Background Image

NIGERIA DEPOSIT INSURANCE CORPORATION-AUCTION SALE OF ASSETS OF CLOSED MICRO FINANCE BANKS BY PUBLIC AUCTION AND PUBLIC COMPETITIVE BID

NIGERIA DEPOSIT INSURANCE CORPORATION
PLOT 447/448 CONSTITUTION AVENUE, CENTRAL BUSINESS DISTRICT, ABUJA
E-mail: info@ndic.gov.ng, Website: www.ndic.gov.ng
SALE OF ASSETS OF CLOSED MICRO FINANCE BANKS BY PUBLIC AUCTION AND PUBLIC COMPETITIVE BID

The Nigeria Deposit Insurance Corporation (NDIC), in exercise of its right as Liquidator of failed Microfinance banks (MFBs), hereby invites interested members of the general public to buy the assets (furniture, fixture, fittings, equipment, generators, motor vehicles etc) of the under listed defunct MFBs by PUBLIC COMPETITIVE BIDDING/AUCTION and sealed Bids for Motor Vehicles and Generators:

S/NO BANK BANK ADDRESS STATE APPOINTED AUCTIONEERS DATE OF AUCTION NDIC CONTACT PERSON
1 AKWENGWU MICROFINANCE BANK IDANUHA QUARTERS, BEHIND OLD POLICE STATION, OGAMINANA, OKENNE KOGI J. I. Ajileye & Co. 08033114150 24/02/26 – 27/02/26 BEU (ABUJA), Plot 447/448, Constitution Avenue, Central Business District, Abuja. 08038218798
2 BIBAJINRE MICROFINANCE BANK BIDA-ABUJA ROAD, BADegGI, KACHA LOCAL GOVT NIGER M. B. Nuhu & Company. 08037250279 24/02/26 – 27/02/26 Ditto
3 FCT MICROFINANCE BANK CENTER FOR ARTS AND CULTURE AREA 10, GARKI ABUJA Oko Oroma Ventures Ltd. 07032682 583 24/02/26 – 27/02/26 Ditto
4 KOGI MICROFINANCE BANK ADANKOLO AREA, OPPOSITE KOGI TRANSMISSION STATION, OKENE-KABA ROAD, LOKOJA KOGI Ekundayo Ayodele & Partners. 08033770713 24/02/26 – 27/02/26 Ditto
5 FADAMA FARMERS MICROFINANCE BANK C/O PLATEAU AGRICULTURAL DEV. PROJECT, FADAMA, 111, PROJECT OFFICE, DOGON DUTSE, JOS PLATEAU Phil Nwachukwu & Associates .08034521261 & 08037021106 24/02/26 – 27/02/26 BAUCHI ZONAL OFFICE, No 3, Abdulkadir Ahmed Road, Bauchi. 08034664736
6 AGULERI MICROFINANCE BANK 16, IRENSEO STREET, AMAEZE, AGULERI ANAMBRA Chief J.C.I Ogbuagu & Co 08033368 554 24/02/26 – 27/02/26 ENUGU ZONAL OFFICE, No 10, Our — Enugu. 08035769858
7 DOMINION MICROFINANCE BANK EKE IHEMBOSI EKWUSIGO LGA ANAMBRA Nonye Ezeagu & Associates. 08068405002 24/02/26 – 27/02/26 Ditto
8 IFEANYICHUK WU MICROFINANCE BANK 78, OLD OKIGWE ROAD, NA QUARTERS, AGWU ENUGU Mechetex International Ltd. 08033486 551 24/02/26 – 27/02/26 Ditto
9 OGBE-AHIARA MICROFINANCE BANK ONUGOT-HSE, AFOR OGBE MARKET, OGBE AHIARA, AHIAZU MBAISE IMO Stan Okeahialam & Co. 08037960430 24/02/26 – 27/02/26 Ditto
10 UTUH MICROFINANCE BANK OYE MARKET SQUARE, UTUH, NNEWI SOUTH LGA ANAMBRA Victoria Chidi Akim & Associates. 08068910670 24/02/26 – 27/02/26 Ditto
11 ACTIVE POINT MICROFINANCE BANK 150, ORON ROAD UYO AKWA IBOM Obot Akpan & Co. 08023252 472 24/02/26 – 27/02/26 PORT HAR COURT ZONAL OFFICE. No. 104, Wojii Road, off Olu Obasanjo Road, GRA, Port Harcourt, Rivers State. 08023202134
12 CALABAR MICROFINANCE BANK 72 EGERTON STREET CALABAR CROSS RIVER Okonuga Nig. Ltd. 08028512633 & 08161399124 24/02/26 – 27/02/26 Ditto
13 COSMOPOLIT AN MICROFINANCE BANK (CHARIS PLAZA) 141, OLU OBASANJO ROAD, PORT-HARCOURT RIVERS MN&M Consult. 08064669704 24/02/26 – 27/02/26 Ditto
14 IC-GLOBAL MICROFINANCE BANK 312, EFFURUN/SAPEL E ROAD, EFFURUN-WARRI DELTA Humphrey Igberase & Co. 08064455503 24/02/26 – 27/02/26 BENIN ZONAL OFFICE No. 28A & B, Benoni Road, Off Airport Road, GRA, Benin City, Edo State. 08035727023
15 IYEDE MICROFINANCE BANK TOWN HALL SQUARE, OTOR-IYEDE, ISOKO NORTH LGA DELTA Joe Eziasli & Co. 08037204627 24/02/26 – 27/02/26 Ditto
16 SMARTMICRO FINANCE BANK 164, SAPELE ROAD, BENIN CITY EDO Silva Alele & Associates. 08037438529 24/02/26 – 27/02/26 Ditto
17 IFESOWAPO MICROFINANCE BANK SAKI ROAD, IDI-EMI, SEPETERI EAST LGA OYO Seun Adeyemi & Co. 08033599944 24/02/26 – 27/02/26 NDIC (ASSET MANAGEMENT DEPARTMENT) Garba, 08062616662. John, 08029997846. Aliyu, 08062657895
18 KJL MICROFINANCE BANK AMAZING GRACE PLAZA, ALEKUWODO, OKEFIA, OSOGBO OSUN Rapheal Omotola & Co. 08061691998 24/02/26 – 27/02/26 Ditto
19 RESORT SAVINGS & LOANS 12, BOYLE STREET, ONIKAN LAGOS LAGOS Olasunkanmi Enterprises 08023038692 24/02/26 – 27/02/26 Ditto

