JOSEPH SARWUAN TARKA UNIVERSITY, MAKURDI-INVITATION FOR PREQUALIFICATION FOR THE EXECUTION OF PROJECTS
JOSEPH SARWUAN TARKA UNIVERSITY, MAKURDI
INVITATION FOR PREQUALIFICATION
1. INTRODUCTION
Joseph Sarwuan Tarka University, Makurdi is desirous of embarking on the under-listed projects. Qualified Contractors are hereby invited to submit bids for the Projects as described hereunder:
2. DESCRIPTION OF PROJECTS
LOT | PROJECTS | CONTRACT NO
1 | Proposed Construction and Furnishing of College of Computing Science Block | JOSTUM/TET/W/2026/001
2 | Rehabilitation of Auditorium for College of Agricultural Economics and Extension with Provision of External Works | JOSTUM/TET/W/2026/002
3. ELIGIBILITY REQUIREMENTS FOR ALL LOTS:
Interested Contractors/Companies are required to submit the following documents in sequential order as listed below:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC), including Forms CAC 2 and CAC 7, or CAC 1.1) with evidence of current CAC annual returns.
b. Evidence of Company’s current Income Tax Clearance Certificate for the last Three (3) years (2023, 2024 and 2025) valid till 31st December, 2026.
c. Evidence of current Pension Clearance Certificate valid till 31st December, 2026.
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2026.
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2026.
f. Evidence of Company’s registration on the National Database of Federal Contractors, Consultants and Services Providers by submission of interim Registration Report (IRR) expiring 31st December, 2025 valid certificate issued by the Bureau of Public Procurement. (BPP)
g. Current Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of Joseph Sarwuan Tarka University, Makurdi or Bureau of Public Procurement is a former or present Director, shareholder or has pecuniary interest in the bidder and to confirm that all information presented in their bid are true and correct in all particulars;
• The Company is not in receivership, subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
• The Company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offenses in relation to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
• That all information presented in the documents are true and correct in all particulars.
h. Company’s audited accounts for the last three (3) years (2023, 2024 & 2025), Duly endorsed by FIRS (now Nigeria Revenue Service (NRS))
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, current practice license and attestation that they will be physically on ground if awarded the project.
k. Veritable 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.
l. Evidence of valid Equipment Leasing Agreement Registration Certificate (ELARC) issued by the Equipment Leasing Registration Authority (ELRA) as authorized regulatory body responsible for equipment leasing registration in Nigeria.
m. All documents for submission must be transmitted with a covering / forwarding letter under the company’s letter head paper bearing amongst others, the registration Number (RC) as issued by Corporate Affairs Commission (CAC), Contact address, telephone Number (preferably GSM No.), and e-mail address. The Letterhead paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page. Duly signed by the authorized officer of the company.
Other mandatory requirements for Lot 1 are listed as follows:
(a) Evidence of Company’s practicing licence valid till for the year 2026 with both COREN and CORBON must be attached.
(b) Bidders shall have minimum average annual turnover of not less than N1,500,000,000.00 (One Billion, Five Hundred Million Naira Only) as evident in the Tax Clearance Certificate.
(c) Evidence of at least one (1) ARCON registered Architect with practicing license valid for 2026. (ARCON certificate and practicing license must be attached).
(d) Evidence of at least one (1) COREN registered Structural Engineer with practice license valid for 2026. (COREN certificate and practicing license must be attached).
(e) Evidence of at least one (1) QSRBN registered Quantity Surveyor with practice license valid for 2026. (QSRBN certificate and practicing license must be attached).
(f) Evidence of at least one (1) COREN registered Electrical Engineer with practice license valid for 2026. (COREN certificate and practicing license must be attached).
(g) Evidence of at least one (1) COREN registered Mechanical Engineer with practice license valid for 2026. (COREN certificate and practicing license must be attached).
(h) Evidence of at least one (1) CORBON registered Builder with practice license valid for 2026. (CORBON certificate and practicing license must be attached).
(i) Attestation from each of the above professional that they will participate fully in the construction process if awarded the project. (to be duly signed and sealed with their professional seal)
Other mandatory requirements for Lot 2 are listed as follows:
(a) Bidders shall have minimum average annual turnover of not less than N1,000,000,000.00 (One Billion Naira Only) as evident in the Tax Clearance Certificate.
(b) Evidence of at least one (1) ARCON registered Architect with practicing license valid for 2026.
(c) Evidence of at least one (1) COREN registered Structural Engineer with practice license valid for 2026.
(d) Evidence of at least one (1) QSRBN registered Quantity Surveyor with practice license valid for 2026.
(e) Attestation from each of the above professional that they will participate fully in the construction process if awarded the project. (to be duly signed and sealed with their professional seal)
4. COLLECTION OF PREQUALIFICATION DOCUMENT
Interested companies are to collect the Standard Bidding Document (SBD) for pre-qualification from the Office of the Director of Procurement, North Core Beside Aper Aku Auditorium, Joseph Sarwuan Tarka University, Makurdi from 8:00am to 4:00pm upon presentation of evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only per lot. For payment visit www.remita.ng generate Remita Retrieval Reference (RRR) number and make payment, take your print out to the University’s bursary and obtain official receipt.
5. SUBMISSION OF PREQUALIFICATION DOCUMENTS
Prospective bidders are to submit bid for each of the lot desired, Two (2) hard copies and softcopy (USB Flash drive) of the Technical bid packaged in sealed envelope and clearly marked as “Technical Bid”. Addressed to the Director of Procurement, Joseph Sarwuan Tarka University, Makurdi and clearly marked with the name of the project and lot number. Furthermore, the reverse of each envelope should have the name and address of the bidder and submit at the office of the Director, Procurement, Joseph Sarwuan Tarka University, Makurdi North core not later than 10:00 AM on Monday 9th March, 2026
6. OPENING OF TECHNICAL BIDS
The Technical bids will be opened immediately following the deadline for the submission of bids at 10:00 AM on Monday 9th March, 2026 at the council Chamber in the presence of bidders or their representatives and interested members of the public. Please ensure you sign the Bids Submission Register at the point of submission, as the University will not be held liable for misplaced or wrongly submitted bids.
For clarification on the advertisement:
Please send an email to ivambegenius2009@gmail.com or call: 07068006647
7. IMPORTANT INFORMATION
a. Bids must be in English and signed by an official authorized by the bidder.
b. Bids submitted after the deadline for submission would be returned un-opened.
c. Bidders should not bid for more than one (1) lot, contravention is automatic disqualification.
d. Failure to submit Standard Bidding Document (SBD) for prequalification and signed by an official authorised by the bidder shall automatically result in the rejection of tender.
e. All bid processing costs will borne by the bidders.
f. The University shall not be responsible for any cost incurred by the bidders in connection with response to this advertisement.
g. Participation in this process and any related process neither creates any commitment nor establishes any legal relation with the Joseph Sarwuan Tarka University, Makurdi. It is merely a precondition for further consideration of the Tender.
h. The Technical Bids will be opened in the presence of CSOs and professional bodies.
i. Only pre-qualified bidders will be invited to collect financial bid document.
j. Failure to comply with the above requirement shall automatically result in the disqualification of a bidder.
k. The University Management reserves the right to authenticity of any claim made in the bidding documents submitted by bidder.
l. The University Management is not bound to pre-qualifying any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act, 2007.
Qs. Alexander Ivambe
Ag. Director, Procurement
No Comments
Sorry, the comment form is closed at this time.