Background Image

INTERNATIONAL LABOUR ORGANIZATION (ILO) –REQUEST FOR QUOTATION FOR PRINTING AND STATIONARIES SUPPLY SERVICES – ABUJA – 27TH TO 30TH JANUARY 2026 

INTERNATIONAL LABOUR ORGANIZATION (ILO) 

RFQ – PRINTING AND STATIONARIES SUPPLY SERVICES – ABUJA – 27TH TO 30TH JANUARY 2026

REQUEST FOR QUOTATION

REFERENCE:RFX_4102_ROAF

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:22-JAN-2026

DEADLINE ON:26-JAN-2026 12:00 (GMT 1.00)

Description

Dear Bidder (Abuja Vendor of Office Stationery and Consumables), The International Labour Office (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area. The ILO must receive your offer no later than the deadline specified at the ILO e-Sourcing Platform

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

INTERNATIONAL LABOUR ORGANIZATION (ILO) –REQUEST FOR QUOTATION FOR PRINTING AND STATIONARIES SUPPLY SERVICES – ABUJA – 27TH TO 30TH JANUARY 2026 

INTERNATIONAL LABOUR ORGANIZATION (ILO) 

RFQ – PRINTING AND STATIONARIES SUPPLY SERVICES – ABUJA – 27TH TO 30TH JANUARY 2026

REQUEST FOR QUOTATION

REFERENCE:RFX_4102_ROAF

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:22-JAN-2026

DEADLINE ON:26-JAN-2026 12:00 (GMT 1.00)

Description

Dear Bidder (Abuja Vendor of Office Stationery and Consumables), The International Labour Office (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area. The ILO must receive your offer no later than the deadline specified at the ILO e-Sourcing Platform (Jaggaer).

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

NATIONAL HEALTH INSURANCE AUTHORITY, ABUJA-INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI) FOR THE CONDUCT OF VARIOUS RESEARCHES TO SCALE UP HEALTH INSURANCE COVERAGE IN NIGERIA

NATIONAL HEALTH INSURANCE AUTHORITY
CORPORATE HEADQUARTERS, ABUJA
PROCUREMENT DEPARTMENT
INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI) FOR THE CONDUCT OF VARIOUS RESEARCHES TO SCALE UP HEALTH INSURANCE COVERAGE IN NIGERIA

INTRODUCTION
The National Health Insurance Authority (NHIA), is a regulatory and implementing Agency of Health Insurance in Nigeria. Pursuant to its statutory mandate and in compliance with the provisions of the Public Procurement Act 2007 (PPA 2007), the NHIA under its 2025 budget hereby invites qualified, competent and reputable Consultant/Firms to submit Expression of Interest (EoI) necessary for consideration for the Conduct of various Researches to Scale-Up Coverage in Nigeria.

Universal Health Coverage (UHC) is a global health priority anchored in the Sustainable Development Goal (SDG). SDG target 3.8 aims to ensure financial risk protection and access to quality essential health care services for all. Health financing is critical for achieving universal health coverage by raising adequate funds for health in ways that ensures people can use needed services and are protected from financial risk.

Nigeria’s healthcare system faces significant challenges due to inadequate investment and financing, resulting in physical and financial barriers that hinder optimal access to healthcare services.

In line with the mandate of the NHIA as enshrined in the NHIA Act, 2022 the Authority is empowered to regulate, integrate and promote health insurance in Nigeria with the ultimate aim of bringing millions of Nigerians out of health poverty. To actualize this, the Authority has developed a strategic policy direction anchored on four pillars:
1. Expanding Coverage
2. Improving Equity
3. Improving Quality
4. Improving Market Efficiency

The enablers for the attainment of these policy directions are
1. Enhancing Citizen Centered Engagement
2. Use of data and technology to improve equity and quality of care
3. Optimize Organizational Health and Structure

2. SCOPE OF SERVICE
Research Priorities – Research thematic areas and related research focus areas were identified by the NHIA. The research thematic and focus areas were identified as a national priority developed through a consultative process and review of existing literature.

The research areas are considered important to provide directions for future research toward solving major problems hindering meaningful actualization of UHC in the country. The research thematic areas are indicated below.

