Background Image

RUFUS GIWA POLYTECHNIC, OWO, ONDO STATE-INVITATION TO TENDER FOR TETFUND YEAR 2026 ANNUAL INTERVENTION

RUFUS GIWA POLYTECHNIC, OWO
INVITATION TO TENDER FOR TETFUND YEAR 2026 ANNUAL INTERVENTION

1. INTRODUCTION
Rufus Giwa Polytechnic, Owo intends to provide some critical projects through Tertiary Education Trust Fund (TETFUND) year 2026 Annual Intervention. The proposed projects are part of the Polytechnic’s efforts at providing decent and conducive environment for learning and research.

The Management of Rufus Giwa Polytechnic, Owo in pursuant of its mandate, and in line with the requirement of Public Procurement Act 2007 (as amended), hereby invites interested competent/qualified and experienced Contractors to submit bids for the projects named below:

2. SCOPE OF WORK

LOT Project Title INTERVENTION Location
H1 Construction of Building for the department of Hospitality Management Technology 2026 Annual Intervention Rufus Giwa Polytechnic, Owo
H2 Construction of Laboratory for the department of Science Laboratory Technology 2026 Annual Intervention Rufus Giwa Polytechnic, Owo
H3 Furnishing of Proposed Building for the department of Hospitality Management Technology 2026 Annual Intervention Rufus Giwa Polytechnic, Owo

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the 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 annual turnover of N300 million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025;
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 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 31st December, 2025 or valid Certificate issued by BPP.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Rufus Giwa Polytechnic, Owo 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, duly acknowledged by the Federal Inland Revenue Service (FIRS);
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;

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

UNDP-INVITATION TO BID FOR CONSTRUCTION OF 2 BLOCKS 40 UNITS OF MARKET LOCK-UP SHOPS IN DIKWA 

UNDP CONSTRUCTION OF 2 BLOCKS 40 UNITS OF MARKET LOCK-UP SHOPS IN DIKWA INVITATION TO BID REFERENCE:UNDP-NGA-01344 BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA REGISTRATION LEVEL:BASIC PUBLISHED ON:09-FEB-2026 DEADLINE ON:23-FEB-2026 08:00 (GMT -5.00) Description Please indicate whether you intend to submit a bid by creating a draft response without submitting directly in the system. This will enable...

Read More

NATIONAL TEACHERS’ INSTITUTE KADUNA-INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2025 SUPPLEMENTARY CAPITAL PROCUREMENT ACTIVITY

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 . Not a Member? Join Us

DELTA STATE MINISTRY OF PRIMARY AND SECONDARY EDUCATION-INVITATION TO TENDER FOR THE EXECUTION OF VARIOUS PROJECTS

DELTA STATE MINISTRY OF PRIMARY AND SECONDARY EDUCATION
PLANNING, RESEARCH & STATISTICS DEPARTMENT
P.M.B. 5015, ASABA
MINISTERIAL TENDERS’ BOARD SECRETARIAT
INVITATION TO TENDER

Tenders are hereby invited from suitably qualified companies to execute the projects listed below:

SectionS/NProject LocationsDescriptions
SECONDARY SCHOOL1.Ikaorth East L.G.A., Delta State.Renovation of 1 no. 6 classroom block with offices and toilets (SS1) at 1.1 A) at Erigbuem Secondary Commercial School, Owa-Alero; Renovation of 1 no.6 classroom block with offices and toilets (SS2) at 1.1A) at Erigbuem Secondary Commercial School, Owa-Alero; Renovation of 1 no.6 classroom block with offices and toilets (SS3) at 1.1A) at Erigbuem Secondary Commercial School, Owa-Alero.
2.Ughelli South L.G.A., Delta StateRenovation of 1 no. 5 classroom block with offices with toilets at Egbo Grammar School, Egbo-Uhurie in Ughelli South LGA; Construction of 1 no. prototype block of 4 students toilet at Egbo Grammar School, Egbo-Uhurie in Ughelli South LGA.
3.Okpe L.G.A., Delta StateRenovation of 1 no.6 classroom block (Block C) with offices and toilets at Orerokpe Secondary School, Orerokpe, Okpe LGA; Renovation of a Prototype Examination Hall at Orerokpe Secondary School, Orerokpe, Okpe LGA; Supply of 131 student furniture at Orerokpe Secondary School, Orerokpe, Okpe LGA.
PRIMARY EDUCATION4.Ndokwa-East L.G.A., Delta StateConstruction of 1 no. 3 Classroom Block without Offices; Construction of 1 no. 4 Prototype Pupils Toilet Block; Renovation of 1 no. 2 Classroom Block with an Office.
5.Senatorial Districts, Delta StateSupply of 3,869 Pupils Furniture to Selected Schools in Delta Senatorial Districts.

