Background Image

OXFAM-REQUEST FOR QUOTATION FOR ICT AND SOLAR EQUIPMENT SUPPLIES

OXFAM
REQUEST FOR QUOTATION

Oxfam seeks vendors who can supply or install the following:

All ToR links are embedded in the requested service title above

The deadline for submission of proposals is 27th February 2026 at 11:59 PM (WAT) upon conditions in the Terms
of Reference and Evaluation Criteria.

Oxfam does not bind itself to award the proposal to the lowest offer and reserves the right to accept the whole or part of the proposal.

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

NIGERIAN ELECTRICITY REGULATORY COMMISSION, ABUJA-INVITATION TO PRE-QUALIFICATION AND EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NIGERIAN ELECTRICITY REGULATORY COMMISSION
PLOT NO. 1387, CADASTRAL ZONE, A00, CENTRAL BUSINESS DISTRICT, ABUJA
P.M.B 136, GARKI, ABUJA
TEL: +234-094621400, 094621410
Website: www.nerc.gov.ng
INVITATION TO PRE-QUALIFICATION AND EXPRESSION OF INTEREST (EoI)

1.0 INTRODUCTION
The Nigerian Electricity Regulatory Commission (“the Commission” or “NERC”) was established by the Electric Power Sector Reform (“EPSR”) Act 2005, which has subsequently been repealed by the Electricity Act (“EA 2023” or the “Act”) of 2023. NERC is mandated by the Act to oversee the Nigerian Electricity Sector and ensure the efficient operation of the industry, the optimal utilisation of resources for the provision of electricity services, the establishment of appropriate consumer rights and obligations regarding the provision of electricity services, and the monitoring of the electricity market’s operation.

2.0 SCOPE OF GOOD/SERVICE
The Commission wishes to invite interested, competent, and reputable Contractors and Service Providers with relevant experiences, requisite expertise, and good records of accomplishment to submit pre-qualification and expression of interest (EOI) documents for its projects as listed below:

S/N | DESCRIPTION
1 | Supply of office stationery and consumables
2 | Engagement of an Underwriter for the provision of Group Life Insurance

3.0 ELIGIBILITY REQUIREMENTS
Interested companies/firms should submit two (2) bound copies of pre-qualification/EoI documents duly signed, paginated, separated by dividers, and arranged in the order outlined hereunder:
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 Consultancy Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all Partners in case of Business Name) for the last three (3) years valid till 31st December 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 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 Nigerian Electricity Regulatory Commission 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/firm 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/firm 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. Office Stationery and Consumables: Company’s/firm’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
i. Reference Letter from a reputable commercial bank in Nigeria, indicating a willingness to provide credit facility for the execution of the project when needed;
j. Company’s/firm’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. Group Life Insurance:
i. Copy of the Company’s current operational license /certificate as a Life Insurance Company certified by the National Insurance Commission (NAICOM);
ii. Certified True Copy of Company’s Audited Accounts for the past three (3) years – 2022, 2023, and 2024;
iii. Copies and evidence of claims and settlement history for the past 3 years – 2023, 2024, and 2025;
iv. Evidence of the Company’s 3 years average turnover of NGN5 billion and above;
m. For a Joint Venture/Partnership, a 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).

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

OBAFEMI AWOLOWO UNIVERSITY ILE-IFE, NIGERIA-INVITATION FOR PRE-QUALIFICATION AND TENDER

OBAFEMI AWOLOWO UNIVERSITY
ILE-IFE, NIGERIA
INVITATION FOR PRE-QUALIFICATION AND TENDER

1. INTRODUCTION
The Obafemi Awolowo University, Ile-Ife is desirous of awarding contract for the under-listed project under the Year 2024 TETFund Career Service Centre Intervention and Year 2025 TETFund Annual Intervention projects. It therefore invites bids for pre-qualification and tender for the following project:

1. SCOPE OF GOODS AND WORKS
YEAR 2024 TETFUND CAREER SERVICE CENTRE INTERVENTION

1. REHABILITATION/RENOVATION OF EXISTING STRUCTURE
Rehabilitation of Existing Building and Upgrading of Permanent Centre; Renovation of the Building, Fixing of Roof, Windows, Painting and Other Aesthetic Fixings.