AUCTION PROCESS
The Public Auction for the furniture, fixtures, fittings & equipment will take place from 24ᵗʰ to 27ᵗʰ February, 2026.

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

ONDO STATE UNIVERSAL BASIC EDUCATION BOARD-INVITATION TO TENDER FOR THE 2025 UBEC/SUBEB PROJECTS – NOTICE OF EXTENSION

ONDO STATE GOVERNMENT
ONDO STATE UNIVERSAL BASIC EDUCATION BOARD
ODA ROAD, AKURE
INVITATION TO TENDER FOR THE 2025 UBEC/SUBEB PROJECTS
NOTICE OF EXTENSION

This is to notify the public that the date for the submissions of tender documents (Financial and Technical Bids) earlier scheduled to close on Thursday 12th February, 2026 by 12 noon has now been extended. The new date for the expiration of the submission of tenders is now Tuesday, 24th February, 2026 by 12 noon.

All other information contained in the advert remains relevant.

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

INTERNATIONAL FEDERATION OF RED CROSS AND RED CRESCENT SOCIETIES, ABUJA-INVITATION TO TENDER FOR THE SUPPLY OF NON FOOD ITEMS AND 2026–2030 PRE-QUALIFICATION EXERCISE FOR THE SUPPLY OF GOODS AND SERVICES

+IFRC
INTERNATIONAL FEDERATION OF RED CROSS AND RED CRESCENT SOCIETIES
ABUJA COUNTRY CLUSTER DELEGATION
PLOT 589 TOS BENSON CRESCENT, UTAKO, FCT, ABUJA, NIGERIA.

PUBLIC ADVERTISEMENT – TENDER NOTICE

A. The IFRC invites eligible companies to participate in the 2026–2030 PRE-QUALIFICATION EXERCISE FOR THE SUPPLY OF GOODS AND SERVICES, as announced in The Guardian newspaper.

