and Install Purpose made 2Nr shelves with multiple compartments, 1Nr/6Nr Shelves with 4 Compartment (400/800 x 2500mm), 2Nr Open lockers on both shelves, 2Nr Ground lockers, 4Nr Refurbish modelling table to add additional shelves wall mounted (2800 x 800mm), Electrical works, Furnishing: 100Nr Drawing tables with moveable iron standA3, 100Nr Purpose made quality round stools As per submission.

(Lot 2) WORKSHOPS UPGRADE(R&A/WELDING/ENGINEERING/FOUNDRY) comprising: Demolition works, Roof: Replace damaged roof sheets and members with new ones, Walls (Internal and External): Make good all affected wall plaster, Doors: Repair/Replace damaged 2/existing doors, Wall finishes: Scrap off and repaint all disturbed or affected wall finishes, Electrical works: fix all faulty electrical components (including wiring), Mechanical works: fix all damaged mechanical fittings, supply 2Nr Portable Fire extinguishers, etc. As per submission.

(LOT 3) PROCUREMENT, INSTALLATION, TESTING AND COMMISSIONING OF FURNISHING FOR ENGINEERING LABORATORY (Lot 1) comprising:
Agricultural and Bio-systems Engineering/Irrigation and Drainage Laboratory: 4Nr 2000 x 650 x 1m wooden frame 15mm Epoxy and resilient top laboratory worktop complete with electrical wiring and gas piping, 4Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 1Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 11Nr 13amp wall outlet sockets, 45Nr Well pad metal framed HDE Top laboratory stools, 1Nr Writing board 2000 x 1200mm, 4Nr 1HP Split unit Air-Conditioners with safety, voltage fluctuation, indoor and outdoor unit, 4Nr GX6 Reversible type Xpelair fans complete with timer and accessories, 1Nr Aluminium door cladding to metal door, 1Nr High back revolving semi exclusive chairs with adjustable height, 1Nr Office working table with side drawer and 3 openable compartments.

Crop processing and Storage Laboratory: 4Nr 2000 x 650 x 1m wooden frame 15mm Epoxy and resilient top laboratory worktop complete with electrical wiring and gas piping, 4Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 1Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 11Nr 13amp wall outlet sockets, 45Nr Well pad metal framed HDE Top laboratory stools, 2Nr Purpose made display cupboard made of HDF wood & 5mm thick transparent glass with double openable doors 1200 x 300 x 400mm, 4Nr 1HP Split unit Air-Conditioners with safety, voltage fluctuation, indoor and outdoor unit, 4Nr GX6 Reversible type Xpelair fans complete with timer and accessories, 1Nr Aluminium door cladding to metal door, 1Nr High back revolving semi exclusive chairs with adjustable height, 1Nr Wash hand basin with accessories, 1Nr High back revolving semi exclusive chairs with adjustable height, 1Nr Office working table with side drawer and 3 openable comp. etc.

Farm power and Machineries Laboratory: 4Nr 2000 x 650 x 1m wooden frame 15mm Epoxy and resilient top laboratory worktop complete with electrical wiring and gas piping, 4Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 1Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 11Nr 13amp wall outlet sockets, 45Nr Well pad metal framed HDE Top laboratory stools, 2Nr Purpose made display cupboard made of HDF wood & 5mm thick transparent glass with double openable doors 1200 x 300 x 400mm, etc.

Farm Structures and Environmental control Laboratory: 3Nr 2000 x 650 x 1m wooden frame 15mm Epoxy and resilient top laboratory worktop complete with electrical wiring and gas piping, 3Nr High quality L-shape wall tables sizes 16000 x 600 x 900mm high finished with aluminium, 11Nr 13amp wall outlet sockets, 45Nr well pad metal framed HDE Top laboratory stools, 2Nr Purpose made display cupboard made of HDF wood & 5mm thick transparent glass wit double openable doors 1200 x 300 x 400mm, etc. As per submission.

