Background Image

FEDERAL TEACHING HOSPITAL, LOKOJA, KOGI STATE-INVITATION TO TENDER FOR THE EXECUTION OF YEAR 2025 CAPITAL PROJECTS

FEDERAL TEACHING HOSPITAL, LOKOJA
NO. 1 SALIHU IBRAHIM WAY LOKOJA, KOGI STATE.
INVITATION TO TENDER FOR THE EXECUTION OF YEAR 2025 CAPITAL PROJECTS

1.0 INTRODUCTION
The Federal Teaching Hospital, Lokoja, hereby invites reputable and interested Contractors with relevant experience and good records of excellent accomplishment of performance to submit pre-qualification documents for the execution of the year 2025 capital projects;

2.0 SCOPE OF WORKS/SUPPLY
Category A: Works:
LOT1: Completion of Oxygen plant and distribution to wards/Theatres etc
LOT2: Construction and Furnishing of House officers and intern building in Federal Medical Centre Kogi;
LOT3: Construction and Furnishing of Trauma, Accident and Emergency building in Federal Medical Centre Kogi;

Category B: Goods:
LOT1: Procurement of special of Medical Hemodialysis Equipment & Refurbishing of Existing ones
LOT2: Procurement & Refurbishing of Medical Utility vehicles
LOT3: Procurement and installation of Digital X-ray and fluoroscopy equipment in Federal Medical Centre Kogi
LOT4: Procurement and Installation of special surgical and theatre Equipment in Federal Medical Centre Kogi;
LOT5: Procurement of Medical equipment and consumables.

3.0 ELIGIBILITY REQUIREMENTS
Interested companies must submit two (2) Pre-qualification documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:-
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’s income Tax Clearance Certificate for the last three (3) years (2022, 2023 and 2024) valid till 31st December, 2025, with minimum average annual turnover of N10b for Category A: Lot 2 & LOT 3, and N5b for Category B: Lot 3 & LOT 4;
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 31/12/2025 or valid Certificate issued by BPP;
g. Company’s Audited Account for the last three (3) years, 2022, 2023 & 2024;
h. Original and current letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed;
i. Verified documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of Awards and job completion certificate and photocopy of the projects;
j. Letters of Authorization from the Original Equipment Manufacturers (OEM) for Category LOT 1 & LOT 3/Accredited Local Vehicle Manufacturers for LOT 2;
k. Sworn affidavit disclosing whether or not any officer of the relevant Committees of Federal Teaching Hospital, Lokoja 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 bids are true and correct in all particulars;
l. For joint Venture/Partnership Memorandum of understanding (MoU) should be provided with sworn Affidavit;
m. 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), current Contact Address, Phone Number (preferably valid/functional GSM No.); and email address, Directors of the company at the bottom of the page and duly signed by the authorized officer of the firm;
n. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (e.g COREN, QSRBN, ARCON, CORBON, etc.).

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

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)

NATIONAL PRODUCTIVITY CENTRE, ABUJA-INVITATION FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NATIONAL PRODUCTIVITY CENTRE
PLOT 2173, CAPETOWN STREET, WUSE ZONE 4, ABUJA
INVITATION FOR EXPRESSION OF INTEREST

1. INTRODUCTION
The National Productivity Centre (NPC), a Federal Government Agency under the Ministry of Labour and Employment, in line with its mandate to enhance productivity in the public and private sectors, intends to procure consultancy services for Monitoring and Evaluation of projects various projects. This procurement is in accordance with the provisions of the Public Procurement Act 2007 (PPA 2007) and the guidelines of the Bureau of Public Procurement (BPP). The Centre thereby invites interested, competent and experienced consultancy firms/companies to submit Expressions of Interest (EOI) for the Consultancy services for Monitoring and Evaluation of various projects to ensure quality, compliance, efficiency, and value for money.