PQ Launch Date Collection of PQs Deadline for seeking Enquiries Deadline for submission of documents
12th February 2026 From 12th February to 24th February 2026 24th February 2026, 16.00hrs (Nigerian Time) 24th February 2026, 16.00hrs (Nigerian Time)

To obtain the complete set of Pre-Qualification documents interested and eligible suppliers must send an email to: procurement.abujadelegation@ifrc.org and submit the documents to the same email address, Email Subject Line: PRE-QUALIFICATION OF SUPPLIERS 2026–2030 – [CATEGORY OF SPECIALIZATION]

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

NATIONAL INSTITUTE FOR LEGISLATIVE AND DEMOCRATIC STUDIES-2026 PRE-QUALIFICATION/EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NATIONAL INSTITUTE FOR LEGISLATIVE AND DEMOCRATIC STUDIES
NATIONAL ASSEMBLY
2026 PRE-QUALIFICATION/EXPRESSION OF INTEREST

The National Institute for Legislative and Democratic Studies established by the act of parliament in 2011, is an organ of the National Assembly with the core mandate to promote and reinforce the constitutionally assigned roles and functions of parliamentary institutions through research, networking and improving the capacity of the legislature and their Aides via comprehensive training, bill drafting and analysis as well as other support services. The Institute hereby invites experienced and competent Contractors to submit bids for its 2026 Pre-qualification exercise for the following goods and services.

2.0 SCOPE
LOT A1 – Supply of Operational vehicles
LOT B2 – Supply of Furniture and Fittings
LOT C3 – Supply of Office/Residential Equipment
LOT D4 – Supply of ICT Equipment & consumables
LOT E5 – Educational materials/Equipment
LOT F6 – Program Materials
LOT G7 – Consultancy Services
LOT H8 – Works

3.0 ELIGIBILITY CRITERIA
All interested companies seeking to be considered must satisfy the following eligibility and pre-qualification criteria;
a) Evidence of Incorporation with the Corporate Affairs Commission (including forms CAC 02 and 07).
b) Evidence of company income Tax clearance certificate valid till 31st December 2026;
c) Evidence of Pension Clearance Certificate valid till 31st of December 2026;
d) Evidence of current Industrial Training Fund (ITF) compliance certificate valid till 31st December 2026;
e) Evidence of current Nigerian Social Insurance Trust Fund (NSITF) compliance certificate valid till 31st December 2026;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submitting Interim Registration report (IRR) expiring on 31st December 2026 or certificate issued by BPP;
g) Immediate past three years audit accounts of the company (2023, 2024, 2025)
h) Evidence of financial capacity backed by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
i) A sworn Affidavit disclosing whether or not any officer of the relevant committee of the National Institute for Legislative and Democratic Studies (NILDS) or the Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bid and to confirm that all information presented in its bid are true and correct in all particulars;
j) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letter of awards, job completion certificates;
k) Company profile with the curriculum vitae of key staff to be deployed for the project including copies of their academic/professional qualifications.

l) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s letterhead bearing amongst others, the Registration number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone number (preferably GSM number), and email address and names of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm/company.

4.0 COLLECTION OF BID DOCUMENTS
All prospective bidders are to collect bid documents within the duration of the advertisement at: Office of the Head of Procurement, National Institute for Legislative and Democratic studies Plot 307, Cadastral Zone COO, Piwoyi District, Umaru Musa Yar’adua Express Way, Abuja.

5.0 FURTHER ENQUIRIES
Interested companies/consultants may obtain further clarification/information from the office of the Head of Procurement, National Institute for Legislative and Democratic studies Plot 307, Cadastral Zone COO, Piwoyi District, Umaru Musa Yar’adua Express Way, Abuja.

6.0 SUBMISSION OF DOCUMENTS
All applications must be in English language and should be submitted as follows;
● Two (2) copies marked Technical Bid written on the Top left-hand corner of envelop, and addressed to:

The Director General
National Institute for Legislative and Democratic studies (NILDS) Plot 307, Cadastral Zone COO, Piwoyi District, Umaru Musa Yar’adua Express Way, Abuja.

● All bids are to be submitted to the: Head of Procurement, National Institute for Legislative and Democratic studies Plot 307, Cadastral Zone COO, Piwoyi District, Umaru Musa Yar’adua Express Way, Abuja not later than 12:00 noon on or before 24th February, 2026.