(LOT 4) PROCUREMENT, INSTALLATION, TESTING AND COMMISSIONING OF FURNISHING FOR ENGINEERING LABORATORY (Lot 2) comprising: Mechatronic Engineering Automation Laboratory: 2Nr Complete Desktop Personal computer, 1Nr Complete Desktop work station, 1Nr Robot Station Trainer Teaching Equipment, automatic training system, 2Nr Blue gate or other equal approved 650kva UPS for Desktop computers, 2Nr 5000W Century or other equal approved product of stabilizer, 1Nr Solar Tracker, 1Nr Surveillance drone (Quadcopter/Fixed-wing/Multi rotor Surveillance drone, high-definition camera with 4k UHD (3840 x 2160 pixels), Virtual Laboratory: 1Nr Laptop database (Desktop management applications etc), 6Nr Complete Desktop Personal computer, 6Nr Blue gate or other equal approved 650kva UPS for Desktop computers, Mechatronics Workshop: 1Nr Laptop database (Desktop management applications etc), 1Nr Drone equipment Test bed, 1Nr Complete set of PCB Fabrication equipment, Computer Laboratory/Studio: 1Nr DDR4 3200512GB SSD Non Touch 23.8 FHD Antiglare windows 11 64Bit jet black 18Nr ICT Carrels consisting of a table and chair with provision for electricity made with MDF wood 2 in 1, 20Nr Blue gate or other equal approved 650kva UPS for Desktop computers, Prototyping and Hardware.

Laboratory: 10Nr Digital Soldering station kit 160 deo centrifuge 480 deo-centrifugate, 1Nr PCB Milling Machine for rapid PCB Prototyping, 1Nr Etching Tank & Chemical Etching kit for traditional PCB, 4Nr UV Exposure unit for photoresist PCB Machine, 5Nr Drilling Machines (with Batteries) precision tools for PCB fabrication, 5Nr Cutting machine with battery precision tool for PCB fabrication, 4Nr Power supply 120v 3A Bench supply (Variable DC power supplies), 1Nr Pick and Place Machine, 1Nr Multilayer CB Laminator for high density PCB Fabrication, 100Nr Circuit Bread Board, 100Nr Vero Board, 40Nr Supply 72W Soldering Iron Station kit, Networking and Datacom Laboratory: 1Nr 19U’ Server rack, 2Nr 48Gigabit port switches with SFP (managed), 2Nr Cat 6e Ethernet Cable (carton), 1Nr Network traffic monitoring (Wireshark/SolarWinds/PRTG), 1Nr AI-9 Optical Fiber fusion splicer kit fibre optic spicing machine New, 1Nr Firewalls (Sophos router), 4Nr 24 Port switch (unmanaged) D-links 24port10/100/1000 switch, 1Nr LAN Trainer system, Micro processing laboratory: 2Nr 100MHz Digital2 channel Oscilloscope, 2Nr Digital logic trainer, 3Nr Arudio Uno Trainer kit, 3Nr FPGA Trainer kit, 5Nr FPGA Development boards, 10Nr Logic Analyzer, 3Nr Spectrum Analyzer, 10Nr USB HUB 4 Port 3.0, 4Nr EMF Tracker, etc. As per submission.

2.0 ELIGIBILITY REQUIREMENTS
For purpose of evaluation, interested Contractors should supply the under listed information including but not limited to the following:
a. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 7
b. Evidence of Company’s Income Tax Clearance Certificate for the past three (3) years (2022, 2023 and 2024);

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

KABO LOCAL GOVERNMENT COUNCIL KANO STATE-PRE-QUALIFICATION AND TENDER FOR THE EXECUTION OF VARIOUS PROJECTS (30 LOTS)

KABO LOCAL GOVERNMENT COUNCIL
KANO STATE

LIST OF PROPOSED PROJECTS FOR ADVERTS 2026

Kabo Local Government Council, Kano State, hereby invites suitably qualified and competent companies/contractors to apply for pre-qualification and tender for the execution of the following proposed project:

1. Construction of District Head House at Kabo
2. Construction/Reconstruction of feeder/access Roads across the L.G.A.
3. Construction of Friday/daily prayer mosques across the L.G.A.
4. Construction/Renovation of blocks at various Islamiyya/Primary schools across the L.G.A.
5. Construction of Drainages, culverts & bridges across the L.G.A.
6. Proc of Transformers & Generators at various location of the L.G.A
7. Rehabilitation of HT & LT lines across the L.G.A.
8. Installation of solar & street light across the L.G.A.
9. Rehabilitation of Earth Dams & Construction of additional channels
10. Construction/Renovation of wall fence at various Schools/Graveyards and other public places across the L.G.A.