2. PROCUREMENT OF OFFICE FURNITURE AND STATIONARY EQUIPMENT.
3Nr. Hp. Laser Jet M1404 Printer, 1Nr. HP. 3-in-1 Scanner, 1Nr. Sharp Photocopier AR-7024 Machine, 2Nr. KW Trio Giant Stapler KW, 2Nr. HP. Bluegate UPS 653 VA, 3Nr. All-in-One HP. 200 G4 Desktop Intel Core i3One Terabyte HDD 8GB Computer, 1Nr. Hisense REF-093DR 90L Single Door Refrigerator, 1Nr. Panasonic Projector with Stand, 1Nr. White Board Presentation Screen, 10Nr. Kangaroo Strong, Small, Handy/Mini Stapler, 2Nr. Classy 12-inch (30cm) Wall Clock, 1Nr. Century 2000VA Automatic Voltage Regulator Stabilizer, 1Nr. Headphone, 1Nr. 15” Wireless mighty Speaker.

3. SUPPLY OF SOLAR EQUIPMENT AND ELECTRONIC EQUIPMENT
3Nr. Metal Filing Cabinet-4Drawers, 2Nr. 1.6m Office Executive Exotic Table with Drawers, 2Nr. Office Executive Chair, 1Nr. Century 2000VA Automatic Voltage Regulator Stabilizer, 1Nr. Big Boss Office Executive Chair, 1Nr. Padded Airport Chair, 1Nr. Conference Table by 10, 30Nr. Banquets Chair, 2Nr. 1.4m Office Table with 2drawers, 1Nr. Relaxing Office executive Chairs, 1Nr. Office Chair with rolling legs, 8Nr. Visitors Chairs, 1Nr. 3-seater upholstery Chair, 1Nr. 7-seater Upholstery Chair, 1Nr.HDF 8feet by 7feet wooden Bookshelves, 1Unit of 8feet height by 4feet cone wide electronic and programmable road side signage, 2Units of wall mount programmable 0.5m by 1m indoor signage, 3Units of wall signage for direction (internal) 2feet by 1foot, 2Units of core value and information flex 8feet by 4feet, 5Units of advertising and eye-catching flex, and 2Units of 4 by 6 smart boards. In terms of Networking equipment, there is 1 network switch, 8 Ubiquiti Unifi AC Long Range UAP-AC-LR (EU) devices, 4Mercury UPS Elite 1200 Pro Units, 4, 5G LTE universal Wi-Fi internet routers, and a lot of installation and network consumables. The inverter work includes 2units of 5KVA Smarton inverter Machine (Hybrid) 48volts, 20Units 220AH tubular batteries, inverter installation work, minor electrical components, 20 Coleman (black), 20 Coleman (red), 20 Coleman (green), 2-watt bulbs 9C-Touch), lamp-holders, and electrical labor, Additional equipment includes 1 Dell projector, 4HP Desktop Computers with Core i3, 1 Sharp Electronics photocopying machine with an LCD screen display and double paper carrier tray, 1 Laser Jet Printer (Model: 182) Color, and 1 Laser Jet Printer (Model: 135) Black Toner.

4. PROCUREMENT OF CAREER COUNSELLING BOOKS
Procurement of Books, Articles & Journal/Periodicals, Software 123Nr.

YEAR 2025 TETFUND ANNUAL INTERVENTION

1. PROPOSED RENOVATION OF AJOSE HALL
Removal/Replacement and Maintenance of existing damaged roofing system, Maintenance of storm water drainage and drainage below ground, Rendering and Repainting of defective/cracked existing internal & external walls, Maintenance of deteriorated flooring & floor finishes, Removal and Replacement of defective ceiling with approved suspended ceiling, Maintenance of existing doors, Maintenance of existing windows, Replacement and maintenance of defective existing electrical and mechanical pipes fittings/works and sanitary appliances (plumbing fittings) etc, as per submission.

2. PROPOSED RENOVATION OF SCHOOL OF POSTGRADUATE STUDIES BUILDING
Removal/Replacement and Maintenance of existing damaged roofing system, Maintenance of storm water drainage and drainage below ground, Rendering and Repainting of defective/cracked existing internal & external walls, Maintenance of deteriorated flooring & floor Finishes, Removal and Replacement of defective ceiling with approved suspended ceiling, Maintenance of existing doors, Maintenance of defective existing electrical and mechanical pipes fittings/works and sanitary appliances (plumbing fittings) etc, as per submission.