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

UNIVERSITY OF LAGOS, NIGERIA-INVITATION FOR PREQUALIFICATION FOR REHABILITATION OF STUDENT’S HOSTEL FOR COLLEGE OF MEDICINE

UNIVERSITY OF LAGOS, NIGERIA
INVITATION FOR PREQUALIFICATION

1. INTRODUCTION
The University of Lagos Nigeria is a federal tertiary institution established by the University of Lagos Act, 1967 (as amended) CAP U9 Laws of the Federal Republic of Nigeria, 2004, with its main campus at Akoka, Lagos. The University is desirous of carrying out renovation of the student hostels at the College of Medicine Idi-Araba and as such, qualified suppliers are hereby invited to submit bids for the project as described.

2. DESCRIPTION OF PROJECTS
LOT | PROJECTS | CONTRACT NO
1 | REHABILITATION OF STUDENT’S HOSTEL FOR COLLEGE OF MEDICINE | UL/TETF/W/2026/01

3. ELIGIBILITY REQUIREMENTS:
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 CAC₁ and CAC₂ (or CAC₃)
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (i.e. 2022, 2023 and 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 current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025.
f. Evidence of Company’s registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31/12/2025 or 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 University of Lagos 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;
– 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 offences 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 (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. Bidder must have current documentary evidence as sole/authorised distributor / agent of the Original Equipment Manufacturers (OEM).
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 authorised officer of the firm.

Other mandatory requirements are listed as follows:
(a) Bidders shall have minimum average annual turnover of not less than N1,300,000,000.00 (One Billion, Three Hundred Thousand Naira Only) as evident in the Tax Clearance Certificate.
(b) (i) Evidence of having at least one (1) COREN Registered Civil Engineer with practicing license valid for 2026 (copy of COREN Certificate and Current practicing licence of the personnel must be attached).
(ii) Evidence of having at least one (1) COREN Registered Mechanical Engineer with practicing license valid for 2026 (copy of COREN Certificate and Current practicing licence of the personnel must be attached).
(iii) Evidence of having at least one (1) COREN Registered Electrical Engineer with practicing license valid for 2026 (copy of COREN Certificate and Current practicing licence of the personnel must be attached).
(iv) Evidence of having at least one (1) QSRBN Registered Quantity Surveyor with practicing license valid for 2026 (copy of QSRBN Certificate and Current practicing licence of the personnel must be attached).

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

LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY-EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSULTANT FOR YEAR 2026 TETFUND SPONSORED PROJECTS

LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY
FORMERLY LAGOS STATE POLYTECHNIC, IKORODU, LAGOS STATE.
EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSULTANT FOR YEAR 2026 TETFUND SPONSORED PROJECTS

1.0 BACKGROUND
The Lagos State University of Science and Technology (LASUSTECH) formerly Lagos State Polytechnic intends to execute and complete its Year 2026 TETFund Physical Infrastructure and Project Maintenance Interventions. The University is desirous of engaging the services of a Lead Consultant needed to monitor the progress of works on sites. Interested, competent and reliable Lead Consultants whose services cover Civil, Mechanical, Electrical Engineering, Quantity Surveying and Architecture are invited to submit Expression of Interest for the following:

2.0 SCOPE OF WORK
WORKS
Lot 1 – Consultancy Service for Construction of a Faculty Building and;
Lot 2 – Consultancy Service for Proposed Rehabilitation of the Centre for Entrepreneurship and Skills Development Building, Marketing Building, College of Agriculture Building and Agricultural Technology Building.

3.0 ELIGIBILITY REQUIREMENTS
Reputable and suitably qualified Lead Consultant with pre-requisite technical experience in the built sector with adequate and sufficient financial capacity to undertake consultancy services are hereby invited to respond to the expression of interest mentioned above. In addition, Prospective bidders are required to submit the following documents along with their bids:
a. Certificate of Incorporation/Registration with Corporate Affairs Commission including Form CAC1, CAC2 and CAC7;
b. Evidence of firm’s Tax Clearance Certificate (or Personal Income Taxes of the Partners where applicable) issued by Federal Inland Revenue Service (FIRS) for the last three years (2022, 2023 & 2025) valid till 31st December 2025;
c. Evidence of current Pension Compliance 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 Registration on the National Database of Federal Contractors, Consultants, and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2026 or valid Certificate issued by Bureau of Public Procurement (BPP);
g. Evidence of firm’s registration with relevant professional body(ies) such as COREN, NICE etc. with current valid licence of firm and Principal Partner;
h. Sworn Affidavit disclosing whether or not any officer of the relevant committee of Lagos State University of Science & Technology, Ikorodu 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 bidder and that no Partner or Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter and that all the required documents presented in this bid are both genuine and up to date and that the company is not under receivership, the subject of any form of winding up petition or proceedings;
i. Company’s audited accounts for the last three (3) years 2022, 2023 & 2024;
j. Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed in the letter;
k. 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, NIS.) and current Practicing Licence;