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

STATE UNIVERSAL BASIC EDUCATION BOARD (SUBEB), LOKOJA, KOGI STATE-INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS AND TENDER FOR UBEC/SUBEB 2025 CAPITAL PROJECTS (162 LOTS)

STATE UNIVERSAL BASIC EDUCATION BOARD (SUBEB)
SUBEB HEAD QUARTERS, IBRAHIM TAIWO ROAD.
P.M.B 1113, LOKOJA, KOGI STATE
E-MAIL: subebkogi@gmail.com

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS AND TENDER FOR UBEC/SUBEB 2025 CAPITAL PROJECTS

1.0 INTRODUCTION
Qualified, experienced and competent companies are invited for pre-qualification and Tender for the under listed projects at Kogi State Universal Basic Education Board (KG-SUBEB)

S/NLOT NODESCRIPTION OF WORKLOCATIONTENDER FEE
11Construction of 6 classrooms story building with library, laboratories, principal office, store and lavatoriesUBE JSS Ofuloko Ejule, Ofu60,000
22Construction of 6 classrooms story building with library, laboratories, principal office, store and lavatoriesUBE JSS Bariki Okene, Okene60,000
33Construction of 6 classrooms story building with library, laboratories, principal office, store and lavatoriesDemonstration Standard College, Okene60,000
44CONSTRUCTION OF 3 CLASSROOM WITH PRINCIPAL OFFICE & STOREUBE JSS Karara, Lokoja30,000
55CONSTRUCTION OF 3 CLASSROOM WITH PRINCIPAL OFFICE & STOREUBE JSS Ofakaga, No.1 Ofu30,000
66CONSTRUCTION OF 3 CLASSROOM WITH PRINCIPAL OFFICE & STOREUBE JSS Ijiho, Lokoja30,000
77CONSTRUCTION OF 3 CLASSROOM WITH PRINCIPAL OFFICE & STOREUBE JSS Eika-Oku, Okengwe30,000
88CONSTRUCTION OF 3 CLASSROOM WITH PRINCIPAL OFFICE & STOREUBE JSS (SAE) Ajabukuta30,000
99CONSTRUCTION OF 2 ECCDE CLASSROOM WITH CHILDREN PLAYGROUND AND WATER SYSTEM TOILETLGEA PRI SCH EROKO, BASSA30,000
1010CONSTRUCTION OF 2 ECCDE CLASSROOM WITH CHILDREN PLAYGROUND AND WATER SYSTEM TOILETLGEA/ST. PETER PRI. SCH. LOKOJA30,000
1111CONSTRUCTION OF 2 ECCDE CLASSROOM WITH CHILDREN PLAYGROUND AND WATER SYSTEM TOILETLGEA P/S ALU 1GBAGUN Y/EAST30,000
1212CONSTRUCTION OF 2 ECCDE CLASSROOM WITH CHILDREN PLAYGROUND AND WATER SYSTEM TOILETLGEA P/S IMANEJO, ANKPA30,000
1313CONSTRUCTION OF 2 ECCDE CLASSROOM WITH CHILDREN PLAYGROUND AND WATER SYSTEM TOILETLGEA ST. JOSEPH (CAC) KABBA30,000
1414CONSTRUCTION OF 2 CLASSROOMSLGEA PRIM. SCH. EIKAADAGU, OKEHI30,000
1515CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH MABENYI-ODODA-IMANE30,000
1616CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH GBEDIKERE, BASSA30,000
1717CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH ELAGI, LOKOJA30,000
1818CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH EBIWA, LOKOJA30,000
1919CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH OSODUMI, KOGI30,000
2020CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH OJOGOBI, ANKPA30,000
2121CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH ADIYELE, DEKINA30,000
2222CONSTRUCTION OF 2 CLASSROOMSLGEA PRIM SCH AGHARA-BUNU, K/BUNU30,000
2323CONSTRUCTION OF 2 CLASSROOMSLGEA MODEL PRI SCH BADOKO, ORIETESU, OKENE30,000
2424CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH EGWUBI, OFU30,000
