Download as pdf or txt
Download as pdf or txt
You are on page 1of 45

GERMAN COOPERATION - EXPRESSION OF INTEREST FOR SUPPORT

TO THE ENERGY NETWORK INFRASTRUCTURE MAPPING


DEADLINE: 5TH FEBRUARY, 2024
GERMAN COOPERATION
EXPRESSION OF INTEREST FOR SUPPORT TO THE ENERGY NETWORK INFRASTRUCTURE
MAPPING

The Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH; through its "Nigerian
Energy Support Programme", co-financed by the European Union and the German Federal
Ministry for Economic Cooperation and Development, invites qualified companies to express their
interest to provide the service above:

Interested companies with proven experience in gathering market intelligence are kindly requested
to express their interest for the above project by furnishing the GIZ Nigeria Country Office with
the following:

a. An official letter expressing interest on the Company Letterhead


b. Company Profile stating the number of staff employed in the last 3 years (minimum of 10 staff).
c. Reference(s) of similar projects done, with values that add up to a minimum of NGN
157,204,000.
d. Evidence of Tax payment for 2020, 2021 and 2022 (or more recent) with a minimum average
annual turnover of NGN 45,000,000.

For consideration, all interested & qualified companies should submit hard copies of the
aforementioned documents in a sealed envelope at the GIZ Nigeria Country Office reception at
No. 12 Charles de Gaulle Street, Asokoro, Abuja and kindly label as follows:

Tender Title: Supporting the energy network infrastructure mapping.


Project Name: Nigerian Energy Support Programme
Project No.: 22.2088.7-001.00
Cosoft No.: 83454007
Location: Nigeria

Interested companies should kindly send requested documents (hard copy only) no later than 5pm
on Monday 5th February 2024.

Please do not send technical or price offers, or documents not stated above. Kindly note that
complete tender documents would be sent to qualified companies that express their interest.
COMMUNITY AID CONNECT - EXPRESSIONS OF INTEREST FOR
PRINTING SERVICES
DEADLINE: 29TH JANUARY, 2024
COMMUNITY AID CONNECT
EXPRESSIONS OF INTEREST FOR PRINTING SERVICES

Community Aid Connect invites reputable printing companies to express their interest in
providing printing services for our office stationery.

Scope of Work: The selected company will be responsible for the printing of letterheads, business
cards, envelopes, and other office stationery items.

Submission Deadline: Interested companies are invited to submit their expressions of interest by
Monday, 29th January, 2024. Late submissions will not be considered.

Submission Instructions: Please submit your expression of interest, along with relevant company
details and a portfolio of previous work in hard-copy to Suite 108, First Floor, Work & Connect,
50 Ebitu Ukiwe Street, Jabi, Abuja.

Note: Submitting an expression of interest does not commit Community Aid Connect to awarding
a contract. This is an invitation for companies to express their interest and showcase their
capabilities.

We look forward to receiving your expressions of interest.


FORESTRY RESEARCH INSTITUTE OF NIGERIA (FRIN) - EXPRESSION
OF INTEREST (EOI) FOR CONSULTANCY SERVICES
DEADLINE: 5TH FEBRUARY, 2024
FORESTRY RESEARCH INSTITUTE OF NIGERIA (FRIN)
FEDERAL MINISTRY OF ENVIRONMENT PMB 5054, JERICHO-IBADAN, OYO STATE
EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES

1. PREAMBLE
The Forestry Research Institute of Nigeria, a Parastatal of the Federal Ministry of Environment in
compliance with the Public Procurement Act 2007, FRIN and her Colleges is desirous of engaging
the services of consultants in the under-listed fields for projects under year 2024 Appropriation.

Interested consulting firms with relevant cognate experience and good track record of performance
are hereby invited to submit pre-qualification documents for the following consultancy services:

i. Architecture
ii. Engineering
iii. Structural
iv. Mechanical
v. Electrical
vi. Quantity Surveying

2. ELIGIBILITY REQUIREMENTS
Interested firms should submit two (2) bound EOI documents duly signed, paginated, separated by
dividers and arranged in the order outlined hereunder;

a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC)


including Forms CAC 1.1 or CAC 2 and CAC7; Business name with Form BN1 is also
acceptable;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance
Certificates for all partners) for the last three (3) years valid till 31st December 2023
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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) Compliance Certificate valid till 31st
December, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Forestry Research Institute
of Nigeria or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud
impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding

h) Evidence of firm’s current registration with the relevant regulatory professional body(ies) such
as COREN, QSRBN, ARCON etc;
i) Company’s Audited Accounts for the last three years (2020, 2021 & 2022);
j) Reference letter from a reputable commercial bank 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, QSDRBN,
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) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided
(CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued
by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address.
The letter head paper must bear the Names and Nationalities of the Directors of the company at
the bottom of the page, duly signed by the authorized officer of the firm.