3. PROPOSED RENOVATION OF ALUMNI STUDENTS’ HALL
Removal/Replacement and Maintenance of existing damaged roofing system, Maintenance of storm water drainage and drainage below ground, Rendering and Repainting of defective/cracked existing internal & external walls, Maintenance of deteriorated flooring & floor ceiling with approved suspended ceiling, Maintenance of existing doors, Maintenance of defective existing electrical and mechanical pipes fittings/works and sanitary appliances (plumbing fittings) etc, as per submission.

2. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁₁ 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;

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

NIGERIAN LAW REFORM COMMISSION, ABUJA-REQUEST FOR PROPOSALS FOR THE EXECUTION OF PROJECTS

NIGERIAN LAW REFORM COMMISSION
4TH & 5TH FLOOR, CENTRAL BUSINESS DISTRICT, C&C BUILDING, FEDERAL SECRETARIAT, PHASE 3, ABUJA.
REQUEST FOR PROPOSALS

1.0 INTRODUCTION
1.1 The Nigerian law Reform Commission was established in 1979 by the Nigerian Law Reform Commission Act Cap N118 LFN 2004 now amended Nigerian Law Reform Commission Act 2022. The function of the Commission as set out in sections 5 and 7 of the Act is generally to research, take and keep under review all Federal laws with a view to their systematic and progressive development and reform in consonant with the prevailing norms of the Nigerian society.
1.2 The Federal Government of Nigeria has provided funds in the 2025 Appropriation Act for the Nigerian law Reform Commission. The Commission in pursuant of its mandate hereby requests interested and experienced Suppliers, Contractors/ consultants to submit Expression of Interest (EOI)/ Tenders for the following projects:

2.0 SCOPE OF SUPPLY/ SERVICE

S/N  Project Title Lot
Category A – Goods
1 Procurement of Goods for up Grade of Office Infrastructure G2
Category B – Consultancy
2 Reform of the Import Prohibition Act Cap.L3 Laws of the Federation of Nigeria 2004. C1
3 Reform of Prevention of Crimes Act (1992 No. 25, 1936 No33) Cap.P27 LFN 2004. C2
4 Introduction of Legal Frame Work for the Regulation of Digital Currencies / Virtual Assets and Related Matters in Nigeria. C3
5 Reform of freedom of Information Act (FOIA) 2011 C4

3.0 ELIGIBILITY REQUIREMENT
(a) Evidence of certificate of incorporation issued by corporate Affairs Commission(CAC) including Form CAC 1.1 or CAC2 and CAC7
(b) Evidence of company income tax clearance certificate (or personal income tax clearance certificate of all partners in case of business name) valid till 31st December, 2025
(c) Evidence of current 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 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 whose annual turnover is 50m and above.
(e) Evidence of current Nigeria social insurance trust fund (NSITF) compliance certificate – valid till 31st December, 2025
(f) Evidence of registration on the national data base of federal contractors, consultants and service providers by submission of interim registration report (IRR) – valid certificate issued by BPP (valid till 31st December, 2025) .

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

BAYERO UNIVERSITY, KANO-INVITATION FOR TENDER FOR YEAR 2019 TETFUND RESEARCH AND DEVELOPMENT/CENTRE OF EXCELLENCE INTERVENTION PROJECT

 Download PDF

BAYERO UNIVERSITY, KANO
PMB 3011, GWARZO ROAD KANO, NIGERIA
INVITATION FOR TENDER FOR YEAR 2019 TETFUND RESEARCH AND DEVELOPMENT/CENTRE OF EXCELLENCE INTERVENTION PROJECT

1. INTRODUCTION
The BAYERO UNIVERSITY, KANO, wishes to undertake the Procurement of Works in the implementation of approved Year 2019 TETFund Research and Development/Centre of Excellence Intervention Project in the University.
In compliance with the Public Procurement Act 2007 and other extant government regulation, the University hereby invites interested, competent and reputable Contractors/Firms with relevant experiences and good track records of prompt delivery of similar projects to participate in the execution of the Projects list below:

2.0 SCOPE OF WORKS
Supply of Office Equipment and Furniture for the Directorate of Research, Innovation and Partnership, New Campus, Bayero University, Kano.