2. SCOPE OF SERVICES
Lot SC 01: Consultancy Services for Monitoring and Evaluation of project (Multiple Lots)

3. ELIGIBILITY REQUIREMENTS
Interested firms should submit the following documents:
a) Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including forms CAC 1.1, or CAC 2 and CAC 7, Business Name with Form BN 1 is also acceptable for Consultancy Services;
b) Evidence of firm’s Tax Clearance Certificate (or Personal Income Tax Clearance for all Partners in case of Business Name) 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 (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 15 and above or the bidder’s annual turnover is N50m and above);
e) Evidence of current National 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 the 31st of December 2025 or valid Certificate issued by BPP;
g) A sworn affidavit:
i. Disclosing whether or not any officer of the relevant committees of the National Productivity Centre or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidding and to confirm that all information presented in its bid are true and correct in all particulars;
ii. Declaring that the company is not in receivership and/or the subject of any receivership or the subject of any form of winding up proceedings;
iii. Declaration that none of the company’s Directors has been convicted in any country for any criminal offences relating to fraud;
h) Company’s Audited Account 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) Evidence of Firm’s registration with relevant professional regulatory body e.g. NAICOM/Insurance, EHORECON/Cleaning Service, NTTDA/CPN/Information Technology, ICAN/ANAN/Financial Reporting Service, COREN/QSRBN/ARCON/CORBON/SURCON/Construction, NSCDC/Security, ESVARBON/Estate Surveying etc
l) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation/Job Completion Certificates and Photographs of the projects;
m) For Consultancy that require Training: Evidence of Firm’s Registration with the Centre for Management Development (CMD);
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], Contract 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;

Please note that the Centre will carry out due diligence/verification of all the original documents mentioned above.

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

FEDERAL TECHNICAL COLLEGE HADEJIA JIGAWA STATE-INVITATION TO TENDER FOR EXECUTION OF PROJECT IN 2025 APPROPRIATION

FEDERAL MINISTRY OF EDUCATION
FEDERAL TECHNICAL COLLEGE HADEJIA
JIGAWA STATE
INVITATION TO TENDER FOR EXECUTION OF PROJECT IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Technical College Hadejia, Jigawa State in the year 2025 appropriation for the execution of project towards achieving the mandate of the College. Accordingly, the College wishes to invite competent Contractors/Suppliers to submit tender for the execution of the following Project.

2.1 SCOPE OF WORKS
LOT No: W1
PROJECT TITLE: CONSTRUCTION OF SPORT ARENA
LOCATION: FSTC Hadejia

2. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed requirements to be eligible in this procurement process:
a. Evidence of Business Name or Certificate of Incorporation issued by 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 31 December, 2025, with minimum average turnover of N500 million
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 current 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 Federal Technical College Hadejia, Jigawa State 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 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. List of Equipment must be accompanied by ELRA’S Registration Certificate or proof of ownership

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 authorized officer of the firm.

INSTITUTE FOR AGRICULTURAL RESEARCH, SAMARU AHMADU BELLO UNIVERSITY, ZARIAINVITATION FOR PRE-QUALIFICATIONS OF THE 2025 INTERVENTION ON NATIONAL POVERTY REDUCTION WITH GROWTH STRATEGY (NPRGS) PROJECT

INSTITUTE FOR AGRICULTURAL RESEARCH, SAMARU
AHMADU BELLO UNIVERSITY
FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY
P.M.B. 1044, ZARIA, NIGERIA

INVITATION FOR PRE-QUALIFICATIONS OF THE 2025 INTERVENTION ON NATIONAL POVERTY REDUCTION WITH GROWTH STRATEGY (NPRGS) PROJECT

1.0 INTRODUCTION
Institute for Agricultural Research (IAR), Ahmadu Bello University, Zaria is an Agricultural Research Institute under the Federal Ministry of Agriculture and Food Security. The Institute has National mandate for the genetic improvement of maize, cowpea, sorghum, cotton, sunflower, Jatropha, Castor, Oat and groundnut together with research into their respective agronomy and plant health. Irrigation engineering and irrigated crop production; mechanization of crop production and post-harvest research. The Federal Government of Nigeria has allocated funds for Intervention Projects on National Poverty Reduction with Growth strategy (NPRGS) for the year 2025 to Institute for Agricultural Research, Ahmadu Bello University, Zaria for the execution of Projects (Goods, Works and Services). The Institute therefore invites interested, competent and reputable Contractors to bid for the Projects under the 2025 NPRGS Intervention Projects.