3. SUBMISSION OF EOI DOCUMENTS


Interested firms are to submit two (2) bound of expression of interest (EOI) documents separated
by dividers and arranged as indicated above in a sealed envelope clearly marked as “Expression of
Interest” and addressed to the Director General, Forestry Research Institute of Nigeria, Jericho,
Ibadan, Oyo State. Furthermore, the reverse of each sealed envelope should bear the name and
address of the bidder and drop in the designated tender box at the procurement Department not
later than 12:00 noon Monday, 5th February, 2024.

4. OPENING OF EOI DOCUMENTS


a. The EOI documents will be opened immediately after the deadline for submission at 12:00 noon
Monday, 5th February, 2024, in the old board room, Administrative Block.

b. All prospective consultants are invited to the Public opening ceremony and also advised to
bring relevant original documents for sighting.

c. Please, ensure that you sign the bid submission register in the office of Director Procurement
Forestry Research Institute of Nigeria.

d. The Forestry Research Institute of Nigeria will not be held liable for misplaced or wrongly
submitted bids. For further enquiries , please contact the office of the Director Procurement on
email: info@frin.gov.ng

5. GENERAL INFORMATIONS
a. EOI must be in English Language and signed by an official authorized by the bidders
b. EOI submitted after the deadline for submission would be returned unopened;
c. Due diligence would be followed as all documents submitted would be verified. Past executed
services, consultants’ offices may be visited for verification. Any discrepancies found would
summarily disqualify the consultant.
d. All costs will be borne by the bidders;
e. The technical bids will be opened in the presence of Bidders or their representatives, CSOs in
the areas of Anti-Corruption and Transparency and Private Professional Bodies; and will be
covered by Video recording; invitation link will be sent to bidders who choose to join the bid
opening online;
f. Bidders can submit through Post (Courier Services)
g. Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
h. The FRIN and her colleges are not bound to prequalify and bidder reserves the right to annul the
procurement process at any time without incurring any liabilities in accordance with section 28 of
the Public Procurement ACT 2007.

Signed:
The Director General
Forestry Research Institute of Nigeria, Ibadan
EDO STATE HOSPITALS MANAGEMENT AGENCY ESSENTIAL DRUGS
PROGRAMME- INVITATION FOR PRE-QUALIFICATION AND
TENDERING FOR PROJECTS EXECUTION (4 LOTS)
DEADLINE: 19TH FEBRUARY, 2024
EDO STATE HOSPITALS MANAGEMENT AGENCY ESSENTIAL DRUGS PROGRAMME
INVITATION FOR PRE-QUALIFICATION AND TENDERING FOR PROJECTS EXECUTION

PREAMBLE
The Edo State Hospitals Management Agency Essential Drugs Programme on behalf of the Edo
State Government wishes to apply part of the approved budget for the fiscal year to procure
essential medicines and medical materials.

Consequently, the Edo State Hospitals Management Agency Essentials drugs Programme hereby
invite interested, competent and reputable companies who have expertise and experience in the
supply of essential medicines and medical materials for prequalification.

LOT DESCRIPTION OF THE PROJECT


NO
Lot A Liquids and semi-solid preparations – suspensions, Syrups, creams, Eye/Ear drops,
ointments, lotions.
Lot B Solid dosages forms- Tablets, capsules, caplets
Lot C Parenteral – infusions, injections
Lot D Medical dressings

EDO STATE GOVERNMENT OF NIGERIA HOSPITALS MANAGEMENT


AGENCY ESSENTIAL DRUGS PROGRAMME INVITATION FOR PRE-
QUALIFICATION AND TENDERING

PREAMBLE

The Edo State Hospitals Management Agency Essential Drugs Programme on behalf of the Edo
State Government wishes to apply part of the approved budget for the fiscal year to procure
essential medicines and medical materials.

Consequently, the Edo State Hospitals Management Agency Essentials drugs Programme hereby
invite interested, competent and reputable companies who have expertise and experience in the
supply of essential medicines and medical materials for prequalification.

DESCRIPTION OF THE PROJECT


PREQUALIFICATION (TECHNICAL AND FINANCIAL REQUIREMENTS)
All interested companies are required to submit the under listed documents as basis for shortlisting
for further evaluation and procurement process in which financial bids will be requested and
reviewed accordingly.

1. Evidence of up to date registration with the Edo State Public Procurement Agency.

2. Evidence of up to date registration of the company and superintendent Pharmacist with the
Pharmacy council of Nigeria (PCN)

3. Evidence of similar contracts executed in the last three (3) years (letter of award and completion
certificate0 will be an added advantage.

