Background Image

FOOD AND AGRICULTURE ORGANIZATION(FAO)-INVITATION TO BID FOR PROCUREMENT OF AQUACULTURE STARTER KITS DPU TO VARIOUS LOCATIONS OF BORNO, YOBE, AND ADAMAWA STATES 

FOOD AND AGRICULTURE ORGANIZATION(FAO)

ITB 2025/FRNIR/FRNIR/135108- PROCUREMENT OF AQUACULTURE STARTER KITS DPU TO VARIOUS LOCATIONS OF BORNO, YOBE, AND ADAMAWA STATES 

INVITATION TO BID

REFERENCE:2025/FRNIR/FRNIR/135108

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:20-JAN-2026

DEADLINE ON:01-FEB-2026 17:00 (GMT 1.00)

Description

The Food and Agriculture Organization of the United Nations (FAO) invites you to submit an ITB 2025/FRNIR/FRNIR/135108 for the Procurement of Aquaculture Starter Kits To be delivered in various FAO locations of Borno, Yobe & Adamawa State Northeast – NIGERIA. If you are interested in submitting an offer, please make sure to have, at least

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

KANO STATE MINISTRY OF AGRICULTURE AND NATURAL RESOURCES-INVITATION FOR EXPRESSION OF INTEREST FOR THE SUPPLY OF PROCESSED (PARBOILED) RICE

KANO STATE GOVERNMENT
MINISTRY OF AGRICULTURE AND NATURAL RESOURCES
PROCUREMENT UNIT
INVITATION FOR EXPRESSION OF INTEREST FOR THE SUPPLY OF PROCESSED (PARBOILED) RICE

Introduction
In response to growing socio-economic challenges, including inflation, and disruptions in livelihood, there is an urgent need to provide targeted food support to vulnerable populations. Parboiled rice, being a staple in the State’s diets, is a suitable and culturally acceptable food item for distribution as palliative.

Towards this objective, the Ministry of Agriculture and Natural Resources, Kano State wish to call on all eligible and interested companies to apply for the supply of the commodity as indicated below:

LOT DESCRIPTION
1 30 TRUCKS
2 5 TRUCKS
3 5 TRUCKS
4 5 TRUCKS
5 10 TRUCKS
6 5 TRUCKS
7 5 TRUCKS
8 5 TRUCKS

2. SUBMISSION OF PRE-QUALIFICATION DOCUMENTS:
Interested companies should submit the following pre-qualified documents to the Office of the DPR&S/Secretary SMTB, Ministry of Agriculture & Natural Resources, No. 2 Bida Road, Off Post Office Road, Kano on or before 2ND February, 2026 not later than 12:00 noon.

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

TSANYAWA LOCAL GOVERNMENT COUNCIL, KANO STATE-INVIATION TO TENDER FOR THE EXECUTION OF PROJECTS

TSANYAWA LOCAL GOVERNMENT COUNCIL, KANO STATE
TENDER ADVERTISEMENT

This is to notify the general public that; Tsanyawa Local Government is hereby inviting all interested and suitable contractors to submit their profile to the Local Government for pre-qualification with an indication of interest for the following projects :

1. Procurement of Land for Grave Yards, Schools, and Hospitals across the 10 Ward
2. Procurement of Motor Vehicles/Motor Cycles
3. Construction/Renovation of Boundary Pond Protective Walls across the 10 Ward
4. Procurement/Renovation of Office Buildings
5. Procurement of Computers, printers, and photocopying machines
6. Construction of Hospitals, Health Centers Staff Quarters across the 10 Ward
7. Empowerment Programmes/Programmer/Industrial Equipment (Relief Materials)
8. Procurement/Provision of Sport Centre and Facilities
9. Procurement of office Furniture/Fittings
10. Procurement of Electrical Materials across the 10 Ward
11. Procurement of Power Generator Set/Power Generating Plants
12. Procurement of Health/Medical Equipment across the 10 Ward
13. Procurement of Teaching/Learning Aid Equipment/Library
14. Procurement of Agricultural Equipment and Animal Traction Programmers
15. Procurement of Security Equipment/Fire Fighters