2525CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH UGBAMAKA-IGAH, OLAMABORO30,000
2626CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH MOSUM, WATER SIDE, BASSA30,000
2727CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH KETESHI, BASSA30,000
2828CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH EGBOJE, ANKPA30,000
2929CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH OJARUWA, DEKINA30,000
3030CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH IDATOHI, ADAVI30,000
3131CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH ODOBO, IBAJI30,000
3232CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH OJAHIA, IDAH30,000
3333CONSTRUCTION OF 2 CLASSROOMSLGEA PRI SCH SAE, AJAOKUTA30,000
3434CONSTRUCTION OF 2 CLASSROOMSLGEA/ BAPTIST PRIMARY SCH 1 EKIRIN ADOE, DUMU30,000
3535PERIMETER FENCELGEA PRI SCH EIKA-ADAGU30,000
3636PERIMETER FENCEUBE JSS OFULOKO, OFU30,000
3737PERIMETER FENCEUBE JSS GIRINYA, KOGI30,000
3838RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH IPAKU-EBA (BLK B), ADAVI30,000
3939RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE IPAKU-EBA (BLK B), ADAVI30,000
4040RENOVATION OF 4 CLASSROOMSLGEA PRI SCH ODOGBO (BLK A), BASSA30,000
4141RENOVATION OF 2 CLASSROOMSLGEA/ECCDE ECEWO (BLK B), BASSA30,000
4242RENOVATION OF 2 CLASSROOMSLGEA PRI SCH ECEWO (BLK A), BASSA30,000
4343RENOVATION OF 2 CLASSROOMSLGEA/ECCDE MOZUM (BLK D), BASSA30,000
4444RENOVATION OF 3 CLASSROOMS, OFFICE & STORELGEA PRI SCH OKUHA OBANYI (BLK A), AJAOKUTA30,000
4545RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH EGANYI (BLK A), AJAOKUTA30,000
4646RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH 1 GEREGU (BLK A), AJAOKUTA30,000
4747RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH II GEREGU (BLK A), AJAOKUTA30,000
4848RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH. AYEGUNLE ILEMO MOPA AMURO (BLK A)30,000
4949RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA PRI SCH AYEGUNLE ILEMO MOPA AMURO (BLK B)30,000
5050RENOVATION OF 2 CLASSROOMSLGEA PRI SCH IJABE MOPA AMURO (BLK A)30,000
5151RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH IJABE MOPA AMURO (BLK B)30,000
5252RENOVATION OF 2 CLASSROOMSLGEA/ECCDE SCH 182 OKORO, DUMU (BLK A)30,000
5353RENOVATION OF 2 CLASSROOMSLGEA SCH. 1&2 OKORO, DUMU (BLK C)30,000
5454RENOVATION OF 1 CLASSROOMLGEA/ECCDE ST. ANDREW SCH. 1&2 OKORO, DUMU (BLK E)30,000
5555RENOVATION OF 4 CLASSROOMS, OFFICE & STOREUNITED LGEA ANGLICAN P/S EGGA, DUMU (BLK A)30,000
5656RENOVATION OF 2 CLASSROOMS, OFFICE & STOREUNITED LGEA ANGLICAN P/S EGGA, DUMU BLOCK B30,000
5757RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH EIKA OHIZENYI, OKEHI (BLK C)30,000
5858RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH. IRUVISECHI OBOROKE, OKEHI (BLK A)30,000
5959RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA UBE/JSS EIKA-ADAGU, NEW LAYOUT, OKEHI (BLK A)30,000
6060RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA UBE/JSS EIKA-ADAGU NEW LAYOUT, OKEHI (BLK B)30,000
6161RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA PRM SCH IREOKOVI, OKEHI BLK A30,000