2. Tender Application Forms and Documents are to be collected from Tenders Board Secretariat, Ministry of Primary and Secondary Education, Asaba, upon non-refundable payment of the prescribed fee as contained in 3(v).

3. Tenders, must be accompanied by the following:
i. Evidence of registration with Delta State Government;
ii. Evidence of Registration with Corporate Affairs Commission;
iii. Evidence of valid Tax Clearance Certificate;
iv. Verifiable contact address of Business Office (s) premises, Utilities Bill etc.;
v. Evidence of payment of non-refundable Tender fee of N150,000.00 (One Hundred and Fifty Thousand Naira) for the above projects.
vi. Evidence of Professional/Technical Qualifications;
vii. Evidence of Financial capability;
viii. Evidence of previous jobs successfully executed;
ix. Evidence of DSIR Card;

WATERAID NIGERIA-INVITATION TO TENDER AND INSTRUCTION TO TENDERERS FOR CONSTRUCTION WORKS

THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS
WATERAID NIGERIA
INVITATION TO TENDER AND INSTRUCTION TO TENDERERS

1.0 PREAMBLE
WaterAid Nigeria with funding from The Church of Jesus Christ of Latter-Day Saints, under the Strengthening Water and Sanitation Delivery Project in Lagos in collaboration with Lagos state government, Ikorodu North LCDA, hereby invites tenders from reputable and qualified companies for rehabilitation and construction of water sanitation and hygiene facilities in the above mentioned LCDA.

2.0 SCOPE OF WORK
Ikorodu LCDA
LOT 1: Construction of one water facility, two Fetching Points and two group handwashing facilities at Maya Community Junior and Senior Grammar Schools, Ikorodu North

Ikorodu LCDA
LOT 2: Construction of two composite six compartments gender friendly, toilet facilities for Maya Community Junior and Senior Grammar School, Ikorodu North.

Please note: Contractors that have ongoing construction with WaterAid should not apply

3.0 MANDATORY REQUIREMENTS
Companies interested in participating in the tendering process are to submit their company profiles which must contain the following:
i. Evidence of registration with the Lagos State Public Procurement Agency (PPA)
ii. Evidence of registration with the focal LCDAs– Ikorodu North as a contractor eligible to carry out works within the LCDA intended by the contractor.
iii. Certificate of incorporation with Corporate Affairs Commission (CAC);
iv. Evidence of current Pension Compliance Certificate valid till 31st December 2026
v. Evidence of current Industrial Training Fund (ITF) compliance certificate valid till 31st December, 2026
vi. Certified true copy of Memorandum and article of association;
vii. Company audited financial accounts and Tax Clearance Certificate for the last three years (2023, 2024 and 2025).
viii. List of certified Board Members showing their designation on the Board.
ix. The forwarding letter submitting the bid documents should be signed by the Chairman of the Board or his/her alternate.
x. Company profile with Curriculum Vitae showing technical qualification of key personnel (Geologist or Hydrogeologist, Civil Engineer and Electro-Mechanical Engineer) with evidence of registration with relevant professional bodies (COREN or COMEG or their equivalence).
xi. Verifiable evidence of at least three (3) similar projects previously undertaken, including letters of awards, completion Certificates and photographs of the projects within the past five (5) years; also, indicate the financial value of these similar projects.
xii. Evidence of financial capability to execute the project including reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
xiii. Description and list of equipment owned by the company relevant to the project, including proof of ownership or lease or license over the equipment.
xiv. A sworn affidavit certifying as follows:
a. That the documents submitted for the pre-qualification exercise are not only genuine but correct
b. That none of the directors of the company has been convicted by any court of Law.
c. That the company is not bankrupt
d. That none of the officers of Lagos State/Local government is a present director of the company
xv. Any other relevant information that will help in determining the company’s suitability for the work.
xvi. A work plan indicating how the work will be carried out from start to finish and the number of days required to complete the work.
xvii. Evidence of participation in the site visit that will be organised by the LCDA/WaterAid on 13th February 2026 by 10:00am. Call Godfrey Iloha on +2348136374272 for more information.