3.0 ELIGIBILITY CRITERIA:
Interested and competent Companies wishing to carry out the project are required to submit their Company profiles which shall contain the following documents:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 2 & 7. Business Name is also acceptable in case of Services;
b. Evidence of filing Company’s Annual Returns to CAC
c. 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 (2022, 2023 & 2024) valid till 31st December, 2025; with minimum average annual turnover for the three (3) years as indicated in the bidding documents
d. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable for bidders whose number of staff is l5 and above);
e. 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);
f. Evidence of Nigeria Social Insurance Trust Fund Compliance Certificate valid till 31st December, 2025;
g. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 2/1/2026 or valid Certificate issued by BPP;
h. Company’s Audited Accounts for the immediate 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 in the amount stated in the bidding documents for the execution of the project when awarded;
j. Sworn Affidavit:
i. Disclosing whether or not any officer of the relevant committees of Bayero University, Kano 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;
ii. That the company is not in receivership or under and/or subject of any form of insolvency or bankruptcy proceedings or subject of any form of winding up petition or proceedings;
iii. That the company has no Director/Partner who has been convicted by any court in Nigeria or any other country for criminal offences in relation to fraud or financial impropriety;
iv. That the company does not have existing loan of financial liability with a bank, other financial institution or third party that is classified as doubtful, nonperformance, bad or whose repayment portion has been outstanding for the last four (4) months.
Note: Affidavit submitted must be deposed to as described and properly addressed to Bayero University, Kano. Any Affidavit that predates this advertisement will be rejected.
k. Company’s profile with the curriculum vitae of key staff indicated in the bidding document to be deployed to project, including copies of their Academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON, MLSCN, NISLT, etc.
l. Verifiable documentary evidence of at least three (3) similar jobs indicated in the bidding documents executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
m. List of Plants/Equipment indicated in the bidding documents with proof of Ownership/Lease Agreement;
n. For Joint Ventures/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);
o. Letter of Consent to allow for verification of all documents submitted.
p. 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 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 Companies/firms.

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

ECONOMIC COMMUNITY OF WEST AFRICAN STATES, ABUJA-INVITATION TO TENDER FOR THE SUPPLY AND DELIVERY AS WELL AS, INSTALLATION AND TESTING WHERE APPLICABLE OF OFFICE STATIONARIES FOR ECOWAS COMMISSION BASED IN ABUJA

ECONOMIC COMMUNITY OF WEST AFRICAN STATES
COMMUNAUTE ECONOMIQUE DES ETATS DE L’AFRIQUE DE L’OUEST
FRAMEWORK AGREEMENT ARRANGEMENT
SUPPLY AND DELIVERY AS WELL AS, INSTALLATION AND TESTING WHERE
APPLICABLE OF OFFICE STATIONARIES FOR ECOWAS COMMISSION BASED IN ABUJA
NO: ADD-PP-G-2025-002

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

MINISTRY OF WOMEN AFFAIRS AND SOCIAL DEVELOPMENT, KOGI STATE-REQUEST FOR QUOTATIONS FOR PROCUREMENT OF OFFICE EQUIPMENT & PROCUREMENT OF 400NO. DATA COLLECTION TABLETS FOR SPCU AND LPIU

SPECIFIC PROCUREMENT NOTICE
NIGERIA FOR WOMEN PROGRAM SCALE – UP PROJECT
KOGI STATE GOVERNMENT
MINISTRY OF WOMEN AFFAIRS AND SOCIAL DEVELOPMENT
REQUEST FOR QUOTATIONS (RFQ) – GOODS
(ONE-ENVELOPE BIDDING PROCESS)
COUNTRY: NIGERIA
IMPLEMENTING AGENCY: KOGI STATE MINISTRY OF WOMEN AFFAIRS AND SOCIAL DEVELOPMENT
NAME OF PROJECT: NIGERIA FOR WOMEN PROGRAM SCALE – UP PROJECT
CONTRACT TITLES:  PROCUREMENT OF OFFICE EQUIPMENT & PROCUREMENT OF 400NO. DATA COLLECTION TABLETS FOR SPCU AND LPIU
CREDIT NO: IDA-73600
RFQ REFERENCE NO.: KG-MWASD-NFWP-SU-008- GO-RFQ
KG-MWASD-NFWP-SU-004- GO-RFQ
ISSUED ON: 5TH SEPTEMBER, 2025

1. The Federal Republic of Nigeria has received financing from the World Bank toward the cost of the Kogi State Nigeria For Women Program Scale – Up and intends to apply part of the proceeds toward payments under the contract for:
i. Procurement of Office Equipment
ii. Procurement of 400No. Data Collection Tablets for SPCU AND LPIU in Kogi State.