Lot 1: Expanding Coverage: The research should focus on resource mobilization, pooling as well as strategic purchasing of health care services
Lot 2: Improving Quality of Care: The research should focus on modalities of improving and incentivizing quality of care in the health insurance ecosystem.
Lot 3: Improving Equity in health insurance: The research should focus on identifying strategies to improve effective public subsidies in health insurance and social inclusion
Lot 4: Improving Market Efficiency: Research should focus on enhancing the sustainability and viability of the health insurance market in Nigeria.

HUSSAINI ADAMU, FEDERAL POLYTECHNIC, KAZAURE, JIGAWA STATE-PREQUALIFICATION, INVITATION TO TENDER FOR THE YEAR 2025 TETFUND ICT INTERVENTION, TETFUND 2025 PROJECT MAINTENANCE INTERVENTION AND TETFUND 2025 CAREER CENTRE PROJECTS

HUSSAINI ADAMU, FEDERAL POLYTECHNIC, KAZAURE
P.M.B 5004, KAZAURE, JIGAWA STATE
(PROCUREMENT DEPARTMENT)
PREQUALIFICATION, INVITATION TO TENDER FOR THE YEAR 2025
TETFUND ICT INTERVENTION, TETFUND 2025 PROJECT MAINTENANCE INTERVENTION AND TETFUND 2025 CAREER CENTRE PROJECTS

1. INTRODUCTION
Hussaini Adamu Federal Polytechnic, Kazaure is advertising for Prequalification, Invitation to Tender for Year 2025 Tetfund ICT Intervention, Tetfund Career Centre Intervention Project and Insurance of Buildings (Tetfund Project Maintenance Intervention Projects). In compliance with the requirement of the Public procurement Act, (PPA) 2007 and other extent government regulations, the Institution is therefore requesting for Technical and Financial Bids from contractors and suppliers for the following Projects.

2. SCOPE OF WORK
Category M: Invitation to Tender for Year 2025 Tetfund ICT and Career Centre Intervention Projects
Lot- M1 Procurement Installation Testing and Commissioning of ICT Equipment and Capacity Building Training for ICT Staff
Lot- M2 Procurement Installation Testing & Commissioning of Career Centre Program Equipment and Staff Training
Category R: Expression of Interest for year 2025 Maintenance Intervention (Insurance of Physical Infrastructures only)
Lot- R1 Insurance of Some physical infrastructures (Buildings)

3. ELIGIBILITY REQUIREMENTS
Interested Bidders must meet the following requirements
a. Evidence of Certificate of Incorporation with the Corporate affairs Commission (CAC) including Form CAC2 and CAC7 or alternative approved documents;
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years – valid till 31st December, 2025, with a Minimum Average Annual Turnover of N20 million;
c. Evidence of current Pension Compliance Certificate valid till 31st December,2025;
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
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 as the case applied by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
g. Evidence of firm’s registration with relevant professional body e.g NAICOM/for Insurance and NITDA/CPN/for Information Technology. For Training Programme: Evidence of Firm’s current Registration with the Centre for Management Development (CMD) for category M, which include sta ftraining.
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Hussaini Adamu Federal Polytechnic, Kazaure 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;
i. Company’s Audited Accounts for the last three (3) years – (2022, 2023, 2024);
j. Evidence of financial capability to execute the project including Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
k. Evidence of current practice license of the Company with relevant Professional Bodies
l. Company Profile with the Curriculum Vitae of four (4) Key staff, including copies of their Academic and Professional qualifications: e.g CSN, NCRIB The Nigeria Council of Registered Insurance Brokers as it applies to other projects and similar in the relevant project
m. Evidence of Registration with Original Equipment Manufacturers (OEM) for supply projects.
n. Verifiable 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 in the listed order;
o. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (all the eligibility requirements are compulsory for each JV partner);
p. All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firms Letter-Head paper being amongst others Registration Number RC Issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably Mobile 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 Company/firm.