4.0 COLLECTION AND SUBMISSION OF TENDER DOCUMENTS AND COMPANY PROFILES
Interested bidders are to collect the tender documents at no cost using this link https://shorturl.at/DujtT. This shall commence from Thursday 5th February, 2026 to Thursday 19th February, 2026. After this date, the application documents shall no longer be available at the site.

BICHI LOCAL GOVERNMENT COUNCIL, KANO STATE-INVITATION FOR PRE-QUALIFICATION TO TENDER FOR THE EXECUTION OF CONSTRUCTION PROJECTS (64 LOTS)

BICHI LOCAL GOVERNMENT COUNCIL, KANO STATE
INVITATION FOR PRE-QUALIFICATION

In its efforts to provide adequate Development Project at the Local Government Level Bichi Local Government Council, Kano State wishes to invite suitable Qualified Companies for Pre-Qualification for Tender for the execution of the following projects.

1. Construction/Provision of Office Buildings [Health & WESH Department]
2. Construction/Provision of Solar System at Local Government wide
3. Construction/Provision of Residential Buildings [Design and upgrading of Village Head palace at 11 Wards]
4. Construction/Provision of Water Facilities: Drilling of Bore holes at Kaukau
5. Construction/Provision of Water Facilities: Drilling of Bore holes at Mintsira
6. Construction/Provision of Water Facilities: Drilling of Bore holes at Bichi
7. Construction/Provision of Water Facilities: Drilling of Bore holes at Kyalli
8. Construction of Mini fruits market cluster Reinforced concrete Drainage and Interlocks
9. Construction of Reinforced concrete cover Drainage 2N0s culverts & 1No concrete ring culvert from Yarkasuwu to Mallam mamman Bichi
10. Construction/Provision of Water Facilities: Drilling of Bore holes at Badume
11. Construction/Provision of Water Facilities: Drilling of Bore holes at Saye
12. Construction/Provision of Water Facilities: Drilling of Bore holes at Kwamarawa
13. Construction/Provision of Water Facilities: Drilling of Bore holes at Fagolo
14. Construction/Provision of Water Facilities: Drilling of Bore holes at Yallami
15. Construction/Provision of Water Facilities: Drilling of Bore holes at Waire
16. Construction/Provision of Water Facilities: Drilling of Bore holes at Danzabuwa
17. Construction/Provision of Governors Lodge at Bichi
18. Construction/Provision of Water Facilities at Badume
19. Construction/Provision of Water Facilities at Hayin Waya, Bichi
20. Construction/Provision of Water Facilities at Yallami
21. Construction/Provision of Water Facilities at Kaukau
22. Construction/Provision of Water Facilities at Kewaye, Tilo Bichi Ward
23. Construction/Provision of Water Facilities at Muntsira
24. Construction/Provision of Water Line Drainage measured length 153×1.2x45m at Santar Namama, Bichi

IBADAN NORTH LOCAL GOVERNMENT AGODI-GATE, IBADAN, OYO STATE-INVITATION TO TENDER FOR CONSTRUCTION OF MODERN SHOPPING MALL AT BODIJA, IBADAN IN IBADAN NORTH LOCAL GOVERNMENT

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 Construction of modern shopping mall at Bodija, Ibadan in Ibadan North Local Government 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

UNICEF-REQUEST FOR PROPOSAL FOR THE CONSTRUCTION OF CAR PARK FOR BAUCHI FO 

UNICEF

RFP 9202319 FOR THE CONSTRUCTION OF CAR PARK FOR BAUCHI FO 

REQUEST FOR PROPOSAL

REFERENCE: RFP 9202319

BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA

REGISTRATION LEVEL :BASIC

PUBLISHED ON:28-JAN-2026

DEADLINE ON:18-FEB-2026 10:00 (GMT 1.00)