6262RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S INIKE EPOPO, OKENE (BLK A)30,000
6363RENOVATION OF 2 CLASSROOMSLGEA/ECCDE SCH. INIKE EPOPO, OKENE (BLK B)30,000
6464RENOVATION OF 3 CLASSROOMSLGEA STANDARD SCH. SCH. ONYUKOKO, OKENE (BLK A)30,000
6565RENOVATION OF 2 CLASSROOMS, OFFICE & STOREECCDE STANDARD SCH. ONYUKOKO, OKENE (BLK B)30,000
6666RENOVATION OF 2 CLASSROOMS, OFFICE & STOREUBE STANDARD SCH. OKUHANATAHU, OKENE (BLK A)30,000
6767RENOVATION OF 2 CLASSROOMS, OFFICE & STOREUBE STANDARD SCH. OKUHANATAHU (BLK B)30,000
68683 CLASSROOMS, OFFICE & STOREUBE STANDARD SCH. OKUHANATAHU, OKENE (BLK C)30,000
6969RENOVATION OF 2 CLASSROOMS, OFFICE & STOREUBE JSS STANDARD SCH. OTUTUIDAKENE, OKENE (BLK B)30,000
70703 CLASSROOMS, OFFICE & STOREUBE STANDARD SCH OTUTUIDAKENE, OKENE (BLK A)30,000
7171RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA CENTRAL SCH. IMANE, OLAMABORO (BLK A)30,000
7272RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA P/S OJA-AIGBACHU IMANE, OLAMABORO (BLK B)30,000
7373RENOVATION OF 2 CLASSROOMSLGEA/QIC PRM SCH OKPO, OLAMABORO (BLK A)30,000
7474RENOVATION OF 2 CLASSROOMSUBE JSS IBANA, OLAMABORO (BLK A)30,000
7575RENOVATION OF 3 CLASSROOMS, OFFICE & STORELGEA P/S IBANA OKPO, OLAMABORO (BLK A)30,000
7676RENOVATION OF 2 CLASSROOMSLGEA P/S OGUGU, OLAMABORO (BLK A)30,000
7777RENOVATION OF 2 CLASSROOMSUBE CENTRAL P/S IMANE OLAMABORO (BLK B)30,000
7878RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S OFEJI, ANKPA, (BLK A)30,000
7979RENOVATION OF A BLOCK 2 CLASSROOMS, OFFICE & STORELGEA ECCDE SCH. UBOJI, ANKPA (BLK A)30,000
8080RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA P/S EJINYA, ANKPA (BLK A)30,000
8181RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH. ARABIC EJINYA, ANKPA (BLK A)30,000
8282RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA P/S OJAPATA, ANKPA, (BLK A)30,000
8383RENOVATION OF 3 CLASSROOMSLGEA/ NURU ISLAM P/S ANYIGBA, DEKINA (BLK A)30,000
8484RENOVATION OF 3 CLASSROOMSLGEA/NURU ISLAM P/S ANYIGBA, DEKINA (BLK C)30,000
8585RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA/CMLL P/S ANYIGBA, DEKINA (BLK A)30,000
8686RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH. ATOCHI IYALE, DEKINA (BLK A)30,000
8787RENOVATION OF 2 CLASSROOMSLGEA/ECCDE SCH. OJOFU AYIGBA DEKINA (BLK A)30,000
8888RENOVATION OF 2 CLASSROOMSLGEA P/S OJETACHI ANYIGBA DEKINA (BLK A)30,000
8989RENOVATION OF 2 CLASSROOMSLGEA/ECCDE TAC I & II OKE-ADEYE K/BUNU (BLK A)30,000
9090RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA TAC I & II OKE ADEYE, K/BUNU (BLK A)30,000
9191RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ST. JOSEPH CAC (ECCDE) SCH, KABBA (BLK A)30,000
9292RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ ST. JOSEPH CAC P/S KABBA (BLK B)30,000
9393RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S OKPAKA, KOGI (BLK B)30,000
9494RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE P/S NYABA, KOGI (BLK A)30,000
9595RENOVATION OF 3 CLASSROOMSUBE JSS IRAKI, KOGI (BLK A)30,000
9696RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA P/S IRAKI, KOGI (BLK A)30,000