4. SUBMISSION OF EOI DOCUMENT FOR INSURANCE SERVICE
Interested firms(for Category R) are to submit two (2) bound copies of expression of interest (EoI) document separated by dividers, all pages numbered arranged as indicated above. The document should be submitted in a sealed envelope and addressed to (Procurement Department, Ground floor, Hussaini Adamu Federal Polytechnic Kazaure Jigawa State) and clearly marked as (expression of interest for the insurance Physical Infrastructure (Buildings) stating the LOT number and the title of the project. All submission are to be registered before submission. Furthermore, the reverse of each sealed enveloped should have the name and address of the bidder and drop in the designated tender Box located at Ground Floor Procurement Department not later than 26/01/2026 by 1:30 pm. The technical bids for expression of interest will be opened immediately same date after the deadline for submission in the Polytechnic’s Council Chamber, Ground Floor of the Administrative Building and only shortlisted companies will be invited to collect Request for Proposal (RFP).

5. COLLECTION OF TENDER DOCUMENTS
Interested companies (category M) are to collect the Standard Bidding Documents (SBD) from the Procurement Department Hussaini Adamu Federal Polytechnic, Kazaure, Ground Floor, Administrative Building with an evidence of payment of a non-refundable fee of N10, 000.00. Payment shall be made in favour of Hussaini Adamu Federal Polytechnic Kazaure Remita Account in any reputable commercial Bank in Nigeria.

6. SUBMISSION OF TENDER DOCUMENTS
Interested Firms are to submit two (2) bound Tender documents containing two (2) hard copies each of the Technical and Financial Bids, packaged in a sealed envelope. Both envelopes must be clearly marked as “Technical Bid” and “Financial Bid” respectively, the two sealed envelopes should be enclosed in Bigger Sealed envelope addressed to the Acting Rector, Hussaini Adamu,Federal Polytechnic Kazaure clearly marked Technical and Financial Bids and Tender document for the particular lot and category applied for and address of the Bidder Boldly written on the other side and dropped in the designated Tender Box at the Procurement Department Hussaini Adamu Federal Polytechnic, Kazaure in the Administrative Building on or before 1:30pm on 26/01/2026. Please ensure that you sign the bid submission register and collect receipt of submission immediately. Note that the Institution will not be held liable for any misplaced or wrongly submitted bid.

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

FEDERAL TEACHING HOSPITAL, GOMBE-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

FEDERAL TEACHING HOSPITAL, GOMBE
INVITATION TO TENDER

1. INTRODUCTION
1.1 The Federal Teaching Hospital Gombe, a Tertiary Health Institution located along Ashaka Road Gombe, Gombe State wishes to execute Projects under 2025 Capital Budget
1.2 The Hospital therefore, invites experience and competent contractors/suppliers/consultants to submit bids for execution of the under listed Works Goods and services:

2. SCOPE OF WORKS/GOODS AND SERVICES

LOT No. DESCRIPTION
LOT 1 Establishment Of Cancer Centre
lot 2 Construction Of Extension And Furnishing Of Sickle Cell Clinic Phase II
lot 3 Completion Of Ear, Nose And Throat (ent) Complex (phase II) In Federal Teaching Hospital, Gombe
lot 4 Construction, Furnishing And Equipping Of Medical And Surgical Emergency Complexes Phase I
lot 5 Provision of Modern Radio-diagnostics Centre
lot 6 Completion of Infrastructure And Furnishing Of College Of Nursing Complex
lot 7 Construction of Internal Road Roads And Drainage In Selected Hospital Areas
GOOD
lot 15 Procurement Of Toyota Hiace Mini Ambulance And Operational Vehicles
lot 16 Supply And Installation of Solar Street Lights In Aleiro/Wandu/Jega Federal Constituency, Kebbi State
lot 17 Supply And Installation of Solar Streetlights In Jakusko Lga In Bade/Jakusko Federal Constituency, Yobe State
lot 18 Supply And Installation of Solar Streetlights In Various Locations In Bade/Jakusko Federal Constituency, Yobe State
lot 19 Procurement And Distribution of Food Items In Yamaltu-deba Federal Constituency, Gombe State
SERVICES
lot 20 Consultancy Service for the Provision of Modern Radio diagnostics Centre
lot 21 Consultancy Services for the Establishment of Cancer Centre
Lot 22 Consultancy Service For The Construction ,furnishing And Equipping Of Medical And Surgical Emmergency Complexes
Lot 23 Provision of Medical Outreach And Free Medical Support For Less Privileged People In Balanga/billiri Federal Constituency, Gombe State

