Background Image

MALTESER INTERNATIONAL-EXPRESSION OF INTEREST FOR VARIOUS SUPPLIES

MALTESER INTERNATIONAL
EXPRESSION OF INTEREST

Malteser International is the worldwide humanitarian relief agency of the Sovereign Order of Malta. Its mandate is to provide relief and recovery during and following conflicts and disasters. With more than 60 years of continuous experience, Malteser International provides transitional aid and assistance to reduce the risk of future disasters – remaining present long-term at the scene of more protracted crises.

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

YOBE STATE MINISTRY OF COMMERCE, INDUSTRY AND TOURISM-INVITATION FOR BID FOR CONSTRUCTION OF BUNI-YADI ULTRA-MODERN MARKET

YOBE STATE GOVERNMENT OF NIGERIA
MINISTRY OF COMMERCE, INDUSTRY AND TOURISM
IBB STATE SECRETARIAT, DAMATURU, YOBE STATE
INVITATION FOR BID

The Ministry of Commerce, Industry and Tourism, Damaturu, Yobe State, in line with the Public Procurement Act (2016), hereby wishes to invite reputable interested contractors with requisite expertise and experience to submit their bids for:

CONSTRUCTION OF BUNI-YADI ULTRA-MODERN MARKET

ELIGIBILITY REQUIREMENT.
• Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) of Nigeria;
• Company Income Tax Clearance Certificate for the last Three (3) years (2022, 2023 & 2024)
• Company Audited Accounts for three (3) years (2022, 2023 & 2024);
• Company’s profile;
• Evidence of Financial Capability including Bank reference letter indicating willingness to provide credit facility if/when necessary and needed.
• Evidence of Registration with Yobe State Bureau on Public Procurement.

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

NIGERIAN TELEVISION AUTHORITY HEADQUARTERS, ABUJA-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

NIGERIAN TELEVISION AUTHORITY
HEADQUARTERS, ABUJA

INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS
DATE OF PUBLICATION: 7TH JULY 2025

1.0 INTRODUCTION
1.1 The Nigeria Television Authority is a statutory corporation having its Headquarters at No 10, Ahmadu Bello Way, Area 11, Garki – Abuja with a Mission to provide excellent Television Services Worldwide and project the True African perspectives.

1.2 Nigeria Television Authority (NTA) is, therefore, desirous of undertaking procurement process for various Work Areas in accordance with the Year 2025 Budgetary Appropriation. Consequently, and in compliance with the relevant provisions of government Laws, it wishes to invite competent and reputable contractors to submit Bids for the various Lots listed here.

2.0 SCOPE OF PROJECTS
2.1 CATEGORY A: GOODS

LOT NO | PROJECT DESCRIPTION | LOCATION
LOT C1 | Equipment Facilities for NTA Headquarters | ABUJA

2.2 CATEGORY B: WORKS

LOT D1 | Upgrade of DSNG Uplink Facilities at NTA Headquarters | ABUJA
LOT D2 | Supply, Configuration, Upgrade, Training and Installation of Studio Equipment for NTA State Capital Station | KATSINA
LOT D3 | Programmes Directorate Content Acquisition Script Writing and Production Toolkits and Accessories | ABUJA
LOT D4 | News Directorate ENG Field Kit Acquisition and Newsroom Printer | ABUJA
LOT D5 | Computerization of NTA Headquarters for Admin, Procurement and Finance | ABUJA
LOT D6 | Rehabilitation and Studio Works at NTA National Headquarters | ABUJA
LOT D7 | Supply, Configuration, Training and Installation of Digital Transmitter at Enugu Network Centre | ENUGU
LOT D8 | Supply, Configuration, Training and Installation of Digital Transmitter at Kaduna Network centre | KADUNA
LOT D9 | Supply, Configuration, Upgrade, Training and Installation of Studio Equipment for NTA Akure | AKURE
LOT D10 | Supply, Configuration, Upgrade, Training and Installation of Studio Equipment for NTA OSHOGBO | OSHOGBO
LOT D11 | Supply, Configuration, Training and Installation of Digital Transmitter at NTA ADO-EKITI | ADO-EKITI
LOT D12 | Supply, Configuration, Training and Installation of Digital Transmitter at NTA ABAKALIKI | ABAKALIKI
LOT D13 | Supply, Configuration, Training and Installation of Digital Transmitter at NTA ASABA | ASABA
LOT D14 | Supply, Configuration, Training and Installation of Satellite Equipment at NTA Lagos Network Centre | LAGOS
LOT D15 | Supply, Configuration, Training and Installation of Satellite Equipment at NTA ABUJA HEADQUARTERS | ABUJA
LOT D16 | Supply, Configuration, Training and Installation of Digital Transmitter at NTA LOKOJA | LOKOJA
LOT D17 | Supply, Configuration, Training and Installation of Digital Transmitter at NTA KANO | KANO
LOT D18 | Supply, Configuration, Training and Installation of Digital Transmitter at NTA OWERRI | OWERRI
LOT D19 | Supply, Configuration, Training and Installation of Digital Transmitter for NTA BIDA Community Station | BIDA
LOT D20 | Supply, Configuration, Training and Installation of Digital Transmitter for NTA OGBOMOSHO Community Station | OGBOMOSHO
LOT D21 | Supply, Configuration, Training and Installation of Digital Transmitter for NTA ONITSHA Community Station | ONITSHA

