Background Image

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
Tags
admin

admin@publicprocurement.ng

No Comments

Sorry, the comment form is closed at this time.