4. A sworn affidavit disclosing:

a. That the bidder is neither in receivership nor a subject of insolvency/bankruptcy/winding


proceedings.

b. That none of the bidder’s director has ever been convicted in any country for any criminal
offence relating to fraud or financial impropriety or criminal misrepresentation of falsification of
facts relating to any matter.

c. Packaging/presentation of technical bid, that is documents, should be presented in the exact


order they are listed out under these eligibility and capability criteria.

METHOD OF APPLICATION/ SUBMISSION OF PREQUALIFICATION AND TENDER


DOCUMENT
All interested companies/contractors should submit a typed application with he criteria listed
above in English language in a copy each and completed tender documents in sealed envelopes not
later than four (4) weeks of this publication to the address stated below. Edo state Hospitals
Management Agency, Essential Drugs Programme

No 5 Medical Stores Road, Benin City

The submitted prequalification and bid documents will be opened in the presence of the
companies/bidders or their representatives on Monday the 19th February, 2024, in the
conference hall Edo State Hospitals Management Agency

Essential Drugs programme, Medical Stores Complex, 5 Medicals Stores Road, Benin City Edo
State at 12:00 noon.
PLEASE NOTE
i. Evidence of up to date registration with the Edo State Public Procurement Agency.

ii. The tender documents contain detailed information and can be obtained from the Edo State
Hospitals Management Agency, Essential Drugs Programme.

iii. Companies are expected to generate internally generated revenue (IGR) PIN from Edo State
Hospitals Management Agency, Essential Drugs Programme, Benin City before payment of the
sum of eighty Thousand Naira (80,000.000) only can be made to the bank in favor of Edo State
Government IGR as Tender fee.

iv. The Edo State Hospitals Management Agency, Essential Drugs Programme reserves the right
to verify any claim by the companies.

v. Only shortlisted companies will be invited for further consideration.

vi. The Edo State Hospitals Management Agency, Essential Drugs Programme reserves the right
to reject any or all bids and take final decisions on any of the documents received.

vii. This advertisement shall be construed to be commitment on the part of Edo State Government
or Edo State Hospitals Management Agency, Essential Drugs Programme for any award to
contract to any company prequalified for the exercise.

Signed
Program manager
UNIVERSITY OF AGRICULTURAL AND ENVIRONMENTAL SCIENCES,
UMUAGWO- INVITATION FOR PRE-QUALIFICATION AND TENDER
FOR YEAR 2023 TETFUND SPECIAL HIGH IMPACT INTERVENTION
PROJECTS (4 LOTS)
DEADLINE: 23RD FEBRUARY, 2024
UNIVERSITY OF AGRICULTURAL AND ENVIRONMENTAL SCIENCES, UMUAGWO
KM 26, OWERRI-PORT HARCOURT ROAD, UMUAGWO, IMO STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2023 TETFUND SPECIAL
HIGH IMPACT INTERVENTION PROJECTS (SHIP)

1. INTRODUCTION
Pursuant to its mandate and in compliance with the requirements of Public Procurement Act, 2007
and other extant government regulations, the University of Agriculture and Environmental
Sciences, Umuagwo wishes to invite interested, competent/qualified and experienced
contractors/firms with good track records of prompt delivery of similar projects to bid for the
following procurements under the YEAR 2023 TETFUND SPECIAL HIGH IMPACT
INTERVENTION PROJECTS (SHIP).

2. SCOPE OF WORKS/GOODS

CATEGORY 1: WORKS

LOT DESCRIPTION
1 Construction and furnishing of senate building (Two Suspended Floors) with Associated External
Works and Installation of Signage
2 Construction and furnishing of Student Hostel Building (One Suspended Floor) with associated
external works
CATEGORY 2: GOODS
3 Procurement, installation, testing and commissioning of equipment for Biotechnology,
Biochemistry and other related programs
4 Procurement, Installation, Testing and Commissioning of equipment for Food sciences, civil
engineering and other related programs

3. ELIGIBILITY REQUIREMENTS
a) Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including Forms CAC 1.1 or CAC2 and CAC7
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till
31st December 2023; with minimum average annual turnover N650m for lot 1, N300m for lot 2;
N250m for lot 3 & N150m for lot 4.
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;
g) Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the University of Agriculture
and Environmental Sciences, Umuagwo or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud
impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding

h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit
facility for the execution of the project when needed;
j) Company’s profile with the curriculum Vitae of technical/management staff and with evidence
of previous work experience, clients details, nature of work/contract, contract sum and copies of
academic and professional qualification 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) Lot 1 & 2: list of plants/equipment with proof of ownership/lease agreement;
m) Lot 3 & 4: letter of authorization as representatives of the Original Equipment Manufacturers
(OEMs) n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be
provided (CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued
by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address.
The letter head paper must bear the Names and Nationalities of the Directors of the company at
the bottom of the page, duly signed by the authorized officer of the firm. All documents for
submission must be arranged in the order litsed above.
4. COLLECTION OF TENDER DOCUMENTS
Interested firms are to collect the standard bidding document (SBD) from the office of the Head of
Procurement Unit, University of Agriculture and Environmental Sciences, Umuagwo on
presentation of evidence of payment of a non-refundable tender fee of N10, 000.00 per lot,
through REMITA platform in any reputable commercial bank of their choice in favour of
University of Agriculture and Environmental Sciences, Umuagwo. Evidence of such payments
should be presented at the cash office, Bursary Department for verification and issuance of official
receipt, which MUST be inserted the financial bid envelope.