9797RENOVATION OF 3 CLASSROOMS, OFFICE & STORELGEA/ECCDE IGBOGO KOGI (BLK A)30,000
9898RENOVATION OF 3 CLASSROOMSUBE JSS OZAHI, KOGI (BLK A)30,000
9999RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH. OHONO, LOKOJA, (BLK A)30,000
100100RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S BUDON-TSOFO, LOKOJA, (BLK A)30,000
101101RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA P/S OHONO, LOKOJA, (BLK B)30,000
102102RENOVATION OF 2 CLASSROOMSUBE JSS DIHO, LOKOJA, (BLK A)30,000
103103RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S OHONO, LOKOJA, (BLK C)30,000
104104RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA P/S OHONO, LOKOJA, (BLK D)30,000
105105RENOVATION OF 5 CLASSROOMS, 2 OFFICES & 2 STORESUBE JSS KARARA, LOKOJA, (BLK A)30,000
106106RENOVATION OF 3 CLASSROOMS, OFFICE & STORELGEA P/S ABUGI, LOKOJA, (BLK A)30,000
107107RENOVATION OF 3 CLASSROOMSLGEA CENTRAL P/S ALOMA, OFU, (BLK A)30,000
108108RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH OFULOKO, OFU, (BLK A)30,000
109109RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH II OFULOKO, OFU, (BLK B)30,000
110110RENOVATION OF 3 CLASSROOMSLGEA PRI SCH II OGBAGU CENTRAL OFU, (BLK B)30,000
111111RENOVATION OF 2 CLASSROOMSLGEA PRI SCH OGBAGU ATE, OFU, (BLK A)30,000
112112RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA PRI SCH, AKPAFA, OGORI MAGONGO, (BLK A)30,000
113113RENOVATION OF 3 CLASSROOMS, OFFICE & STOREUBE JSS AKPAFA OGORI MAGONGO, (BLK B)30,000
114114RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S ILETEJU, OGORI MAGONGO, (BLK A)30,000
115115RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA/ROM I, OGORI MAGONGO, (BLK A)30,000
116116RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA PRI SCH ECHA, OMALA, (BLK A)30,000
117117RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/ECCDE SCH. IBADO, OMALA, (BLK A)30,000
118118RENOVATION OF 3 CLASSROOMS, 2 OFFICES & STORELGEA CENTRAL PRI. SCH. ABEJUKOLO, OMALA, (BLK A)30,000
119119RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA CENTRAL PRI. SCH. IKPOBA, OMALA, (BLK A)30,000
120120RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA/AUD PRI. SCH. II BASIDO ISANLU, Y/EAST, (BLK A)30,000
121121RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA/ECWA PRI. SCH. MOPO ISANLU, Y/EAST, (BLK A)30,000
122122RENOVATION OF 1 CLASSROOMLGEA/ECWA ECCDE SCH. MOKUTU ISANLU Y/EAST, (BLK A)30,000
123123RENOVATION OF 2 CLASSROOMSLGEA/SALVATION ARMY (ECCDE) SCH. 1 EGBE, Y/WEST, (BLK A)30,000
124124RENOVATION OF 2 CLASSROOMSLGEA P/S IJALU-EGBE, Y/WEST, (BLK A)30,000
125125RENOVATION OF 2 CLASSROOMSLGEA P/S IJALU-EGBE, Y/WEST (BLK B)30,000
126126RENOVATION OF 3 CLASSROOMS, OFFICE & STORELGEA PRM SCH. AYEKE, IBAJI, (BLK A)30,000
S/N/LOT NODESCRIPTIONLOCATIONTENDER FEE(₦)
127RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA ECCDE SCH, ITOKUMA, IBAJI, (BLK A)30,000
128RENOVATION OF 3 CLASSROOMSLGEA P/S ODOBO, IBAJI, (BLK A)30,000
129RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA/ST. MICHAEL P/S IDAH, (BLK A)30,000