3. ELIGIBILITY REQUIREMENTS

a. Evidence of Incorporation with the Corporate Affairs Commission (CAC) Including Form CAC2 and CAC7;
b. Evidence of Company Income’s Tax Clearance Certificate for the Last 3 Years valid till 31st December, 2025;

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

FEDERAL POLYTECHNIC NEKEDE, IMO STATE-INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION

FEDERAL POLYTECHNIC
NEKEDE, IMO STATE
INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION

1.0 BACKGROUND
1.1 Federal Polytechnic, Nekede, Imo State is a beneficiary of the Year 2025 TETFund Special Intervention Project of Tertiary Education Trust Fund (TETFund).
1.2 Accordingly, and in line with the provisions of the Public Procurement Act 2007, the Polytechnic hereby invites interested and reputable Contractors/Suppliers with relevant experience and track record to submit Technical Bid for the projects listed below:

1. SCOPE OF WORKS
I. Supply and Installation of Teaching, Learning Equipment and Consumables

2. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC, or CAC and CAC;
b. Evidence of Company’s income tax clearance for the last three (3) years valid till December 31st, 2024 with minimum average annual turnover of ₦1B
c. Evidence of Pension Clearance Certificate for the last three (3) years (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 December 31st, 2025 (this requirement is only applicable to staff whose number is staff is 5 and above or the bidder’s annual turnover is ₦50Million and above.);
e. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31st, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring om 31/12/2024 or valid certificate issued by BPP;
g. Sworn affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Nekede or 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 provided 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 any bank, other financial institutions or third party as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
– that the company does not have existing loan or financial liability with any bank, other financial institutions or third party as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
h. Letter of authorization as the representative of the Original Equipment Manufacturer (OEM);
i. Company’s Audited Account for the last three (3) years – 2022, 2023 & 2024;
j. Reference letter from a reputable bank in Nigeria including willingness to provide credit facility for the execution of the project when needed;
k. Company’s profile with Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/Professional such as COREN, QSRBN, ARCON, CORBON, etc;
l. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature and complexity), executed in the last five (5) years including Letters of Award, Valuation Certificate, Job Completion Certificates and Photographs of the Projects;
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 and sworn Affidavit are compulsory for each JV Partner);

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 Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Firm.

YABA COLLEGE OF TECHNOLOGY YABA, LAGOS STATE-INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION

YABA COLLEGE OF TECHNOLOGY
YABA, LAGOS STATE.
INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION

1.0 BACKGROUND
1.1 Yaba College of Technology, Yaba, Lagos State is a beneficiary of the Year 2025 TETFund Special Intervention Project of Tertiary Education Trust Fund (TETFund).
1.2 Accordingly, and in line with the provisions of the Public Procurement Act 2007, the Institution hereby invites interested and reputable Contractors/Suppliers with relevant experience and track record to submit Technical Bid for the projects listed below:

1. SCOPE OF WORKS
1. Supply and installation of equipment for ICT Centre

2. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC, or CAC and CAC;
b. Evidence of Company’s income tax clearance for the last three (3) years valid till December 31st, 2024 with minimum average annual turnover of N1B
c. Evidence of Pension Clearance Certificate for the last three (3) years (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 December 31st, 2025 (this requirement is only applicable to staff whose number is staff is 5 and above or the bidder’s annual turnover is N50Million and above.);
e. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31st, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring om 31/12/2024 or valid certificate issued by BPP;
g. Sworn affidavit:
– disclosing whether or not any officer of the relevant committees of the Yaba College of Technology, Yaba or 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 provided 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 any bank, other financial institutions or third party as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
h. Letter of authorization as the representative of the Original Equipment Manufacturer (OEM);
i. Company’s Audited Account for the last three (3) years – 2022, 2023 & 2024;
j. Reference letter from a reputable bank in Nigeria including willingness to provide credit facility for the execution of the project when needed;
k. Company’s profile with Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/Professional such as COREN, QSRBN, ARCON, CORBON, etc;
l. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature and complexity), executed in the last five (5) years including Letters of Award, Valuation Certificate, Job Completion Certificates and Photographs of the Projects;
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 and sworn Affidavit are compulsory for each JV Partner);

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 Directors of the Company at the bottom of the page, duly signed by the authorized officer of the Firm.