2. The Kogi State Ministry of Women Affairs and Social Development through the State Project Coordinating Unit now invites eligible Bidders for the following contracts:
• Procurement of Office Equipment: (Laptops, All in One Desktops, Printers, Video-conferencing facility, Air Conditioner, Water Dispenser, Refrigerator, File Cabinets, Fire Alarm System, Shredder, Wall Clock, CCTV Cameras, Smart TVs, UPS, Grass trimming machine, External Hard Disks, etc.), as per list included in Annex I, II, & III of the RFQ document.
• Procurement of 400No. Data Collection Tablets for SPCU AND LPIU in Kogi State: (Tablets, Power Banks, Pouch, Screen guard & Stylus)

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

PENSION TRANSITIONAL ARRANGEMENT DIRECTORATE (PTAD), ABUJA-INVITATION TO TENDER (TECHNICAL AND FINANCIAL) FOR THE EXECUTION OF THE UNDERLISTED PROJECTS

PENSION TRANSITIONAL ARRANGEMENT DIRECTORATE (PTAD)
INVITATION TO TENDER (TECHNICAL AND FINANCIAL) FOR THE EXECUTION OF THE UNDERLISTED PROJECTS

1.0 INTRODUCTION
1.1 The Pension Transitional Arrangement Directorate (PTAD) is desirous of executing projects approved under the 2025 Budget. Accordingly, the Directorate invites qualified, interested and eligible Contractors to tender for the procurement of the following Goods:

Lot 1. Procurement of Motor Vehicle (Project Buses)
Lot 2. Procurement of Computer Equipment
Lot 3. Procurement of Office Furniture.

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose numbers 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 numbers 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;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Pension Transitional Arrangement Directorate 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;
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. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
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)

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 Note signed by the authorised officer of the firm

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Document (SBD) from the Procurement Unit upon payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira only) to Pension Transitional Arrangement Directorate (PTAD) HQTRS, GIFMIS Code 0220015001, Remita Account with Central Bank of Nigeria (CBN) Account Number 0020531961014 in any reputable Commercial Bank in Nigeria. A photocopy of the evidence of payment is to be presented for collection of the bidding document for each Lot.

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

INTERNATIONAL CENTRE FOR BIOTECHNOLOGY, UNIVERSITY OF NIGERIA, NSUKKA-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

INTERNATIONAL CENTRE FOR BIOTECHNOLOGY (UNESCO-ICB)
KWAMEH NKRUMAH WAY, UNIVERSITY OF NIGERIA, NSUKKA
INVITATION TO TENDER

1.0 INTRODUCTION.
The International Centre for Biotechnology, Nsukka, was established under the auspices of UNESCO as a Category II Centre to provide high-level training, education and research in biotechnology-related areas, particularly Food security, bio-resource conservation and tropical diseases, to African and international scientists. In compliance with the Public Procurement Act 2007, the UNESCO International Centre for Biotechnology (UNESCO-ICB) hereby invites all interested and eligible Suppliers with relevant experience to tender for the following Capital Projects.