5. SUBMISSION OF TENDER DOCUMENTS Prospective bidders are to submit bids for the
Lot(s) desired. Two (2) hard copies of the technical bid and financial bids should be packaged
separately in sealed envelopes and clearly marked as “Technical bid” or “Financial Bid”.
Thereafter, put the two sealed envelopes together in a bigger envelope, sealed and addressed to the
Vice-Chancellor, University of Agriculture and Environmental sciences, Umuagwo, Imo state.
The project name and lot number should be clearly marked on each envelope. Furthermore, the
reverse of each sealed envelope should bear the name and address of the bidder and dropped in the
designated tender box located at the office of Head, Procurement Unit, University of Agriculture
and Environmental Sciences, Umuagwo between 8:00am and 4:00pm on weekdays only and not
later than 2:00pm on Friday, 23rd February, 2024.

Bidders should sign the bid submission register in the office of the Head, Procurement Unit as
UAES will not be held liable for misplaced or wrongly submitted bids.

6. OPENING OF TECHNICAL BIDS


Only the technical bids will be publicly opened immediately after the deadline for submission at
2:00pm on Friday, 23rd February, 2024, in the University’s Senate Chambers of the University in
the presence of bidders or their representatives, while the financial bids will be kept un-opened.

7. GENERAL INFORMATION
a. The university shall verify all the claims made by applicants and shall disqualify any company
whose claims are found to be false in addition to other sanctions that may be deemed necessary;
b. Bids must be in English Language and signed by an official authorized by the firm;
c. Bids submitted after the deadline for submission would be returned unopened;
d. Delivery by courier/post will be returned un-opened if delivered after the deadline for
submission;
e. Bidders should not bid for more than two (2) lots;
f. All costs incurred as a result of the bid submission shall be borne by the bidders;
g. The technical bids will be opened in the presence of CSOs and professional bodies and covered
by video recording, invitation link will be sent to the bidder who chooses to join the bid openings
online.
h. Only pre-qualified bidders at technical evaluation will be invited at later date for virtual
financial bids opening, while the financial bids of un-successful bidders will be returned un-
opened;
i. The University of Agriculture and Environmental Science, Umuagwo is not bound to prequalify
and bidder reserves the right to annul the procurement process at any time without incurring any
liabilities in accordance with section 28 of the Public Procurement ACT 2007.
j. For more information, please visit www.uaes.edu.ng

SIGNED
Prof. Christopher C. Eze
Ag. Vice Chancellor
UNIVERSITY OF AGRICULTURAL AND ENVIRONMENTAL SCIENCES,
UMUAGWO, IMO STATE- INVITATION FOR PRE-QUALIFICATION
AND TENDER FOR YEAR 2022 TETFUND ZONAL INTERVENTION
PROJECTS (2 LOTS)
DEADLINE: 23RD FEBRUARY, 2024
UNIVERSITY OF AGRICULTURAL AND ENVIRONMENTAL SCIENCES, UMUAGWO, IMO
STATE
KM 26, OWERRI-PORT HARCOURT ROAD, UMUAGWO, IMO STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2022 TETFUND ZONAL
INTERVENTION PROJECTS

1. INTRODUCTION
The University of Agriculture and Environmental Sciences, Umuagwo, pursuant to its mandate
and in compliance with the requirements of Public Procurement Act, 2007 and other extant
government regulations wishes to invite interested, competent/qualified and experienced
contractors/firms with relevant experiences and good track records of prompt delivery of similar
projects to be pre-qualified for the procurement following procurements under the Year 2022
TETFUND Zonal Intervention Projects.

2. SCOPE OF SUPPLIES

LOT DESCRIPTION

1 Supply, Installation, testing and commissioning of solar power system with accessories

2 Supply and installation of networking infrastructure, office furniture and equipment.

3. ELIGIBILITY REQUIREMENTS
a) Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including Forms CAC 1.1 or CAC2 and CAC7

b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till
31st December 2023; with minimum average annual turnover N125m for lot 1, N75m for lot 2;

c) Evidence of filling of current CAC Annual Returns;

d) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is
only applicable to bidders whose number of staff is 15 and above).
e) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December,
2023 (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);

f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid
till 31st December, 2023;

g) Evidence of Registration on the National Database of Federal Contractors, Consultants and


Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;

h) Letter of Authorization as representative of the Original Equipment manufacturers (OEMs); i)


Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the University of Agriculture
and Environmental Sciences, Umuagwo or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud
impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial
institutions of third party that is classified as doubtful, non-performance, bad or whose repayment
portion has been outstanding for the last four (4) months.

j) Company’s Audited Accounts for the last three years ( 2020, 2021 & 2022);

k) Reference letter from a reputable commercial bank indicating willingness to provide credit
facility for the execution of the project when needed;

l) Company’s profile with the curriculum Vitae of key staff to be deployed for the project.

m) 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;

n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided


(CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate,
NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
o) All documents for submission must be submitted with a Covering/Forwarding letter under the
Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by
the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The
letter head paper must bear the Names and Nationalities of the Directors of the company at the
bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS


Interested firms are to collect the standard bidding document (SBD) from the office of the Head of
Procurement Unit, University of Agriculture and Environmental Sciences, Umuagwo on
presentation of evidence of payment of a non-refundable tender fee of N10, 000.00 per lot,
through REMITA platform in any reputable commercial bank of their choice in favour of
University of Agriculture and Environmental Sciences, Umuagwo. Evidence of such payments
should be presented at the cash office, Bursary Department for verification and issuance of official
receipt, which MUST be inserted the financial bid envelope.

5. SUBMISSION OF TENDER DOCUMENTS


Prospective bidders are to submit bids for the Lot(s) desired, but not more than two (2) lots per
company/firm. Two (2) hard copies of the technical bid and financial bids should be packaged
separately in sealed envelopes and clearly marked as “Technical bid” or “Financial Bid”.
Thereafter, put the two sealed envelopes together in a bigger envelope, sealed and addressed to the
Vice-Chancellor, University of Agriculture and Environmental sciences, Umuagwo, Imo state.
The project name and lot number should be clearly marked on each envelope. Furthermore, the
reverse of each sealed envelope should bear the name and address of the bidder and dropped in the
designated tender box located at the office of Head, Procurement Unit, University of Agriculture
and Environmental Sciences, Umuagwo between 8:00am and 4:00pm on weekdays only and not
later than 2:00pm on Friday, 23rd February, 2024. Bidders should sign the bid submission
register in the office of the Head, Procurement Unit as UAES will not be held liable for misplaced
or wrongly submitted bids.

6. OPENING OF TECHNICAL BIDS


Only the technical bids will be publicly opened immediately after the deadline for submission at
2:00pm on Friday, 23rd February, 2024, in the University’s Senate Chambers of the University in
the presence of bidders or their representatives, while the financial bids will be kept un-opened.

7. GENERAL INFORMATION
a. The university shall verify all the claims made by applicants and shall disqualify any company
whose claims are found to be false in addition to other sanctions that may be deemed necessary;

b. Bids must be in English Language and signed by an official authorized by the firm;

c. Bids submitted after the deadline for submission would be returned unopened;
d. Delivery by courier/post will be returned un-opened if delivered after the deadline for
submission;

e. All costs incurred as a result of the bid submission shall be borne by the bidders;

f. The university is not bound to consider any bidder for an award and is not obliged to award the
contract to the lowest cost bidder;

g. The technical bids will be opened in the presence of CSOs and professional bodies and covered
by video recording, invitation link will be sent to the bidder who chooses to join the bid openings
online.

h. Only pre-qualified bidders at technical evaluation will be invited at later date for virtual
financial bids opening, while the financial bids of un-successful bidders will be returned un-
opened;

i. The University of Agriculture and Environmental Science, Umuagwo is not bound to prequalify
and bidder reserves the right to annul the procurement process at any time without incurring any
liabilities in accordance with section 28 of the Public Procurement ACT 2007.

j. For more information, please visit www.uaes.edu.ng

SIGNED
Prof. Christopher C. Eze
Ag. Vice Chancellor
OGUN-OSHUN RIVER BASIN DEVELOPMENT AUTHORITY (O-
ORBDA)- REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR
ENGAGEMENT OF AUCTIONEERS FOR THE DISPOSAL OF THE
FOLLOWING ASSETS (11 LOTS)
DEADLINE: 6TH FEBRUARY, 2024
FEDERAL MINISTRY OF WATER RESOURCES AND SANITATION
OGUN-OSHUN RIVER BASIN DEVELOPMENT AUTHORITY (O-ORBDA)
ALABATA ROAD, PMB 2115, ABEOKUTA, OGUN STATE, NIGERIA
REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF AUCTIONEERS
FOR THE DISPOSAL OF THE FOLLOWING ASSETS

1. INTRODUCTION
In compliance with the Public Procurement Act, 2007, Ogun-Oshun River Basin Development
Authority (O-ORBDA) a Parastatal under the Federal Ministry of Water Resources and Sanitation
(FMWR/S) intends to undertake the disposal of unserviceable vehicles, plants and equipment
lying in our various locations across Ogun, Oyo and Lagos States. Consequently, the agency
wishes to invite competent and reputable Government registered Auctioneers to take note of
Auctions and respond accordingly.