Description

RFP 9202319 for the Construction of Car Park for Bauchi FO

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

INTERNATIONAL LABOUR ORGANIZATION (ILO)-REQUEST FOR QUOTATION FOR PROCUREMENT OF HOTEL FACILITY FOR THE TRAINING ACITVITIES AT ABUJA, NIGERIA 

INTERNATIONAL LABOUR ORGANIZATION (ILO)

PROCUREMENT OF HOTEL FACILITY FOR THE TRAINING ACITVITIES AT ABUJA, NIGERIA

REQUEST FOR QUOTATION

REFERENCE:RFX_4105_ROAP

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:27-JAN-2026

DEADLINE ON:10-FEB-2026 17:00 (GMT 1.00)

Description

Dear Bidder, The International Labor Office (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area.

SOKOTO STATE MINISTRY OF BASIC AND SECONDARY EDUCATION-INVITATION FOR BIDS FOR CONSTRUCTION OF 56 JUNIOR AND SENIOR SECONDARY SCHOOLS (28 JSS AND 28 SSS)

SOKOTO STATE
GOVERNMENT OF NIGERIA
FEDERAL REPUBLIC OF NIGERIA
SOKOTO STATE GOVERNMENT
MINISTRY OF BASIC AND SECONDARY EDUCATION
SPECIFIC PROCUREMENT NOTICE
INVITATION FOR BIDS
(ONE-ENVELOPE BIDDING PROCESS)
THE WORLD BANK

COUNTRY: NIGERIA
PROJECT: SOKOTO ADOLESCENT GIRLS INITIATIVE FOR LEARNING AND EMPOWERMENT PROJECT (SSAGILE)
CREDIT NO: IDA 67380-NG
CONTRACT TITLE: CONSTRUCTION OF 56 JUNIOR AND SENIOR SECONDARY SCHOOLS (28 JSS AND 28 SSS)
RFB NO: NG-SOKOTO ADF-515338-CW-RFB
ISSUED ON: JANUARY 29 TH, 2026

1. The Federal Republic of Nigeria has received financing from the World bank toward the cost of the Sokoto Adolescent Girls Initiative for Learning and Empowerment Project (SKAGILE) and intends to apply part of the proceeds toward payments under the contract for the construction of 28 Junior Secondary Schools and 28 Senior Secondary Schools, LOTS 1 to 7 in Sokoto State for this contract, the borrower defined in the World Bank’s Disbursement Guidelines for investment project Financing.

2. The Sokoto State Ministry of Basic and Secondary Schools, through the office of the project Coordinator, Sokoto AGILE now invites sealed bids from eligible Bidders for the construction of 28 Junior Secondary Schools and 28 Secondary Schools, LOTS 1 to 7 in Sokoto State as follows:

LOT NR LOCAL GOVT. LOCATION JSS/SSS
LOT 1, Construction of 4nr SSS and 4nr JSS 1 BINJI JUNIOR SEC, SCHOOL BUNKARI, BUNKARI SSS
2 BINJI KALGO MODEL PRIMARY SCHOOL, KALGO JSS
3 WAMAKKO BASIC SCHOOL KALAMBAINA, KALAMBAINA SSS
4 WAMAKKO BADON RAFI PRIMARY SCHOOL, BADON RAFI JSS
5 WAMAKKO JUNIOR SEC SCHOOL YAR ABBA, YAR ABBA SSS
6 WAMAKKO JUNIOR SEC, SCHOOL KAURAR KIMBA SSS
7 KWARE GUNDUNGAR ALKALI PRIMARY SCH, GUNDUNGARI JSS
8 KWARE KALALAWA PRI SCHOOL, KALALAWA JSS
LOT 2, Construction of 3nr SSS and 5nr JSS 1 TANGAZA JUNIOR SEC SCHOOL MASALLACI SSS
2 TANGAZA GIDAN MADI B PRI. SCHOOL JSS
3 TANGAZA GIDAN DADI PRI. SCHOOL JSS
4 GUDU MARAKE PRI SCHOOL, MARAKE JSS
5 GUDU JUNIOR SEC SCHOOL BALLE, BALLE SSS
6 SILAME DANJAWO NOMADIC SCHOOL, DANJAWO JSS
7 SILAME JUNIOR SEC SCHOOL JEKANADU SSS
8 SOKOTO NORTH RUNJIN SAMBO 1 PRI SCHOOL JSS
LOT 3, Construction of 5nr SSS and 3nr JSS 1 SOKOTO SOUTH GIDAN MASAU PRIM SCHOOL JSS
2 SOKOTO SOUTH SULTAN IBRAHIM DASUKI JUNIOR SEC SCHOOL SSS
3 SOKOTO SOUTH YAKUBU MUAZU JUNIOR SEC SCHOOL SSS
4 SOKOTO SOUTH GIDAN DILIO PRI SCHOOL JSS
5 SOKOTO SOUTH DR UMMARU KWABO PRI SCHOOL
6 DANGE SHUNI JUNIOR SEC SCHOOL DAMBUWA SSS
7 DANGE SHUNI JUNIOR SEC SCHOOL SABARU SSS
8 BODINGA JUNIOR SEC SCHOOL JIRGA SSS
LOT 4, Construction of 3nr SSS and 5nr JSS 1 SABON BIRNI HANDE NIZZAMIYA PRIM SCHOOL JSS
2 SOBON BIRNI S. GOBIR MUHAMMAD BAWA SSS
3 SABON BIRNI GARKI PRIMARY SCHOOL JSS
4 GORONYO JUNIOR SEC SCHOOL KWAKWAZO SSS
5 ISA WALIN ISA PRIMARY SCHOOL JSS
6 GORONYO ABASKORI PRIMARY SCHOOL JSS
7 WURNO JUNIOR SEC SCHOOL ALKAMMU SSS
8 WURNO ACHIDA MODEL PRI SCHOOL JSS
LOT 5, Construction of 4nr SSS and 4nr JSS 1 RABAH TAGUWA PRIMARY SCHOOL JSS
2 RABAH JUNIOR SEC SCHOOL MAIKUJERA SSS
3 GWADABAWA HUCHI PRIMARY SCHOOL JSS
4 GWADABAWA GOVT JUNIOR SEC SCHOOL TANBAGARKA SSS
5 ILLELA ABDULRAHMAN MODEL PRIMARY SCHOOL (JSS STOREY) JSS
6 ILLELA GOVT DAY JUNIOR SEC, SCHOOL SONANI SSS
7 IGADA NIZZAMIYA ISLAMIYA PRIMARY SCHOOL JSS
8 GADA JUNIOR SEC SCHOOL HOLAI SSS
LOT 6, Construction of 4nr SSS and 4nr JSS 1 BODINGA ABDULSALAM PRIMY SCHOOL SIFAWA JSS
2 BODINGA JUNIOR SEC SCHOOL K/ MIYO SSS
3 YABO S/KEBBI SHEHU M.PRIMARY SCH JSS
4 YABO JUNIOR SEC SCHOOL DAGAWA SSS
5 YABO JUNIOR SEC, SCHOOL GUDUREGA SSS
6 SHAGARI SANYINNAWAL PRIM SCHOOL JSS
7 SHAGARI JUNIOR SEC SCHOOL BULANYAKI SSS
8 TAMBUWAL SABON GARI MODEL PRIMARY SCH JSS
LOT 7, Construction of 5nr SSS and 3nr JSS 1 TAMBUWAL JUNIOR SEC SCHOOL ALASAN SSS
2 TAMBUWAL GOVT GIRLS JUNIOR SEC SCHOOL SSS
3 KEBBE KUCHI PRIMARY SCHOOL JSS
4 KEBBE JUNIOR SEC SCHOOL GIRKAU SSS
5 DANGE SHUNI ARDO NIZZAMIYA ISLAMIYA PRI SCH, SHUNI JSS
6 DANGE SHUNI JUNIOR SEC SCHOOL G/GARA SSS
7 TURETA LOFA PRIMARY SCHOOL JSS
8 TURETA JUNIOR SEC SCHOOL BIMASA SSS

The work period is 12 months and the margin of Preference shall not be allowed.

The attention of the prospective bidders is hereby drawn to the Pre-Construction activities, including confirmation of foundation designs of various buildings to determine suitability for the soil type, preparation of service drawings for the site, etc, as required under paragraph 5 of section III of bidding document

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