UNDP SUPPLY AND INSTALLATION OF FURNITURE AND EQUIPMENT AT NPF SCHOOL CALABAR REQUEST FOR QUOTATION REFERENCE: UNDP-NGA-01290 BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA REGISTRATION LEVEL: BASIC PUBLISHED ON: 11-DEC-2025 DEADLINE ON: 24-DEC-2025 08:00 (GMT -5.00)
Description Interested suppliers must submit their offer directly in the system as instructed in the solicitation document, following the instructions in the available user guide. In case you have never registered before
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
OSUN STATE UNIVERSAL BASIC EDUCATION BOARD, (SUBEB) OSOGBO PMB 4469, GBONGAN ROAD, OSOGBO, OSUN STATE INVITATION TO TENDER FOR PRE-QUALIFICATION OF CONTRACTORS FOR THE UBEC/SUBEB 2025 UBE INTERVENTION FUND PROJECTS
1. PREAMBLE
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
RUFUS GIWA POLYTECHNIC, OWO INVITATION TO TENDER FOR TETFUND YEAR 2026 ANNUAL INTERVENTION
1. INTRODUCTION Rufus Giwa Polytechnic, Owo intends to provide some critical projects through Tertiary Education Trust Fund (TETFUND) year 2026 Annual Intervention. The proposed projects are part of the Polytechnic’s efforts at providing decent and conducive environment for learning and research.
The Management of Rufus Giwa Polytechnic, Owo in pursuant of its mandate, and in line with the requirement of Public Procurement Act 2007 (as amended), hereby invites interested competent/qualified and experienced Contractors to submit bids for the projects named below:
2. SCOPE OF WORK
LOT
Project Title
INTERVENTION
Location
H1
Construction of Building for the department of Hospitality Management Technology
2026 Annual Intervention
Rufus Giwa Polytechnic, Owo
H2
Construction of Laboratory for the department of Science Laboratory Technology
2026 Annual Intervention
Rufus Giwa Polytechnic, Owo
H3
Furnishing of Proposed Building for the department of Hospitality Management Technology
2026 Annual Intervention
Rufus Giwa Polytechnic, Owo
3. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7; b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average annual turnover of N300 million; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025; d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by BPP. g. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Rufus Giwa Polytechnic, Owo or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; – that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter; – that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings; – That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months; h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024, duly acknowledged by the Federal Inland Revenue Service (FIRS); i. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; j. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc.; k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY FEDERAL MINISTRY OF WATER RESOURCES & SANITATION DAMALE KAITA HOUSE, GUSAU ROAD, PMB 2223, SOKOTO SOKOTO STATE OF NIGERIA INVITATION TO TENDER
1.0 INTRODUCTION 1.1 Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.) in furtherance of its statutory mandate intends to undertake the Procurement of various Works, Goods and Services under the 2025 Capital Appropriation/Zonal intervention projects in accordance with Extant Provision of Section 25 of the Public Procurement Act, 2007. 1.2 The Authority therefore invites all experienced and competent Contractors, Suppliers and Consultants/Service providers with relevant experience for consideration for the execution of the following projects.
2.0 SCOPE OF WORK & GOODS The Scope of Works/Supply/Service for the projects earmarked for execution is categorized as follows:
2.1 INVITATION TO TENDER (WORKS AND GOODS) Interested Contractors/Suppliers are invited to submit bids for the following procurements.
LOT E
LOT
PROJECT DESCRIPTION
E1
Supply and installation of laboratory and science equipment in Jibwis secondary school of nursing in Gwadengwaji in Kebbi central senatorial district, Kebbi state
E2
Purchase of school furniture at Aliero town primary school in Kebbi central senatorial district, Kebbi state
E3
Purchase of school furniture at Jega model primary school in Kebbi central senatorial district, Kebbi state
E4
Purchase of school furniture at Gwandu town primary school in Kebbi central senatorial district, Kebbi state
E5
Purchase of school furniture at Nizzamiyya primary and secondary school, Aliero in Kebbi central senatorial district, Kebbi state
E6
Repair and renovation of town hall facility in Maiyama town in Kebbi central senatorial district, Kebbi state
E7
Supply of food items (maize) to indigent families in Kebbi central senatorial district, Kebbi state
E8
Supply of food items (rice) to indigent families in Kebbi central senatorial district, Kebbi state
E9
Supply of improved rice, maize and millet seeds to various farming communities in Kebbi central senatorial district, Kebbi state
E10A
Provision of solar power borehole in various locations in Sokoto North Federal Constituency, Sokoto state
E10B
Provision of solar power borehole in various locations in Sokoto South Federal Constituency, Sokoto state
E10C
Provision of solar power borehole in various locations in Sokoto North/South (A,B,C) Federal Constituency, Sokoto state
E11
Provision of hand pump borehole in Yauri/Shanga/Ngaski Federal Constituency, Kebbi state
E12
Purchase of solar powered water pumps to Kebbi central senatorial district, Kebbi state
E13
Purchase of beds and beddings to comprehensive girls secondary school in Aliero, Kebbi central senatorial district, Kebbi state
3.0 ELIGIBILITY REQUIREMENTS:
Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects under the above are required to submit the following documents in their Technical Proposals: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇. Business Name with Form BN1 is also acceptable for Services; b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2025; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above); d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by BPP. g. Certificate of Independent Tender Determination. h. Sworn Affidavit: – Disclosing whether or not any officer of the relevant committees of the Sokoto Rima River Basin Development Authority or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; – that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter; – that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings. – that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months; i. Company’s Audited Accounts for the last three (3) years–2022, 2023 & 2024, duly acknowledged by the Federal Inland Revenue Service (FIRS); j. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; k. 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.; l. 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, Job Completion Certificates from procuring entity and Photographs of the projects; m. Works: List of Plants/Equipment with proof of Ownership or Lease Agreement. Irrevocable lease letter & any lease letter above TWO (2) years from the date of submission of tender in response to this advertisement are not acceptable; n. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA); o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & 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 the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm. -Note that all documents/information required must be paginated, submitted in the Sequence/order as listed above.
4.0 COLLECTION OF TENDER DOCUMENTS. Interested Companies are to collect the Bidding Document (BD) from the Office of Head of Procurement, Sokoto Rima River Basin Development Authority, Damale Kaita House, Ground Floor, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the Sokoto Rima River Basin Development Authorities’ Remita Account in any reputable Commercial Bank in Nigeria.
5.0 SUBMISSION OF TENDER DOCUMENTS Invitation to Tender (Works and Goods) Prospective bidders are to submit bid for each of the lot desired in two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to the Managing Director, Sokoto Rima River Basin Development Authority, KM. 10 GusaU Road Sokoto State and clearly marked with the Name of the Project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and should be deposited in the Tender Box at the address in 4.0 above, not later than 12:00 noon on Monday 23rd Feb, 2026.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
No Comments
Sorry, the comment form is closed at this time.