2.0 SCOPE OF THE PROJECT (GOODS AND WORKS)
The Scope of the project is as follows:

LOT NO NPRGS PROJECT TITLE: EXPAND IRRIGATION PROGRAMME FOR CLUSTERS OF SMALLHOLDER FARMERS IN THE NORTH-WEST ZONE
PRE-QUALIFICATION
CATEGORY A – GOODS
LOT A1 PROVISION OF AGRICULTURAL MECHANISMS TO SUPPORT IRRIGATION PROGRAMME ACROSS SELECTED LOCATIONS
LOT A2 PROCUREMENT AND SUPPLY OF FARM INPUTS AND MACHINES FOR IRRIGATED CROP PRODUCTION IN SELECTED LGA’S, NORTHWEST
CATEGORY B – WORKS
LOT B1 PROVISION OF WATER-SMART IRRIGATION GREENHOUSE FOR EXPANSION OF THE IRRIGATION PROGRAMME IN THE NORTHWEST REGION
LOT B2 PROVISION OF WATER SUPPLY AND DRIP IRRIGATION SYSTEMS FOR CLUSTER OF SMALL HOLDER FARMERS TO IMPROVE IRRIGATION FARMING IN SELECTED LOCATIONS
LOT B3 PROVISION OF SOLAR WATER PUMPS AND DRILLING OF TUBEWELLS FOR IRRIGATION PROGRAMME EXPANSION IN SELECTED LGA’S
LOT B4 CONSTRUCTION OF STORAGE FACILITIES TO PREVENT POST HARVEST LOSSES FOR FARMERS IN SELECT LOCATIONS IN THE NORTHWEST (LOTS 1-10)
LOT B5 ORGANIC FERTILIZER PRODUCTION LINE TO ENHANCE FOOD SECURITY IN KEBBI STATE (MULTIPLE LOTS)

The Scopes of the above-listed projects are detailed in the Standard Bid documents.

3.0 ELIGIBILITY REQUIREMENTS
The Institute for Agricultural Research in compliance with the PPA 2007 and will carry out Pre-qualification of Companies who respond to this advertisement based on the following requirements:

a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1, or CAC2 and CAC3, with evidence of Company of Annual Returns to CAC for the immediate past 3 years (2022, 2023 & 2024). Business name with Form BN1 is also acceptable for Services.

b. 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 (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 31st December, 2025 or valid Certificate issued by BPP.

g. Sworn Affidavit:
– Disclosing whether or not any officer of the relevant committees of the Institute for Agricultural Research Samaru Zaria 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 the company is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged.
– That none of the Company’s Directors has been convicted of procurement fraud in any Country.

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.

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

UNDP-INVITATION TO BID FOR THE DRILLING OF SOLAR DRIVEN SHALLOW AQUIFER BOREHOLE FOR DRY SEASON/IRRIGATION 

UNDP

THE DRILLING OF SOLAR DRIVEN SHALLOW AQUIFER BOREHOLE FOR DRY SEASON/IRRIGATION

INVITATION TO BID

REFERENCE:UNDP-NGA-01349

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:16-FEB-2026

DEADLINE ON:27-FEB-2026 06:21 (GMT -5.00)

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

NATIONAL AGRICULTURAL EXTENSION AND RESEARCH LIAISON SERVICES (NAERLS), ZARIA-INVITATION FOR PRE-QUALIFICATIONS AND EXPRESSION OF INTEREST FOR 2025 INTERVENTION ON NATIONAL POVERTY REDUCTION WITH GROWTH STRATEGY (NPRGS) PROJECT

NATIONAL AGRICULTURAL EXTENSION AND RESEARCH LIAISON SERVICES
FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY
AHMADU BELLO UNIVERSITY
P.M.B. 1044, ZARIA, NIGERIA

INVITATION FOR PRE-QUALIFICATIONS AND EXPRESSION OF INTEREST FOR 2025 INTERVENTION ON NATIONAL POVERTY REDUCTION WITH GROWTH STRATEGY (NPRGS) PROJECT

1.0 INTRODUCTION
NATIONAL AGRICULTURAL EXTENSION AND RESEARCH LIAISON SERVICES (NAERLS), Ahmadu Bello University, Zaria, is one of the National Agricultural Research Institutes (NARIs) under the Federal Ministry of Agriculture and Food Security. The Institute is responsible for development, collation, evaluation, and dissemination of proven agricultural innovations and to research on extension methodologies and policy. The Federal Government of Nigeria has allocated funds for Intervention projects on National Poverty Reduction with Growth Strategy (NPRGS) for the year 2025 to National Agricultural Extension and Research Liaison Services (NAERLS), for the execution of projects (Goods and Services). The Institute, therefore, invites interested and reputable Contractors and Consultants with relevant experience and good track records of related projects and services to bid for the Projects under the 2025 NPRGS Intervention Projects.