130RENOVATION OF 2 CLASSROOMSLGEA P/S EJULE OJEGBE, (BLK A)30,000
131RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA/PTLOY P/S IDAH, (BLK A)30,000
132RENOVATION OF 3 CLASSROOMSLGEA P/S KADAWA, IDAH, (BLK A)30,000
133RENOVATION OF 2 CLASSROOMLGEA P/S ANGWA, IDAH, (BLK A)30,000
134RENOVATION OF 3 CLASSROOMSLGEA P/S ANGWA, IDAH, (BLK B)30,000
135RENOVATION OF 4 CLASSROOMS, OFFICE & STOREUBE JSS OGBOGBA, IGALAMELA ODOU, (BLK A)30,000
136RENOVATION OF 2 CLASSROOMSLGEA P/S OROMU, IGALAMELA ODOU, (BLK B)30,000
137RENOVATION OF 2 CLASSROOMSLGEA P/S OROMU, IGALAMELA ODOU, (BLK A)30,000
138RENOVATION OF 3 CLASSROOMSLGEA P/S UJAGARA, IGALAMELA ODOU, (BLK B)30,000
139RENOVATION OF 4 CLASSROOMS, OFFICE & STORELGEA P/S UJAGARA, IGALAMELA ODOU, (BLK A)30,000
140RENOVATION OF 2 CLASSROOMS, OFFICE & STORELGEA ECCDE SCH, IPAKU EBA, ADAVI, (BLK C)30,000
141RENOVATION OF 3 CLASSROOMSLGEA PRI. SCH. KABAWA, IDAH, (BLK B)30,000
142RENOVATION OF 2 CLASSROOMSLGEA P/S IJOWA, ISANLU, Y/EAST, (BLK B)30,000
143CONSTRUCTION OF 2 NO 4 COMPARTMENT OF VIP TOILETLGEA P/S EIKA-ADAGU, ADAVI30,000
144DRILLING OF SOLAR MOTORIZED BOREHOLEUBE JSS OFUOKO, OFU30,000
145DRILLING OF SOLAR MOTORIZED BOREHOLEDEMONSTRATION STANDARD COLLEGE, OKENE30,000
146DRILLING OF SOLAR MOTORIZED BOREHOLELGEA PRI. SCH. / UBE JSS ZANGO DAJI, ADAVI30,000
147DRILLING OF SOLAR MOTORIZED BOREHOLELGEA PRI SCH GEGU BEKI, KOGI30,000
148DRILLING OF SOLAR MOTORIZED BOREHOLELGEA PRI SCH AJANAKU, VILLAGE, ADAVI30,000
149DRILLING OF SOLAR MOTORIZED BOREHOLELGEA PRI SCH IGBEJIE, DEKINA30,000
150DRILLING OF SOLAR MOTORIZED BOREHOLELGEA PRI SCH IJARUWA, DEKINA30,000
151DRILLING OF SOLAR MOTORIZED BOREHOLELGEA DEMONSTRATION PRI. SCH. EIKA OHIZENYI30,000
152DRILLING OF SOLAR MOTORIZED BOREHOLELGEA P/S ADOGO, AJAOKUTA30,000
153DRILLING OF SOLAR MOTORIZED BOREHOLELGEA/RCM P/S OBOROKE, IHIMA, OKENI30,000
154Production and distribution of 4,000 nos dual desk made up of black thick guage steel tube frame with HDF cabinetSOME SELECTED SCHOOLS IN 21 LGA100,000
155Production and distribution 2,505 set of lockers and chairs made up of black thick guage steel tube frame with HDF cabinetSOME SELECTED SCHOOLS IN 21 LGA60,000
156Production and distribution of 145 set of staff furnitureSOME SELECTED SCHOOLS IN 21 LGA60,000
157Production and distribution of 600 set of CDK plastic chairs and round tables for ECCDESOME SELECTED SCHOOLS IN 21 LGA60,000
158Production and installation of 3 set of library & laboratory furniture.SOME SELECTED SCHOOLS IN 21 LGA60,000
159Procurement, distribution and installation of 470 nos of white board with its accessoriesSOME SELECTED SCHOOLS IN 21 LGA30,000
160Procurement 3,600 copies of mathematics, English and Basic Science Textbook for JSS 1–3KOGI SUBEB HEAD QUARTERS30,000
161Procurement of 2,700 copies of mathematics, 2,700 copies of English and 1,400 copies of Basic and Technology for primary 1–6KOGI SUBEB HEAD QUARTERS30,000
162Procurement of story books, colour pictures, playing beads, playing balls, building blocks, time books, scheme of works, subject charts and basic educationKOGI SUBEB HEAD QUARTERS30,000