3.0 ELIGIBILITY REQUIREMENTS
a. Evidence of registration with the Corporate Affairs Commission (CAC), including Form CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three years (2022, 2023 &2024) valid till 31st December, 2025;
c. Evidence of Pension Compliance 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) Compliance Certificate valid till 31st December, 2025;

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

PLATEAU STATE UNIVERSAL BASIC EDUCATION BOARD, JOS-INVITATION TO TENDER FOR PROJECTS

PLATEAU STATE UNIVERSAL BASIC EDUCATION BOARD, JOS
INVITATION TO TENDER FOR PROJECTS, JUNE, 2025
COUNTRY: NIGERIA
PROJECT: UBE, 1ST-4TH QTRS. 2023, 1ST-4TH QTRS. 2024
DESCRIPTION OF PROJECTS: NORMAL INTERVENTION PROCUREMENT OF FURNITURE
COLLECTION OF TENDER DOCUMENTS DATE: 25TH JUNE, 2025
TENDER OPENING DATE: 23RD JULY, 2025
IFB NO. IFB/UBEC/SUBEB/NCB/002/2023/2024

1. The Government of the Federal Republic of Nigeria through the intervention of Universal Basic Education Commission (UBEC) and Plateau State Government have made available funds for the cause of Universal Basic Education in the State, and the Board intends to apply part of the funds to cover eligible payments under the contract for the manufacturing and supply of classroom furniture in some ECCDE/Primary and Junior Secondary Schools across Plateau State.
2. The Plateau State Universal Basic Education Board wishes to invite reputable manufacturers/Suppliers who must have registered with Plateau SUBEB to tender for the manufacturing/supply of the Classroom Furniture.

LIST OF PROCUREMENTS: 1ST-4TH QUARTERS 2023, AND 2024.

S/N LOT NO QTR DESCRIPTION
1 LOT ‘001 1st Qtr 2023 Manufacture and supply of 1469 customized ECCDE hard Plastic (Virgin) round Tables and 7345 Chairs in accordance with SUBEB standard samples (One Table, Five Chairs)
2nd Qtr 2023 Manufacture and supply of 1744 customized PRIMARY chairs and 1744 desks in hard plastic (Virgin) in accordance with SUBEB standard
2 LOT ‘002 3rd Qtr 2023 Manufacture and supply of 1744 customized PRIMARY chairs and 1744 desks in hard plastic (Virgin) in accordance with SUBEB standard
4th Qtr 2023 Manufacture and supply of 1746 customized JSS chairs and 1746 desks in hard plastic (Virgin) in accordance with SUBEB standard
3 LOT ‘003 1st Qtr 2024 Manufacture and supply of 3750 customized PRIMARY chairs and 3750 desks in hard plastic (Virgin) in accordance with SUBEB standard
4 LOT ‘004 2nd Qtr 2024 Manufacture and supply of 3500 customized PRIMARY chairs and 3500 desks in hard plastic (Virgin) in accordance with SUBEB standard
5 LOT ‘005 3rd Qtr 2024 Manufacture and supply of 3600 customized PRIMARY chairs and 3600 desks in hard plastic (Virgin) in accordance with SUBEB standard
6 LOT ‘006 4th Qtr 2024 Manufacture and supply of 3550 customized JSS chairs and 3550 desks in hard plastic (Virgin) in accordance with SUBEB standard
7 LOT ‘007 1st Qtr 2024 Manufacture and supply of 693 customized PRIMARY chairs and 693 desks in hard plastic (Virgin) in accordance with SUBEB standard
2nd Qtr 2024 Manufacture and supply of 943 customized PRIMARY chairs and 943 desks in hard plastic (Virgin) in accordance with SUBEB standard
3rd Qtr 2024 Manufacture and supply of 844 customized PRIMARY chairs and 844 desks in hard plastic (Virgin) in accordance with SUBEB standard
4th Qtr 2024 Manufacture and supply of 893 customized JSS chairs and 893 desks in hard plastic (Virgin) in accordance with SUBEB standard