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

FEDERAL POLYTECHNIC UKANA AKWA IBOM STATE-INVITATION TO PREQUALIFICATION AND TENDER FOR TETFUND YEAR 2025 SPECIAL INTERVENTION (SKILLS DEVELOPMENT), YEAR 2024 SPECIAL INTERVENTION (ENTREPRENEURSHIP) AND YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

FEDERAL POLYTECHNIC UKANA
AKWA IBOM STATE
INVITATION TO PREQUALIFICATION AND TENDER FOR TETFUND YEAR 2025 SPECIAL INTERVENTION (SKILLS DEVELOPMENT), YEAR 2024 SPECIAL INTERVENTION (ENTREPRENEURSHIP) AND YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

1. INTRODUCTION:
The Federal Polytechnic, Ukana, Akwa Ibom State in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implements the 2025 Tetfund Special Intervention (Skills Development), Year 2024 Special Intervention (Entrepreneurship) and 2025 Career Service Centre Intervention. The Polytechnic hereby invites interested, competent and reputable contractors and suppliers with relevant experience and good record of accomplishment for the Procurement of the under listed:

2. SCOPE OF WORK/GOODS

A. YEAR 2025 TETFUND SPECIAL INTERVENTION (SKILLS DEVELOPMENT)

LOT NO. PROJECT DESCRIPTION
LOT G1: Supply, Installation, Testing and Commissioning of Solar Inverter System.
LOT G2: Supply, Installation, Testing and Commissioning of Equipment for Skills Development and Training of Academic Staff for Certification in Mandatory Skills Development

B. YEAR 2024 TETFUND SPECIAL INTERVENTION (ENTREPRENEURSHIP)

LOT NO. PROJECT DESCRIPTION
LOT W1: Remodelling of Entrepreneurship Centre Building and furnishing with Solar Inverter.

C. YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

LOT G4: Training for Annual Performance and Evaluation Workshop
LOT G5: Supply and Installation of Educational and Communication Media Tools

3. ELIGIBILITY REQUIREMENTS:
Interested Bidders must meet the following requirements
A. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Services;
B. Evidence of Company’s Income 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;
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;
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 Federal Polytechnic, Ukana 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 executed in the last five (5) years including Letters 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 Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
N. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
O. 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.

4. COLLECTION OF TENDER DOCUMENTS
Interested Company should collect Standard Bid Documents (SBD) from the (Procurement Unit) of the Polytechnic, Office of the Rector, upon presentation of evidence of payment of a non-refundable fee of N10,000 (Ten Thousand Naira only) per Lot paid into Polytechnic’s Remita account in any commercial bank.

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

FEDERAL MINISTRY OF AVIATION AND AEROSPACE DEVELOPMENT FEDERAL SECRETARIAT, ABUJA-INVITATION TO TENDER/ PREQUALIFICATION ON GOODS AND WORKS, EXPRESSION OF INTEREST (EOI) ON CONSULTANCY SERVICES FOR THE IMPLEMENTATION OF 2025 APPROPRIATION ACT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF AVIATION AND AEROSPACE DEVELOPMENT
FEDERAL SECRETARIAT, PHASE I, ABUJA
INVITATION TO TENDER/ PREQUALIFICATION ON GOODS AND WORKS, EXPRESSION OF INTEREST (EOI) ON CONSULTANCY SERVICES FOR THE IMPLEMENTATION OF 2025 APPROPRIATION ACT

1.0 INTRODUCTION
The Federal Ministry of Aviation and Aerospace Development intends to execute projects as contained in the 2025 Appropriation Act. In compliance with the provisions of the Public Procurement Act, 2007 as amended, and other extant guidelines for the Award of contracts in the Federal Public Service, the Ministry wishes to invite experienced and competent Contractors, Suppliers and Service Providers to obtain Bidding documents for the execution of Year 2025 projects.