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

SOLID MINERALS DEVELOPMENT FUND, ABUJA-REQUEST FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

SMDF
SOLID MINERALS DEVELOPMENT FUND
NO.16 YEDSERAM STREET, OPP.SASCON SCHOOLS MAITAMA, ABUJA
REQUEST FOR EXPRESSION OF INTEREST

The Solid Minerals Development Fund (SMDF) hereby invites interested, competent and reputable Consultants to submit Expression of Interest (EoI) for the following consultancy services:

LOT1. Exploration, Geological Mapping/Sampling and Laboratory in Tahu,Plateau State
LOT2. Exploration and Resource estimate for Gold in Gunu, Niger State environment.
LOT3. Public Enlightment Campaign and Stake Holder Engagement on Host Communities Rights and Mining safety protocols in the Six geopolitical zones in Nigeria.

1. Guiding Criteria for Selection:
The selection of the Consultants will be in accordance with the procedures set out in Guidelines published by Bureau of Public Procurement for selection of Consultants.

2. Eligibility/Criteria and Expected Contents of the Expression of Interest (EoI):
Prospective applicants are requested to submit their Expression of Interest (EoI) that demonstrate capability and capacity to undertake the assignments, detailing the following information as basis in which Expression of Interest (EoI) will be evaluated and reviewed accordingly.

3. ELIGIBILITY REQUIREMENTS
All respondents are required to provide the following documents/information in line with Section 16(6) of the Public Procurement Act, 2007, as a basis qualification:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
b. Evidence of Firm’s Tax Clearance Certificate for the last three (3) years valid till 31st December 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December 2025 (applicable where a number of staff is at least 15);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 (applicable where number of staff is at least 5 or at least N50m turnover);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025

DELTA STATE TENDERS BOARD SECRETARIAT-INVITATION TO TENDER FOR COMPLETION OF THE CONSTRUCTION OF OLIKILI LAYOUT ROADS, COMPRISING MIKE ARINZE STREET/EZEWEANI WAY/TONY BAKASSI STREET/TRUST IN GOD LANE/EMEKA OBIOKOLO STREET, WITH A SPUR TO TWO CLOSES, OFF IBUSA ROAD, ASABA, OSHIMILI SOUTH LOCAL GOVERNMENT AREA.

DELTA STATE TENDERS BOARD SECRETARIAT
C/O OFFICE OF THE DEPUTY GOVERNOR
P.M.B. 1017, ASABA
DELTA STATE OF NIGERIA

INVITATION TO TENDER

1. Tenders are hereby invited from suitably qualified companies to execute the project stated below: DELTA STATE CAPITAL TERRITORY DEVELOPMENT AGENCY Completion of the Construction of Olikili Layout Roads, Comprising Mike Arinze Street/Ezeweani Way/Tony Bakassi Street/Trust in God Lane/Emeka Obiokolo Street, with a Spur to Two Closes, Off Ibusa Road, Asaba, Oshimili South Local Government Area.

2. Tender Application Forms and Documents are to be collected from the Office of the Secretary, State Tenders Board, Deputy Governor’s Office, Asaba, upon non-refundable payments of the prescribed fee as contained in 3(v) and 3(xiii).

3. Tenders must be accompanied by the following: i) Evidence of Registration as a contractor with Delta State Government; ii) Evidence of Registration with the Corporate Affairs Commission; iii) Evidence of Valid Tax Clearance Certificate; iv) Verifiable contact address of Business Office(s) premises, Utilities Bill etc; v) Evidence of payment of Tender fee of N1,000,000.00 for the project; vi) Evidence of Professional/Technical Qualifications; vii) Evidence of financial capability; viii) Evidence of previous jobs successfully executed; ix) Evidence of DSIR Card; x) Evidence of Registration with the DSCHC xi) Memorandum/Articles of Association; xii) Statutory Returns including Audited Accounts for last 3 years; and xiii) Evidence of payment of N500,000.00 for the project in Bank Draft in favour of State Tenders Board, Asaba for processing of the tender documents.