COLLECTION OF BIDDING documents at the Department of Physical and Engineering Services between the hours of 10:00 am and 4:00 pm, on each working day.

1. Bidders will be conducted through the NCB bidding procedure
2. Interested eligible bidders may obtain further information from the Procurement Officer and inspect the bidding documents at the office of the Director, Department of Physical and Engineering Services at the address given below between the hours of 11:00 am – 4:00 pm each working day.

3. Bidders must come with photocopies of SUBEB receipt for Tender Fee, proof of Pre-Qualification for the collection of tender documents.
TENDER FEE: N100,000.00
ACCOUNT NAME: PLATEAU SUBEB
ACCOUNT NUMBER: 2003739098
BANK: FCMB, British America Junction, Jos.

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

FEDERAL UNIVERSITY OF TECHNOLOGY, OWERRI-INVITATION TO TENDER FOR YEAR 2024 TETFUND INTERVENTION FOR ICT SUPPORT

FEDERAL UNIVERSITY OF TECHNOLOGY
P.M.B. 1526, OWERRI
INVITATION TO TENDER FOR YEAR 2024 TETFUND INTERVENTION FOR ICT SUPPORT

1. INTRODUCTION
The Federal University of Technology, Owerri in compliance with the requirements of the Public Procurement Act (PPA) 2007 invites selected, qualified and competent Contractors with proven experience and good track record of performance to submit bids for its Year 2024 TETFUND Intervention for ICT Support Projects as listed below:

S/N PROJECT DESCRIPTION CATEGORY
LOT 1 PROCUREMENT AND SUPPLY OF NETWORKING ITEMS GOODS
LOT 2 HARDWARE PROCUREMENT AND SUPPLY GOODS

2. ELIGIBILITY REQUIREMENTS
To be eligible, potential bidders should submit all the under-listed documents and must be arranged in the following order and numbered.
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1 or CAC 2 and CAC 7;
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 N100m for goods/services and N200m for works;
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.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal University of Technology, Owerri 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;
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 (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates and Job Completion Certificates and Photographs of the projects;
l. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
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 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.
o. Letter of Authorization as a representative of the Original Equipment Manufacturer (OEMs): (For Lot 2 only)
p. Evidence of Firm’s Accreditation by Computer Professional Registration of Nigeria (CPN) and National Information Technology Development Agency (NITDA);
q. Evidence of at least 3 ICDL Certified Trainers with certificates

Note: Technical Bid Documents should be bound with a table of contents in order of listing above.

3. COLLECTION OF BID DOCUMENTS
Interested Companies are to collect the Standard Bidding documents (SBD) from the Assistant Chief Procurement Officer, Room 203, First floor, Senate Building, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten thousand Naira) per Lot, paid into Federal University of Technology Owerri’s “Tender Fees” remita account in any reputable Commercial Bank in Nigeria.

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

OFFICE OF THE AUDITOR GENERAL FOR THE FEDERATION-INVITATION FOR BIDDING FOR THE EXECUTION OF VARIOUS PROJECTS

OFFICE OF THE AUDITOR GENERAL FOR THE FEDERATION
HEADQUARTERS, [AUDIT HOUSE] CENTRAL BUSINESS DISTRICT, ABUJA
INVITATION FOR BIDDING

1. INTRODUCTION
The Office of the Auditor General for the Federation (OAuGF), in furtherance of its statutory mandate intends to procure Works, Goods and Services under the 2025 Financial Year in accordance with the Public Procurement Act 2007.

The Office of the Auditor General for the Federation by this publication hereby invites interested/competent Contractors/Suppliers and Accounting Firms to submit quotations for the supply of goods, works and expression of interest stated under the Scope of Work.