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

UNIVERSITY OF NIGERIA, NSUKKA ENUGU STATE-INVITATION TO PRE-QUALIFICATION (TECHNICAL BIDDING) PROPOSAL FOR YEAR 2025 SPECIAL FOR DISASTER RECOVERY INTERVENTION PROJECTS 2025/FX818 AT UNIVERSITY OF NIGERIA, NSUKKA

UNIVERSITY OF NIGERIA, NSUKKA
ENUGU STATE
INVITATION TO PRE-QUALIFICATION (TECHNICAL BIDDING) PROPOSAL FOR YEAR 2025 SPECIAL FOR DISASTER RECOVERY INTERVENTION PROJECTS 2025/FX818 AT UNIVERSITY OF NIGERIA, NSUKKA

1. INTRODUCTION:
University of Nigeria, Nsukka, Enugu State hereby invites interested, competent and reliable contractors to participate for prequalification in respect of the under listed project. The fund for the project shall be drawn from Year 2025 Special for Disaster Recovery Intervention Projects.

2. THE PROJECT:
S/N: DESCRIPTION TETFUND CODE
1: Rehabilitation of Eni Njoku Male Students’ Hostel, Nsukka Campus TETF/UNIV/NSUKKA/SP-DR/2025/01
2: Rehabilitation of Eyo Ita Female Students’ Hostel, Nsukka Campus TETF/UNIV/NSUKKA/SP-DR/2025/02

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 (2022, 2023 & 2024) valid till 31st December, 2025; with minimum average annual turnover of N1 Billion;
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 annual turnover is N50 million 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 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 University of Nigeria, Nsukka 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. Evidence of Financial Capability to execute the project by submission of 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 and consultancy: COREN, QSBRN, ARCON, CORBON ETC.);
k. Evidence of Registration of the firm with the relevant Professional Bodies: COREN, QSBRN, ARCON, CORBON ETC.);
l. 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;
m. List of Plants/Equipment with proof of Ownership/Lease (where applicable);
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.

4. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit Technical bid for the project, one (1) hard copy packaged in a sealed envelope and clearly marked as “Technical Bid” addressed to The Registrar and Secretary to Council, University of Nigeria, Nsukka and clearly marked with (TECHNICAL BIDDING) PROPOSAL FOR YEAR 2025 SPECIAL FOR DISASTER RECOVERY INTERVENTION PROJECTS AS APPROPRIATE (State clearly the Reference Number).

Furthermore, the reverse of the envelope should bear the name and address of the bidder and be dropped in the designated Tender Box in Room 226, Registrar’s office, University of Nigeria, Nsukka Campus not later than Four (4) weeks from the date of this publication.

5. OPENING OF TECHNICAL BIDS
The technical bids shall be opened at 1.00pm on the last day for submission (Four (4) weeks from date of this publication) at NUGA Secretariat, Nsukka Campus. Please, ensure that you sign the Bid Submission Register in Room 226, Registrar’s office, University of Nigeria, Nsukka, as the University of Nigeria, Nsukka will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the The Registrar and Secretary to Council, University of Nigeria, Nsukka.