2. SCOPE OF GOODS/SERVICES
The Scope of the work is as follows:

LOT NO CATEGORY PROJECT TITLE
LOT E1 CATEGORY E – GOODS PROVISION AND DISTRIBUTION OF FERTILIZER IN SELECT LOCATIONS
LOT E2 CATEGORY E – GOODS PROVISION OF EMPOWERMENT MATERIALS
LOT E3 CATEGORY E – GOODS PROVISION OF FOOD BASKETS
LOT F1 CATEGORY F – SERVICES TRAINING OF FARMERS ON GOOD AGRONOMIC PRACTICES, POST-HARVEST TECHNIQUES AND AGRO-BUSINESS ACROSS THE RICE, MAIZE, COWPEA, SORGHUM AND MILLET VALUE CHAINS
LOT F2 CATEGORY F – SERVICES AGRICULTURAL EXTENSION SERVICES PROGRAMME TO ENHANCE FARMER CAPACITY
LOT F3 CATEGORY F – SERVICES AGRICULTURAL EXTENSION SERVICES SUPPORT PROGRAMME (MULTIPLE LOTS)

3. ELIGIBILITY REQUIREMENTS

Prospective bidders should submit the following documents
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₃, with evidence of Company of Annual Returns to CAC for the immediate past 3 years (2022, 2023 & 2024). Business name with Form BN1 is also acceptable for Services;
b. 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 (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 31st December, 2025 or valid Certificate issued by BPP;
g. Sworn Affidavit:
– Disclosing whether or not any officer of the relevant committees of the National Agricultural Extension and Research Liaison Services 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 the company is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged;
– That none of the Company’s Directors has been convicted of procurement fraud in any Country;
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 (in case of construction: 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. Services: Evidence of Firm’s current registration with relevant regulatory professional body(ies) such as CBN License for payment of Bursary, CMD for Training etc.;
n. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
o. 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);

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

UNHCR-REQUEST FOR QUOTATION FOR CATERING AND RELATED SERVICES 

UNHCR

NGA – UNHCR RFQ 2462 – CATERING AND RELATED SERVICES

REFERENCE:NGA-UNHCR-RFQ-2462 CATERING AND RELATED SERVICES

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:20-FEB-2026

DEADLINE ON:09-MAR-2026 12:14 (GMT 1.00)

Description

The Office of the United Nations High Commissioner for Refugees (UNHCR), established on December 14,1950 by the United Nations General Assembly, invites qualified suppliers to make a firm offer for the Provisioning of Catering and Related Services to UNHCR Representation office Abuja as specified in this Request for Quotation (RFQ).

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

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

UNIVERSITY OF DELTA, AGBOR, DELTA STATE-INVITATION TO TENDER FOR THE YEAR 2025 TETFUND INTERVENTION FOR ICT SUPPORT

UNIVERSITY OF DELTA
P.M.B. 2090, AGBOR, DELTA STATE
INVITATION TO TENDER FOR THE YEAR 2025 TETFUND INTERVENTION FOR ICT SUPPORT

1.0. INTRODUCTION
In compliance with the provisions of the Public Procurement Act, 2007, University of Delta, Agbor, Delta State hereby invites experienced and competent Contractors/Suppliers and Service providers to submit bids for the below project:

2.0. SCOPE OF WORK: GOODS/SERVICES

S/N | PROJECT DESCRIPTION
1 LOT | Supply and Installation, Testing and Commissioning of Solar Power and Hardware Equipment, Content Recording Equipment/Software and Staff Training.

3.0. ELIGIBILITY REQUIREMENTS
For the purpose of pre-qualification evaluation, interested prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by 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, 2026; with minimum average annual turnover of N300 Million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (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, 2026 (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, 2026;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026 or valid Certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the University of Delta, Agbor, Delta State 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 – 2023, 2024 & 2025;
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 Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
m. Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
n. Evidence of company’s current registration with relevant regulatory professional body(ies) such as CMD for Training;
o. Electricity jobs; Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p. Evidence of company’s current registration/accreditation with Computer Professional Registration Council of Nigeria and National Information Technology Development Agency.

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 TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Document (SBD) from Procurement Unit, first floor of the University’s Administrative Building on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, paid into the University of Delta, Agbor, Delta State’s account.

5.0. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit two (2) hard copies of each of the Technical and Financial bid with soft copy of financial bid only in MS Excel Format, package separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two (2) sealed envelope together in a bigger sealed envelope addressed to the Vice-Chancellor, University of Delta, Agbor, Delta State, first floor, University’s Administrative Building and clearly marked with the name of the project. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box, Registrar’s office, First floor, University’s Administrative Building, not later than 12:00 noon, Monday, 9th March, 2026.

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