2. SCOPE OF WORK
The scope of work to be carried out includes the following:

Lot No. PROJECTS DESCRIPTION Qty LOCATION
CATEGORY A
A1 Supply of Office Stationeries Lot Audit House
A2 Supply of Office Computer Consumables II II
A3 Purchase of Computers II II
A4 Purchase of Desktop and Laptops II II
A5 Purchase of Multifunction Printers II II
A6 Purchase of Computer Printers for Headquarters and States II Audit House
CATEGORY B
B1 Purchase of Air Conditioners II II
B2 Development of E-Library & Acquisition of Furniture II II
B3 Purchase of Office Furniture and Fittings II II
B4 Furnishing of Head Office and State Offices II II
B5 Creation of Training Room & Purchase of Projector for the Audit House II II
B6 Creation of Work Station II II
CATEGORY C
C1 Forensic Laboratory to Conduct Forensic and Investigate Audit Lot Audit House
C2 Computer Software Acquisition: Audit Firm Registration, Renewal Portal and Registry Management II II
C3 Electronic Document Management System (EDMS) in OAUGF II II
C4 Installation of Intercom Communication System II Audit House
CATEGORY D
D1 Provision Solar Power and Inverter Installation II II
D2 Rehabilitation and Repairs of Audit House, Abuja II II
CATEGORY E
E1 Purchase of Audit Operational Vehicles II II
E2 Purchase of Vehicles: Buses II II
CATEGORY F (Expression of Interest)
F1 Financial Consulting A Lot Audit House
F2 Financial Consulting B
F3 Financial Consulting C
F4 Training and Capacity Building on Advanced Leadership, Change Management and Data-Driven Decision Making II II

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

FEDERAL GOVERNMENT COLLEGE, ODI, BAYELSA STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, ODI, BAYELSA STATE
INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

1. INTRODUCTION:
The Federal Government of Nigeria has allocated funds to the FEDERAL GOVERNMENT COLLEGE, ODI, BAYELSA STATE in the 2025 Appropriation Act, for the execution of policies, programmes and projects towards achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence and experiences to submit tenders for the execution of the following project:

2. SCOPE OF WORK:
LOT – PROJECT TITLE — LOCATION
W1 – COMPLETION OF ABANDONED SPORTS COMPLEX —- FGC ODI
W2 – RENOVATION OF COLLEGE CLINIC AND INSTALLATION OF EQUIPMENT —- FGC ODI
W3 – CONSTRUCTION OF SPORTS FACILITIES (BASKETBALL AND VOLLEYBALL COURTS) –FGC ODI

3. ELIGIBILITY REQUIREMENTS:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC 2 and CAC 7;
b. Evidence of Company’s incomes Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025, with minimum average turnover of N300m;
c. Evidence of Pencom Clearance Certificate valid 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 N300m and above);
e. Evidence of 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 valid Certificate issued by BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Government College, Odi, Bayelsa State or the Bureau of Public Procurement is a former or present Director, Shareholders 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 institutions or third party that is classified as doubtful, non-performance, bad or whose repayment 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;
k. List of Plants/Equipment with proof of ownership/Lease Agreement;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
m. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided indicating Lead partner among others (Corporate Affairs Commission, Tax Clearance Certificate, Pencom Clearance Certificate, ITF Clearance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner); and

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

FEDERAL GOVERNMENT GIRLS COLLEGE TAMBUWAL, SOKOTO STATE-INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT GIRLS COLLEGE TAMBUWAL, SOKOTO STATE
INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Government Girls College Tambuwal, Sokoto State in the year 2025 appropriation for the execution of projects 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 Projects:

2. SCOPE OF WORKS
LOT No | PROJECT TITLE | LOCATION
G1 | PURCHASE OF HIACE BUS | FGGC, TAMBUWAL
W1 | CONSTRUCTION OF 2 UNIT OF 2 BEDROOM STAFF QUARTERS | FGGC, TAMBUWAL
W2 | COMPLETION OF FEMALE HOSTEL | FGGC, TAMBUWAL
W3 | COMPLETION OF STAFF ROOMS | FGGC, TAMBUWAL

3. 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 31st December, 2025; with minimum average turnover of N200 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 Government Girls College, Tambuwal on 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 with proof of Ownership/Lease Agreement.
m. For Vehicle, the Company must provide OEM (Original Equipment Manufacturer) Certificate.