2. SCOPE OF SERVICES

Lots AT1: ENGAGEMENT OF AUCTIONEERS FOR THE DISPOSAL OF THE


FOLLOWING ASSETS

S/N ITEMS UNIT


TRACTORS/IMPLEMENTS
1 Tractor 9
2 Tractor Implement 55
OTHER ITEMS
3 4” Irrigation Pipe 35
4 Compressor machine 1
5 Drilling machine 1
6 Water tanks 10
7 Welding machine 1
8 Cutting machine 4
9 Fuel dispenser 3
10 Gas Tank 1
11 Air Pressure Tank
3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including Forms CAC2 or CAC1.1 and CAC7; Business Name with form BN1 is also acceptable;

b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance
Certificates for all partners) for the last three (3) years valid till 31st December 2023; with
minimum average annual turnover of N20 million;

c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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, 2023;

f) Evidence of Registration on the National Database of Federal Contractors, Consultants and


Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;

g) Sworn affidavit

• Disclosing whether or not any officer of the relevant committees of the Ogun-Oshun River Basin
Development Authority or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud
impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding

h) Evidence of firm’s current registration with relevant regulatory professional body(ies) such as
COREN, QSRBN, ARCON, ESVARBON etc

i) Company’s Audited Accounts for the last three years (2020, 2021 & 2022);

j) Reference letter from a reputable commercial bank indicating willingness to provide credit
facility for the execution of the project when needed;
k) Company profile and organization structure with attached Curriculum Vitae of key staff to be
deployed for the project including copies of their academic/professional qualifications such as
COREN, QSRBN, ARCON, ESVARBON, 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) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided


(CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued
by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address.
The letter head paper must bear the Names and Nationalities of the Directors of the company at
the bottom of the page, duly signed by the authorized officer of the firm.

Note: that all documents/information required must be paginated and submitted in the
sequence/order as listed above.

4. SUBMISSION OF EOI
The EOI are to be submitted in two (2) copies, (1 original and 1 copy) in A4 paper sizes and neatly
bound. The document should be arranged in the order listed under general notice for disposal of
unserviceable items requirements above and clearly separated by dividers.

All documents must be submitted to the Managing Director/CEO, Ogun-Oshun River Basin
developments Authority, Abeokuta, Ogun State.

Contact phone: 08032229748.

The documents shall be submitted not later than 12:00 noon on Tuesday, 6th February, 2024.

5. OPENING OF EOI
All submissions shall be opened immediately after the deadline for submission at 12:00 noon on
Tuesday, 6th February, 2024, at the Ogun Oshun River Basin Development Training School
Auditorium, Alabata Road, Abeokuta, in the presence of bidders or their representatives.

6. IMPORTANT INFORMATION
i. O-ORBDA reserves the right to verify the authenticity of any claim(s) made on the tender
documents submitted by companies.
ii. Failure to comply with the Instruction(s) and provide any required document(s) may
automatically result in disqualification.

iii. O-ORBDA reserves the right to reject any or all of the EOIs.

iv. Original of all documents submitted above must be produced for sighting at the opening and
any other time requested.

v. The EOIs submitted late shall be returned un-opened.

vi. All submissions must be in English Language.

vii. This advertisement shall not be construed to be a commitment on the part of O-ORBDA, nor
shall it entitle the applicant to make any claim(s) whatsoever and or seek any indemnity from O-
ORBDA, by virtue of such applicant having responded to this publication.

viii. The EOIs will be opened in the presence of Bidders or their representatives, CSOs in the areas
of Anti-Corruption and Transparency and Private Professional Bodies; and will be covered by
Video recording; invitation link will be sent to bidders who choose to join the bid opening online;

ix. Only shortlisted consultants of EOI’s evaluation will be invited at a later date for collection of
Request for Proposals;

x. The Ogun-Osun River Basin Development Authority is not bound to shortlist any bidder and
reserves the right to annul the procurement process at any time without incurring any liabilities in
accordance with section 28 of the Public Procurement Act, 2007.

Signed
Olufemi Otunba Odumosu, FNIWE, FNAHS
Managing Director/CEO
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)- REQUEST
FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP
IN THE NORTH-CENTRAL REGION
DEADLINE ON: 09-FEB-2024 23:59 (GMT -5.00)
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)
REQUEST FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP IN THE
NORTH-CENTRAL REGION
REFERENCE: UNDP-NGA-00516
BENEFICIARY COUNTRIES: NIGERIA
REGISTRATION LEVEL: BASIC

Description
TALENT MANAGEMENT SERVICES FOR THE NIGERIA JUBILEE FELOWS
PROGRAMME IN THE NORTH- CENTRAL REGION.
The Nigeria Jubilee Fellows Program of the UNDP is seeking the services of a Talent
Management firm that would deploy its resources to manage the placement of the Fellows under
this programme.