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

UNIVERSITY OF NIGERIA, NSUKKA ENUGU STATE-INVITATION TO PRE-QUALIFICATION (TECHNICAL BIDDING) FOR PROPOSED RE-PRIORITIZED YEAR 2025 ALLOCATION FOR THE PROCUREMENT AND INSTALLATION OF EQUIPMENT FOR LABORATORY AND ENTREPRENEURSHIP DEVELOPMENT CENTRE 2025/FX550 AT UNIVERSITY OF NIGERIA, NSUKKA

UNIVERSITY OF NIGERIA, NSUKKA
ENUGU STATE
INVITATION TO PRE-QUALIFICATION (TECHNICAL BIDDING) FOR PROPOSED RE-PRIORITIZED YEAR 2025 ALLOCATION FOR THE PROCUREMENT AND INSTALLATION OF EQUIPMENT FOR LABORATORY AND ENTREPRENEURSHIP DEVELOPMENT CENTRE 2025/FX550 AT UNIVERSITY OF NIGERIA, NSUKKA

1. INTRODUCTION:
University of Nigeria, Nsukka, Enugu State hereby invites interested, competent and reliable contractors to participate for prequalification in respect of the under listed project. The fund for the project shall be drawn from Proposed Re-Prioritized Year 2025 Allocation for the Procurement and Installation of Equipment for Laboratory and Entrepreneurship Development Centre.

2. THE PROJECT:
S/N | DESCRIPTION | TETFUND CODE
1 | Procurement and Installation of Equipment for Laboratory and Entrepreneurship Development Centre | TETF/DAST&D/TSAS/UNIV/NSUKKA/2025/01

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 (2022, 2023 & 2024) valid till 31st December, 2025; with minimum average annual turnover of N1 Billion;
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 annual turnover is N50 million and above);

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

UNIVERSITY OF UYO, AKWA IBOM STATE-INVITATION FOR TENDER FOR YEAR 2024/2025 TERTIARY EDUCATION TRUST FUND (TETFUND) INTERVENTIONS

INVITATION TO TENDERS
UNIVERSITY OF UYO
NWANIBA ROAD, P.M.B 1017, UYO
AKWA IBOM STATE
www.uniuyo.edu.ng
INVITATION FOR TENDER FOR YEAR 2024/2025 TERTIARY EDUCATION TRUST FUND (TETFUND) INTERVENTIONS

1. INTRODUCTION
University of Uyo, Akwa Ibom State is a beneficiary of 2024 and 2025 special intervention projects of Tertiary Education Trust Fund (TETFund). The University hereby invite interested and reputable Contractors/Suppliers with relevant experience and track records to submit Pre-qualification documents, and Bids for the under listed project:

2. SCOPE OF WORKS, AND GOODS

CATEGORY A: WORKS
Lot.W1 Renovation/Remodeling of Innovation Hub

CATEGORY B: GOODS
Lot.G1 Supply and Installation of Equipment for Innovation Hub
Lot.G2 Procurement and Installation of Educational Equipment for Department of Medical Biochemistry
Lot.G3 Procurement and Installation of Educational Equipment for Electrical and Electronic Engineering Department
Lot.G4 Procurement and Installation of Educational Equipment for Chemical Engineering Department
Lot.G5 Procurement and Installation of Library Reference Materials-Assorted Books, Equipment and Furniture
Lot.G6 Procurement of Assorted Books
Lot.G7 Procurement of Fiber Broadband Network Extension and Repairs
Lot.G8 Procurement, Installation, Testing and Commissioning of Equipment and Programmes for Centre of Excellence
Lot.G9 Procurement, Installation, Testing and Commissioning of Faculty of Health Sciences/Clinic Laboratory Equipment.
Lot.G10 Procurement, Installation, Testing and Commissioning of Equipment for Computer and Photography Laboratory and Workshop
Lot.G11 Procurement of Utility vehicles

3. ELIGIBILITY REQUIREMENTS
Prospective Bidders should submit the following pre-qualification documents:
a. Evidence of Certificate of Incorporation Issued by the Corporate Affairs Commission (CAC) including Form CAC₁ or CAC₂ and CAC₃.
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 valid till 31st December, 2025 with minimum turnover of ₦1B (One Billion Naira) for bidders for Innovation Hubs project and ₦300M (Three Hundred Million Naira) for Bidders for Lot G8, Lot G9 and Lot G10
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staffs 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 staffs is 5 and above or the bidder’s annual turnover is ₦50m 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 University of Uyo 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 Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs) for bidders of all equipment.
l. Evidence of Current license/accreditation with National Information Technology Development (NITDA) and Computer Professionals of Nigeria (CPN) for bidders for ICT projects.
m. 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, Job Completion Certificates.
n. 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).

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