2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects were grouped into categories A to C. Bidders are therefore, requested to obtain bidding documents and submit EoI where applicable in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and 9.0 of this publication. The projects are listed in the table below:

S/N LOT NO. PROJECT TITLE
Category A (Works)
1 A1 Rehabilitation and Development of Airstrips in selected Areas
2 A2 Establishment of Nigerian College of Aviation in selected Areas
Category B (Goods)
3 B1 Supply of Vehicles
4 B2 Supply, Design, Installation, Deployment and Upgrade of Aviation Infrastructure, Equipment and Technology in selected Airports
Category C (Services)
5 C1 Consultancy service for Aviation Media Projects and others

3.0 ELIGIBILITY REQUIREMENTS

3.1 The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 as amended and the Public Procurement Regulations for Works, Goods and Services, will carry out pre-qualification/short listing of companies/service providers that respond to this advertisement based on the following requirements:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7;
b) Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025.

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

SULE LAMIDO UNIVERSITY KAFIN HAUSA, JIGAWA STATE-INVITATION TO TENDER FOR WORK/PROCUREMENT UNDER 2025 TETFUND SPECIAL INTERVENTION (RENEWED HOPE INITIATIVE INTERVENTION)

SULE LAMIDO UNIVERSITY KAFIN HAUSA
KLM 2, JAHUN ROAD, KAFIN HAUSA, P.O. BOX 048, KAFIN HAUSA, JIGAWA STATE
INVITATION TO TENDER FOR WORK/PROCUREMENT UNDER 2025 TETFUND SPECIAL INTERVENTION (RENEWED HOPE INITIATIVE INTERVENTION)

1.0 INTRODUCTION
1.1 The University is poised to embark on projects under year 2025, TETFund Special Intervention (Renewed Hope Initiative Intervention) Intervention and therefore, invites interested and reputable Contractors with relevant experience and track record for Submission of TECHNICAL AND FINANCIAL BIDS in respect of the above Intervention for the project below:

2.0 SCOPE OF THE PROJECT
a. Year 2025, TETFund Special Intervention (Renewed Hope Initiative Intervention)

Lot 1: Procurement, Installation and Commissioning of ICT and Power Backup Equipment

3.0 ELIGIBILITY REQUIREMENTS
3.1 Compulsory 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;
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 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.

3.2 Additional Requirements:
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Sule Lamido University, Kafin Hausa 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. 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, SURCON, etc.;
k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last three (3) years including Letters of Awards, Job Completion Certificates and Photographs of the projects;
l. List of Plants/Equipment with proof of Ownership/Lease Agreement;
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner.
n. All of the above should be submitted in (2) hard copies and a soft copy.

Note: 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.

4.0 COLLECTION OF DOCUMENTS (GOODS & WORKS)
Interested companies are to collect the Standard Bidding Document (SBD) from the University Procurement Office at the University Procurement Unit, First Floor, Office No. F25, Senate Building, commencing from Monday, 9th February, 2026, upon payment of a non-refundable Tender Processing Fee of N10,000.00 only per Lot into University Account via Remita, and after presentation of evidence of payment (receipt) issued by the Bursary Department of the University.

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

HUSSAINI ADAMU, FEDERAL POLYTECHNIC, KAZAURE, JIGAWA STATE-PREQUALIFICATION, INVITATION TO TENDER FOR THE YEAR 2025 TETFUND ICT INTERVENTION, TETFUND 2025 PROJECT MAINTENANCE INTERVENTION AND TETFUND 2025 CAREER CENTRE PROJECTS

HUSSAINI ADAMU, FEDERAL POLYTECHNIC, KAZAURE
P.M.B 5004, KAZAURE, JIGAWA STATE
(PROCUREMENT DEPARTMENT)
PREQUALIFICATION, INVITATION TO TENDER FOR THE YEAR 2025
TETFUND ICT INTERVENTION, TETFUND 2025 PROJECT MAINTENANCE INTERVENTION AND TETFUND 2025 CAREER CENTRE PROJECTS

1. INTRODUCTION
Hussaini Adamu Federal Polytechnic, Kazaure is advertising for Prequalification, Invitation to Tender for Year 2025 Tetfund ICT Intervention, Tetfund Career Centre Intervention Project and Insurance of Buildings (Tetfund Project Maintenance Intervention Projects). In compliance with the requirement of the Public procurement Act, (PPA) 2007 and other extent government regulations, the Institution is therefore requesting for Technical and Financial Bids from contractors and suppliers for the following Projects.