Click to Download Document


UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)- REQUEST
FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP
IN THE SOUTH-EAST REGION
DEADLINE ON: 09-FEB-2024 23:59 (GMT -5.00)
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)
REQUEST FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP IN THE
SOUTH-EAST REGION
REFERENCE: UNDP-NGA-00516
BENEFICIARY COUNTRIES: NIGERIA
REGISTRATION LEVEL: BASIC

Description
TALENT MANAGEMENT SERVICES FOR THE NIGERIA JUBILEE FELOWS
PROGRAMME IN THE SOUTH-EAST REGION.
The Nigeria Jubilee Fellows Program of the UNDP is seeking the services of a Talent Mangement
firm that would deploy its resources to manage the placement of the Fellows under this
programme.

Click to Download Document


UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)- REQUEST
FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP
IN THE SOUTH-SOUTH REGION
DEADLINE ON: 09-FEB-2024 23:59 (GMT -5.00)
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)
REQUEST FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP IN THE
SOUTH-SOUTH REGION
REFERENCE: UNDP-NGA-00516
BENEFICIARY COUNTRIES: NIGERIA
REGISTRATION LEVEL: BASIC

Description
TALENT MANAGEMENT SERVICES FOR THE NIGERIA JUBILEE FELOWS
PROGRAMME IN THE SOUTH-SOUTH REGION.
The Nigeria Jubilee Fellows Program of the UNDP is seeking the services of a Talent Mangement
firm that would deploy its resources to manage the placement of the Fellows under this
programme.

Click to Download Document


UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)- REQUEST
FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP
IN THE NORTH-WEST REGION
DEADLINE ON: 09-FEB-2024 23:59 (GMT -5.00)
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)
REQUEST FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP IN THE
NORTH-WEST REGION
REFERENCE: UNDP-NGA-00516
BENEFICIARY COUNTRIES: NIGERIA
REGISTRATION LEVEL: BASIC

Description
TALENT MANAGEMENT SERVICES FOR THE NIGERIA JUBILEE FELOWS
PROGRAMME IN THE NORTH-WEST REGION.
The Nigeria Jubilee Fellows Program of the UNDP is seeking the services of a Talent Mangement
firm that would deploy its resources to manage the placement of the Fellows under this
programme.

Click to Download Document


UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)- REQUEST
FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP
IN THE SOUTH-WEST REGION
DEADLINE ON: 09-FEB-2024 23:59 (GMT -5.00)
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)
REQUEST FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP IN THE
SOUTH-WEST REGION
REFERENCE: UNDP-NGA-00516
BENEFICIARY COUNTRIES: NIGERIA
REGISTRATION LEVEL: BASIC

Description
TALENT MANAGEMENT SERVICES FOR THE NIGERIA JUBILEE FELOWS
PROGRAMME IN THE SOUTH-WEST REGION.
The Nigeria Jubilee Fellows Program of the UNDP is seeking the services of a Talent Mangement
firm that would deploy its resources to manage the placement of the Fellows under this
programme.

Click to Download Document


UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)- REQUEST
FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP
IN THE NORTH-EAST REGION
DEADLINE ON: 09-FEB-2024 23:59 (GMT -5.00)
UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)
REQUEST FOR PROPOSAL FOR TALENT MANAGEMENT SERVICES FOR NJFP IN THE
NORTH-EAST REGION
REFERENCE: UNDP-NGA-00516
BENEFICIARY COUNTRIES: NIGERIA
REGISTRATION LEVEL: BASIC

Description
TALENT MANAGEMENT SERVICES FOR THE NIGERIA JUBILEE FELOWS
PROGRAMME IN THE NORTH-EAST REGION.
The Nigeria Jubilee Fellows Program of the UNDP is seeking the services of a Talent
Management firm that would deploy its resources to manage the placement of the Fellows under
this programme.

Click to Download Document


UNITED STATES EMBASSY, ABUJA- REQUEST FOR PROPOSAL TO
FURNISH AES6100 ALARM SYSTEM
DEADLINE: 5TH FEBRUARY, 2024
UNITED STATES EMBASSY, ABUJA
REQUEST FOR PROPOSAL TO FURNISH AES6100 ALARM SYSTEM
#PR12275207

The U. S. Embassy Abuja has a requirement for a vendor to provide AES 6100-STD alarm system
(or equal). Quantity is 52.

You are invited to submit a quotation. This order is urgent, and must be shipped by direct
airfreight to Post at: U. S. Embassy, Abuja, Plot 1075 Diplomatic Drive, Central Business District,
Abuja, Nigeria

The evaluation criteria for this requirement will include price, technical acceptability and past
performance.