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.

4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Principal FGGC, Tambuwal with the evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Federal Government College Remitta account in any commercial bank in Nigeria.

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

EKITI STATE UNIVERSAL BASIC EDUCATION BOARD-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

EKITI STATE UNIVERSAL BASIC EDUCATION BOARD
SUBEB BUILDING, STATE SECRETARIAT COMPLEX,
PMB 5321, ADO-EKITI, EKITI STATE
INVITATION TO TENDER

1.0 INTRODUCTION

Ekiti State Universal Basic Education Board (EKSUBEB) has been given approval by the Universal Basic Education Commission (UBEC) to commence the implementation of UBEC/SUBEB 2024 projects under the Universal Basic Education Intervention Fund Programme. In view of this, the Ekiti State Universal Basic Education Board hereby invites experienced and reputable contractors to tender for the various construction and renovation works as well as the procurement of the underlisted items under the first to fourth (1st-4th) quarters of the 2024 UBEC/SUBEB Intervention projects in Public Primary and Junior Secondary Schools.

2.0 SCOPE OF WORK

2.1 CONSTRUCTION WORKS LOT 1 – Construction of a block of two (2) classrooms
LOT 2 – Construction of a block of four (4) classrooms
LOT 3 – Construction of a block of twelve (12) classrooms
LOT 4 – Construction of a perimeter fence
LOT 5 – Construction of Water System Toilets

2.2 RENOVATION WORKS LOT 6 – Renovation of a block of two (2) classrooms
LOT 7 – Renovation of a block of two (2) classrooms with stores/offices
LOT 8 – Renovation of a block of three (3) classrooms
LOT 9 – Renovation of a block of three (3) classrooms with offices
LOT 10 – Renovation of a block of four (4) classrooms
LOT 11 – Renovation of a block of four (4) classrooms with offices
LOT 12 – Renovation of a block of five (5) classrooms
LOT 13 – Renovation of a block of six (6) classrooms with offices (storey building)
LOT 14 – Renovation of a block of six (6) classrooms with stores
LOT 15 – Completion of a block of three (3) classrooms with offices
LOT 16 – Completion of a block of six (6) classrooms (storey building)

2.3 WATER SUPPLY AND SANITATION LOT 17 – Drilling of Boreholes with Generators, Overhead Tanks and Fetching Stand

2.4 PROCUREMENT OF FURNITURE ITEMS LOT 18 – Procurement of plastic Nursery Furniture to ECCDE Centers
LOT 19 – Procurement of plastic Pupils’ Furniture to Public Primary and Junior Secondary Schools
LOT 20 – Procurement of Teachers’ Tables and Chairs

3.0 REQUIREMENTS FOR TENDER Interested contractors must submit with their tenders the following documents:

3.1 Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including Forms CAC 02 and 07;
3.2 Evidence of Certificate of Registration with Ekiti State Bureau of Public procurement expiring Friday, 31st October, 2025; visit https://portal.bpp.ekitistate.gov.ng for requirements and online registration;
3.3 Evidence of Certificate of Registration with Ekiti State Local Content;
3.4 Evidence of Company’s Income Tax Clearance Certificate for (3) years (2022, 2023 and 2024);
3.5 Evidence of payment of Three years Development levies for 2022, 2023 and 2024;
3.6 Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
3.7 Evidence of current Nigeria Social Insurance Trust Fund (NSITF) compliance certificate valid till 31st December, 2025;
3.8 Evidence of registration with Ekiti SUBEB;
3.9 Evidence of current Pension Compliance Certificate valid till 31st December, 2025;
3.10 Company’s Audited Accounts for three years (2022, 2023 and 2024);
3.11 Evidence of financial capability to execute the project including reference letter from a reputable commercial bank and willingness to provide credit facilities for the execution of the project when needed;
3.12 Evidence of relevant previous work/project satisfactorily executed and this include: Award letters and completion certificates as evidence of executing the projects as well as list of similar jobs handled in the past in terms of scope, size, structure and complexity;
3.13 Company profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of the Academic/Professional Qualifications (ARCON, QSRBN, CORBON, COREN, etc);
3.14 All documents for submission must be transmitted with a Covering/Forwarding letter under the company/firm letter head paper. Each would-be bidder is expected to pay a non-refundable tender fee of N10, 000 for each of the lots.

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