2.0 PRE-QUALIFICATION REQUIREMENTS

IBADAN NORTH LOCAL GOVERNMENT AGODI-GATE, IBADAN, OYO STATE-INVITATION TO TENDER FOR THE RE-CONSTRUCTION OF IKOLABA (MAIN) ESTATE ROAD NETWORK, IBADAN IN IBADAN NORTH LOCAL GOVERNMENT AREA OF OYO STATE

IBADAN NORTH LOCAL GOVERNMENT
AGODI-GATE, IBADAN, OYO STATE

INVITATION TO TENDER

Applications are hereby invited from interested suitable and qualified contractors to bid for the Re-construction of Ikolaba (Main) Estate Road Network, Ibadan in Ibadan North Local Government Area of Oyo State with the under-listed requirements as a guide while submitting their proposals thereon, to facilitate the selection process:

1. Evidence of Registration with the Corporate Affairs Commission.
2. Evidence of registration with Ibadan North Local Government.
3. Evidence of payment of Five Hundred Thousand Naira (N500,000.00) only as tender fee to Ibadan North Local Government Revenue FIDELITY BANK Account Number 5030026632 (NON-REFUNDABLE)
4. Presentation of three (3) years Tax Clearance Certificate.
5. Evidence of Financial Capability to handle the project.
6. Evidence of related past Projects executed.

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

EJIGBO LOCAL COUNCIL DEVELOPMENT AREA, LAGOS STATE-INVITATION TO TENDER FOR VARIOUS CONSTRUCTION WORKS

EJIGBO LOCAL COUNCIL DEVELOPMENT AREA
INVITATION TO TENDER

1. Introduction
Ejigbo Local Council Development Area is seeking bids from reputable and competent companies with good track records to tender for the under listed projects at the L.C.D.A:

2. Projects:
LOT 1. Construction of Road at Abuna Street, Aigbaka Ward with Solar Street light
LOT 2. Construction of double Star Road, Jakande Estate, Oke-Afa Ward with Solar Street light
LOT 3. Construction of Primary Health Care Centre at Jakande Estate, Aliegun Ward
LOT 4. Construction of a Storey Building (Nursery and Primary School) Aigbaka Ward
LOT 5. Procurement of Official Vehicles for Political Office Holders and Management
LOT 6. Total Reconstruction of an existing Primary Health Centre at Oke–Afa, Jakande Estate
LOT 7. Installation of Solar Street Light to major Streets and Roads within Ejigbo LCDA

3. Eligibility Requirement
Prospective Bidders are expected to provide the under listed information and documents:
1. Cover letter duly signed by the Company’s authorized signatory indicating interest
2. Certificate of Incorporation/Registration with the Corporate Affairs Commission (CAC)
3. Evidence of Company Registration/Renewal with Ejigbo LCDA
4. Company’s Audited Accounts for the year 2022, 2023 and 2024
5. Company Profile and Organization Structure with the CV of 5 Key Personnel with Professional Certificates
6. Evidence of Financial capability (Reference letter from a reputable Bank capable and willing to provide line of Credit for Project execution, if required)
7. Current Tax Clearance Certificate of the Company and income Tax Certificate of two Directors for the last three years (2022, 2023, 2024)
8. Evidence of Technical capability (List of Equipment, Staffing etc)
9. Evidence of Experience as a prime Contractor in at least 5 Projects of similar nature and complexity with verifiable letters of Contract Award and Certificate of Job completion
10. Evidence of valid registration with Lagos State Public Procurement Agency (PPA) in the appropriate class and category

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

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)-REQUEST FOR QUOTATION FOR CONSTRUCTION OF 16 BLOCKS OF 4 STANCES OF LATRINES AND 2 SHOWERS IN NAKA, GWER

INTERNATIONAL ORGANIZATION FOR MIGRATION (IOM)

CONSTRUCTION OF 16 BLOCKS OF 4 STANCES OF LATRINES AND 2 SHOWERS IN NAKA, GWER

REQUEST FOR QUOTATION

REFERENCE:30000019473

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:27-JAN-2026

DEADLINE ON:03-FEB-2026 12:50 (GMT 0.00)

Description

Request for quotation for the Construction of 16 Blocks of 4 Stances of Latrines and 2 Showers in Naka, Gwer West LGA, Benue State

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