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

ANAMBRA STATE POLYTECHNIC-INVITATION FOR TENDER FOR YEAR 2025 TETFUND LIBRARY DEVELOPMENT, YEAR 2025 ZONAL INTERVENTION, YEAR 2025 TETFUND CAREER SERVICE CENTRE AND YEAR 2025 TETFUND PROJECT FOR ICT SUPPORT INTERVENTION RESPECTIVELY

ANAMBRA STATE POLYTECHNIC
P. M. B. 002, MGBAKWU, ANAMBRA STATE, NIGERIA
INVITATION FOR TENDER FOR YEAR 2025 TETFUND LIBRARY DEVELOPMENT, YEAR 2025 ZONAL INTERVENTION, YEAR 2025 TETFUND CAREER SERVICE CENTRE AND YEAR 2025 TETFUND PROJECT FOR ICT SUPPORT INTERVENTION RESPECTIVELY

1.0 INTRODUCTION:
The Anambra State Polytechnic, Mgbakwu, in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations ,the Polytechnic intends to undertake the Procurement of Goods and Works for the YEAR 2025 TETFUND LIBRARY DEVELOPMENT INTERVENTION ,YEAR 2025 ZONAL INTERVENTION,YEAR 2025 TETFUND CAREER SERVICE CENTRE INTERVENTION AND 2025 TETFUND PROJECT FOR ICT SUPPORT INTERVENTION Respectively ,following the approval of the reprioritized project and allocation of funds, Competent and experienced Contractors/Firms with track record of prompt delivery of similar projects are hereby invited to submit bids for the under-listed projects:

2.0 SCOPE OF GOODS AND WORKS:
CATEGORY A. LIBRARY DEVELOPMENT INTERVENTION
Lot 1: Proposed Procurement of Assorted Books, Reference Books and Dictionary
Lot 2: Proposed Procurement of Library Equipment and Furniture items

CATEGORY B. ZONAL INTERVENTION
Lot 1: Proposed Procurement and Installation of Solar Back up System
Lot 2: Proposed Construction of 2nr Storage Facilities

CATEGORY C. CAREER SERVICE CENTER INTERVENTION
Lot1: Proposed Procurement, Installation and Configuration of ICT/Solar Powered Equipment
Lot 2: Proposed Career Centre Programmes and Staff Training

CATEGORY D: ICT SUPPORT INTERVENTION
Lot1: Proposed Procurement, Installation and Commissioning of Computer Hardware/Maintenance Equipment, Content Recording Studio Equipment and Staff Capacity Building/Sensitization of Hardware and Software Solution for Blended Learning.

The Scope of project above shall be detailed in the bidding documents to be issued.

3.0 ELIGIBILITY REQUIREMENTS:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including forms CAC 2 and CAC 7.
b. Evidence of Tax Clearance Certificate for the last 3 years i.e. 2022, 2023 and 2024 valid till 31st December, 2025.
c. Evidence of Current Pension Compliance Certificate valid till 31st December, 2025.
d. Evidence of Current Industrial Training Fund (ITF) valid till 31st December, 2025.
e. Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) valid till 31st December, 2025.
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Services providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP (Bureau of Public Procurement)
g. Company’s Audited Accounts for the last three (3) years i.e.(2022, 2023, 2024)
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of Anambra State Polytechnic, Mgbakwu, Anambra 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.
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 profile with Curriculum Vitae of Technical/Management Staff and with evidence of previous work experience, detail clients, nature of work/contract, contract sum and copies of academic and professional qualification. i.e CPN, ARCON, CORBON, NTIDA 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. Goods: Letter of Authorization as representative from the Original Equipment Manufacturer
m. Works: List of Plant and Equipment with Proof of Ownership/Lease Agreement
n. For joint venture/partnership, Memorandum of Understanding (MOU) should be provided indicating the duties and responsibilities of individual firm constituting the joint venture.
o. All documents for submission must be transmitted with a covering/forwarding letter under the company/Firms 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.