2. SCOPE OF WORK
Category M: Invitation to Tender for Year 2025 Tetfund ICT and Career Centre Intervention Projects
Lot- M1 Procurement Installation Testing and Commissioning of ICT Equipment and Capacity Building Training for ICT Staff
Lot- M2 Procurement Installation Testing & Commissioning of Career Centre Program Equipment and Staff Training
Category R: Expression of Interest for year 2025 Maintenance Intervention (Insurance of Physical Infrastructures only)
Lot- R1 Insurance of Some physical infrastructures (Buildings)

3. ELIGIBILITY REQUIREMENTS
Interested Bidders must meet the following requirements
a. Evidence of Certificate of Incorporation with the Corporate affairs Commission (CAC) including Form CAC2 and CAC7 or alternative approved documents;
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years – valid till 31st December, 2025, with a Minimum Average Annual Turnover of N20 million;
c. Evidence of current Pension Compliance 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 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 as the case applied by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
g. Evidence of firm’s registration with relevant professional body e.g NAICOM/for Insurance and NITDA/CPN/for Information Technology. For Training Programme: Evidence of Firm’s current Registration with the Centre for Management Development (CMD) for category M, which include sta ftraining.
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Hussaini Adamu Federal Polytechnic, Kazaure 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;
i. Company’s Audited Accounts for the last three (3) years – (2022, 2023, 2024);
j. 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;
k. Evidence of current practice license of the Company with relevant Professional Bodies
l. Company Profile with the Curriculum Vitae of four (4) Key staff, including copies of their Academic and Professional qualifications: e.g CSN, NCRIB The Nigeria Council of Registered Insurance Brokers as it applies to other projects and similar in the relevant project
m. Evidence of Registration with Original Equipment Manufacturers (OEM) for supply projects.
n. Verifiable documentary evidence of at least three (3) similar jobs executed in the last three (3) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects in the listed order;
o. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (all the eligibility requirements are compulsory for each JV partner);
p. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firms Letter-Head paper being amongst others Registration Number RC Issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably Mobile 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 Company/firm.

4. SUBMISSION OF EOI DOCUMENT FOR INSURANCE SERVICE
Interested firms(for Category R) are to submit two (2) bound copies of expression of interest (EoI) document separated by dividers, all pages numbered arranged as indicated above. The document should be submitted in a sealed envelope and addressed to (Procurement Department, Ground floor, Hussaini Adamu Federal Polytechnic Kazaure Jigawa State) and clearly marked as (expression of interest for the insurance Physical Infrastructure (Buildings) stating the LOT number and the title of the project. All submission are to be registered before submission. Furthermore, the reverse of each sealed enveloped should have the name and address of the bidder and drop in the designated tender Box located at Ground Floor Procurement Department not later than 26/01/2026 by 1:30 pm. The technical bids for expression of interest will be opened immediately same date after the deadline for submission in the Polytechnic’s Council Chamber, Ground Floor of the Administrative Building and only shortlisted companies will be invited to collect Request for Proposal (RFP).

5. COLLECTION OF TENDER DOCUMENTS
Interested companies (category M) are to collect the Standard Bidding Documents (SBD) from the Procurement Department Hussaini Adamu Federal Polytechnic, Kazaure, Ground Floor, Administrative Building with an evidence of payment of a non-refundable fee of N10, 000.00. Payment shall be made in favour of Hussaini Adamu Federal Polytechnic Kazaure Remita Account in any reputable commercial Bank in Nigeria.