2.0 SCOPE OF WORKS
LOT NO PROJECT TITLE

LOT NO PROJECT TITLE
CATEGORY A (EQUIPMENT & REAGENTS)
A001 SUPPLY OF EQUIPMENT & REAGENTS FOR THE FOOD SECURITY RESEARCH PROGRAM; SAVING THE HARVEST FOR FOOD SECURITY AND QUANTIFYING THE MAGNITUDE AND SOURCES OF POST-HARVEST FOOD LOSSES
A002 SUPPLY OF RAPID DIAGNOSTIC TOOLS FOR EARLY DETECTION
A003 SUPPLY OF EQUIPMENT & REAGENTS FOR THE BIORESOURCES CONSERVATION RESEARCH PROGRAMME; SAVING THE FUTURE; A GENE BANK OF CULTIVATED AND WILD PLANTS IN NIGERIA
A004 SUPPLY OF EQUIPMENT & REAGENTS FOR THE NEW TISSUE CULTURE LABORATORY
A005 SUPPLY OF EQUIPMENT & REAGENTS FOR THE TROPICAL DISEASES RESEARCH PROGRAMME; BOOSTING THE HUMAN IMMUNE SYSTEM AGAINST TROPICAL DISEASES
A006 SUPPLY OF EQUIPMENT FOR NEW MOLECULAR BIOLOGY LABORATORY
CATEGORY B (CONSULTANCY/ NON – CONSULTANCY SERVICES)
B001 PROVISION OF CONSULTANCY SERVICES FOR THE MANAGEMENT OF THE 2025 BIOTECHNOLOGY RESEARCH FELLOWSHIP PROGRAMME ON FOOD SECURITY, TROPICAL DISEASE AND BIORESOURCE CONSERVATION
B002 FOOD CROPS BIOTECHNOLOGY CONSULTANCY SERVICES
B003 TROPICAL DISEASES BIOTECHNOLOGY CONSULTANCY SERVICES
B004 BIORESOURCES CONSERVATION BIOTECHNOLOGY CONSULTANCY SERVICES
B005 HOSTING OF THE 2025 INTERNATIONAL CONFERENCE ON BIOTECHNOLOGY FOR FOOD SECURITY & HUMAN HEALTH
B006 HOSTING OF THE 2025 REGIONAL WORKSHOP ON INTELLECTUAL PROPERTY AND COMMERCIALISATION OF BIOTECHNOLOGY RESEARCH AND INNOVATION
B007 HOSTING OF INTERNATIONAL ADVISORY AND REVIEW MEETINGS
CATEGORY C (OTHER GOODS)
C001 SUPPLY OF OFFICE FURNITURE & EQUIPMENT AT THE CENTRE
C002 SUPPLY OF PROJECT VEHICLES FOR THE CENTRE

3.0 ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC), including forms CAC 2 and CAC7 (or CAC 1.1);
b. Evidence of Company income Tax Clearance Certificate for the last three (3) years (2022, 2023, 2024), valid till 31st December 2025.
c. Evidence of current Pension compliance Certificate, valid till 31st December 2025
d. Evidence of current Industrial Training Fund (I.T.F) Compliance Certificate, valid till 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 by submission of Interim Registration Report (IRR) expiring on 31st December 2025, or a valid Certificate issued by the Bureau of Public Procurement.
g. Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of UNESCO-ICB or the Bureau of Public Procurement is a former or present Director, Shareholder or has any other pecuniary interest in the bidder and to confirm that all information presented in its bid is true and correct in all particulars;
h. Company’s audited Accounts for the last three (3) years (2022, 2023 and 2024);
i. Verifiable evidence of two (2) contracts of similar nature executed in the last 3 years (please attach copies of award letters, completion or payment certificates if awarded by a public institution)
j. For Projects in CATEGORY A (EQUIPMENT & REAGENTS): Bidders must provide any of the following;
I. Evidence that they are Original Equipment Manufacturers (OEM) or accredited agents of the OEM.
II. Evidence that they have supplied similar equipment and reagents within the last 3 years.
k. For Project C002 – SUPPLY OF PROJECT VEHICLES FOR THE CENTRE: Bidders must be an approved local vehicle Manufacturer/assembler.
l. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letterhead Paper, bearing amongst others, the Company’s Registration Number (RC), as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM Number) and Official Email Address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page and be duly signed by the Firm’s Authorized Officer.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to sign and collect Standard Bidding Documents from the UNESCO International Centre for Biotechnology (UNESCO-ICB) Office of Procurement on Kwameh Nkrumah Way, University of Nigeria, Nsukka, Enugu State, Nigeria. Collection of Tender Documents shall be between the working hours of 8.30 am and 4.00 pm, daily, on the payment of a non-refundable fee of N10,000.00 into UNESCO-ICB INTERNALLY GENERATED REVENUE ACCOUNT. The Photocopy of Teller for this payment should be attached to the Tender document.

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