6. SUBMISSION OF TENDER DOCUMENTS
Interested Firms are to submit two (2) bound Tender documents containing two (2) hard copies each of the Technical and Financial Bids, packaged in a sealed envelope. Both envelopes must be clearly marked as “Technical Bid” and “Financial Bid” respectively, the two sealed envelopes should be enclosed in Bigger Sealed envelope addressed to the Acting Rector, Hussaini Adamu,Federal Polytechnic Kazaure clearly marked Technical and Financial Bids and Tender document for the particular lot and category applied for and address of the Bidder Boldly written on the other side and dropped in the designated Tender Box at the Procurement Department Hussaini Adamu Federal Polytechnic, Kazaure in the Administrative Building on or before 1:30pm on 26/01/2026. Please ensure that you sign the bid submission register and collect receipt of submission immediately. Note that the Institution will not be held liable for any misplaced or wrongly submitted bid.

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

EKITI STATE POLYTECHNIC, EKITI STATE-INVITATION TO TENDER FOR YEAR 2025 TETFUND INTERVENTION PROJECTS

EKITI STATE POLYTECHNIC
P.M.B 1101, ISAN-EKITI, EKITI STATE, NIGERIA
INVITATION TO TENDER FOR YEAR 2025 TETFUND INTERVENTION PROJECTS

1. INTRODUCTION
The Ekiti State Polytechnic, Isan-Ekiti is desirous to implement its 2025 Tertiary Education Trust Fund Intervention Projects. In compliance with the requirements of the Public Procurement Act 2007, the Ekiti State Polytechnic, Isan-Ekiti is hereby invites interested, competent, reputable, and qualified companies with relevant experience and good records of accomplishment necessary for the execution of this projects as follows;

2.0 SCOPE OF WORK
PROJECT A: YEAR 2025 (MERGED) TERTIARY EDUCATION TRUST FUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION

LOT 1: Construction of School of Management Studies Building
LOT 2: Supply and Installation of Office Furniture and Equipment

PROJECT B: YEAR 2025 TERTIARY EDUCATION TRUST FUND INSTITUTION-BASED SKILLS DEVELOPMENT INTERVENTION

LOT 1: Supply, Installation, Testing and Commissioning of Equipment for Catering and Culinary, Tye and Dye, and Garment Making.

3. ELIGIBILITY REQUIREMENTS
Interested bidders should submit the following eligibility documents indicating the minimum qualifications required of the bidders;
a. Evidence of Certificate of Incorporation issue by the Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7;
b. Evidence of Current Tax Clearance Certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2024 with minimum average annual turnover of N350 million for Project A, Lot 1 and N85 million for Lot 2, Project B Lot 1, N85Million.
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. (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N350 million and above)
e. Evidence of Compliance/Clearance with National Social Insurance Trust Fund (NSITF) valid till 31st December, 2025.
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP
g. A sworn affidavit by a Director of the company certifying that:
i. The document submitted for the pre-qualification exercises are genuine and correct;
ii. None of the Director(s) of the company had ever been convicted by a Court of Law;
iii. None of the officer of the relevant committees of the Ekiti State Polytechnic or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder; and
iv. The company is not in receivership, insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
h. Company Audited Accounts for the last three (3) years (2022, 2023 & 2024), certified, Stamp and sealed by a Chartered Accountant/Auditor and duly acknowledged by the Federal Revenue Service (FIRS)
i. Evidence of financial capability to execute the project and Reference letter from a reputable commercial bank in Nigeria, duly signed with contact address (preferably GSM No.) indicating willingness to provide credit facility for the execution of the project when needed;
j. Company’s profile with the Curriculum Vitae of Technical/Management Staff to be deployed for the project, including copies of their academic/professional qualifications. i.e COREN, QSRBN, CORBON ARCON 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 Plants/Equipment with proof of ownership/Lease Agreement and the pictures (to be verified at post-qualification stage).
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 & Sworn 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.

Notes:
The documents must be arranged sequentially in order, failure to comply renders the submission invalid. Copy of the documents must be exact copy of the original in all particulars; any deviation shall not be accepted. All documents must be paginated and signed.

4. COLLECTION OF TENDER DOCUMENTS
Interested and qualified companies are to collect the Standard Bidding Documents (SBD) at the Procurement Office, Ekiti State Polytechnic, Isan-Ekiti between the hour 10:00am to 3:00pm on presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10,000) only payable into Ekiti State Polytechnic, Isan-Ekiti IGR account. A copy of payment receipt must also be attached for financial documentation.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bids for the Lots, two (2) hard copies each of the technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger envelop (also sealed) addressed to The Rector, Ekiti State Polytechnic, Isan-Ekiti and clearly marked (with the name of the project boldly written on top of the envelope).

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

NATIONAL SOCIAL INVESTMENT PROGRAMME AGENCY (NSIPA), ABUJA-INVITATION FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NATIONAL SOCIAL INVESTMENT PROGRAMME AGENCY (NSIPA)
FEDERAL SECRETARIAT, PHASE I, ABUJA
INVITATION FOR EXPRESSION OF INTEREST (EOI)

The National Social Investment Programme Agency (NSIPA) invites reputable and experienced firms to submit Expressions of Interest (EOI) for consultancy and related services in line with the Public Procurement Act, 2007 under the following Lots:

LOT C1: Consultancy Services for Specialized Training & Quality Assurance;
LOT C2: Services of Starter Pack Refurbishment, Repairs and Quality Assurance;
LOT C3: Consultancy Services for Renting of Warehouses, Logistics and Distribution of Starter Packs;
LOT C4: Consultancy Services for Propagation of Media and Stakeholder Engagement.

MANDATORY ELIGIBILITY REQUIREMENTS
1. Certificate of Incorporation with CAC (Form CAC 1.1) and current CAC Annual Returns;
2. Company Income Tax Clearance Certificate for the last three (3) years;
3. PENCOM, ITF and NSITF Compliance Certificates;
4. BPP Interim Registration Report (IRR);

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

FEDERAL POLYTECHNIC NEKEDE, IMO STATE-INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION

FEDERAL POLYTECHNIC
NEKEDE, IMO STATE
INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION

1.0 BACKGROUND
1.1 Federal Polytechnic, Nekede, Imo State is a beneficiary of the Year 2025 TETFund Special Intervention Project of Tertiary Education Trust Fund (TETFund).
1.2 Accordingly, and in line with the provisions of the Public Procurement Act 2007, the Polytechnic hereby invites interested and reputable Contractors/Suppliers with relevant experience and track record to submit Technical Bid for the projects listed below:

1. SCOPE OF WORKS
I. Supply and Installation of Teaching, Learning Equipment and Consumables

2. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC, or CAC and CAC;
b. Evidence of Company’s income tax clearance for the last three (3) years valid till December 31st, 2024 with minimum average annual turnover of ₦1B
c. Evidence of Pension Clearance Certificate for the last three (3) years (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 December 31st, 2025 (this requirement is only applicable to staff whose number is staff is 5 and above or the bidder’s annual turnover is ₦50Million and above.);
e. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31st, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring om 31/12/2024 or valid certificate issued by BPP;
g. Sworn affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Nekede or 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 provided 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 any bank, other financial institutions or third party as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
– that the company does not have existing loan or financial liability with any bank, other financial institutions or third party as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
h. Letter of authorization as the representative of the Original Equipment Manufacturer (OEM);
i. Company’s Audited Account for the last three (3) years – 2022, 2023 & 2024;
j. Reference letter from a reputable bank in Nigeria including willingness to provide credit facility for the execution of the project when needed;
k. Company’s profile with Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/Professional such as COREN, QSRBN, ARCON, CORBON, etc;
l. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature and complexity), 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 (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR and 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 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 Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Firm.

Verified by MonsterInsights