FOR A VALID QUOTE, please note the following:

1. The quotation must be submitted in two separate attachments – Technical and Price offer.
2. Include complete specifications, samples/pictures (where applicable), return policy and total
shipment weight along with your quotes.
3. Vendor must state BOLDLY if offering alternatives.
4. All responses and quotes on this RFQ MUST be sent to Abujaprocurement@state.gov with the
following subject line “RFQ #PR12275207 – ‘To Furnish AES6100 Alarm System.’
5. Vendors must state delivery terms (How long it will take to deliver).
6. Deadline for offer submission is February 5, 2024

Payment term is Net 30.

FAR 52.212-4 (Commercial Items) applies to this RFQ.

Unsuccessful offerors may not be contacted.


UNITED STATES EMBASSY, ABUJA- REQUEST FOR QUOTATIONS
(RFQ) FOR PROVISION OF FIBER OPTIC BASED 1 GBPS (1000 MBPS)
INTERNET DATA LINK SERVICES
DEADLINE: 8TH FEBRUARY, 2024
UNITED STATES EMBASSY, ABUJA
REQUEST FOR QUOTATIONS (RFQ) FOR PROVISION OF FIBER OPTIC BASED 1 GBPS (1000
MBPS) INTERNET DATA LINK SERVICES
#PR12223102

Enclosed is a Request for Quotations (RFQ) for provision of FIBER OPTIC BASED 1 GBPS
(1000 MBPS) INTERNET DATA LINK Services, last mile door-to-door Abuja – Washington
DC. If you would like to submit quotation, follow the instructions in Section 3 of the solicitation,
complete the required portions of the attached document, and submit it to the address shown on
the Standard Form 1449 that follows this letter.

The U.S. Government intends to award a contract/purchase order to the responsible company
submitting an acceptable offer at the lowest price. We intend to award a contract/purchase order
based on initial quotations, without holding discussions, although we may hold discussions with
companies in the competitive range if there is a need to do so.

Quotations are due by February 8, 2024. No quotations will be accepted after this time. Proposals
must be in English and incomplete proposals will not be accepted.

Your quotation must be submitted electronically to AbujaProcurement@state.gov . It is important


to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-
Excel 2007/2010 or Adobe Acrobat (pdf) file format. The file size must not exceed 25MB. If the
file size should exceed the 25MB, the submission must be made in separate files and attached to
separate emails with less than 25MB each.

In order for a quotation to be considered, you must also complete and submit the following:

1. SF-1449
2. Section I, Pricing
3. Section 5 Representations and Certifications
4. Additional information as required in Section 3
5. “The Offeror should submit a completed IRS Form W-14, found at www.irs.gov/w14 , to ensure
compliance with FAR 52.229-11;”]
6. Proof of SAM Registration
7. CYBERSECURITY SUPPLY CHAIN RISK MANAGEMENT (C-SCRM) C-SCRM
Questionnaire and C-SCRM Software Producer Attestation Form
Offerors shall be registered in the SAM (System for Award Management) database
at https://www.sam.gov prior to submittal of their offer/proposal as prescribed under FAR 4.1102.
Failure to be registered at time of proposal submission may deem the offeror’s proposal to be
considered non-responsible and no further consideration will be given. Therefore, offerors are
highly encouraged to register immediately if they are interested in submitting a response to this
requirement.

The evaluation criteria for this requirement will include price, technical acceptability and past
performance.

Unsuccessful offerors may not be contacted. Oral quotations will not be accepted.

• Internet Solicitation (890KB) PDF


GAGARAWA LOCAL GOVERNMENT, JIGAWA STATE- INVITATION
TENDER FOR PRE-QUALIFICATION FOR PROJECTS EXECUTION
DEADLINE: 5TH MARCH, 2024
GAGARAWA LOCAL GOVERNMENT, JIGAWA STATE
INVITATION TENDER FOR PRE-QUALIFICATION FOR PROJECTS EXECUTION

1. PREAMBLE
In compliance with the Jigawa State Procurement process, Gagarawa Local Government wishes to
notify interested bidders of its intention for the electrification project from Maikillito Bula in
Gagarawa Local Government.

2. PROJECT SCOPE
Electrification project from Maikilito Bula in Gagarawa Local Government.

3. ELIGIBILITY REQUIREMENTS
Interests competent and reliable contractor are required to provide verifiable evidence including but not
limited to the following;
i. Certificate of Incorporation with the Cooperate Affairs Commission CAC
ii. Certified true copy of Memorandum and Article of association.
iii. Evidence of Registration. With the Jigawa works registration units
iv. Tax clearance certificate for the last three 3 years
v. Audited account for the last one year
vi. VAT registration and evidence of past remittance
vii. Evidence of similar Project executed (letter of award and completion certificate) at least (3) three in the
last five years.
viii. That the company have fulfilled all obligation to pay taxes, pensions and social security contributions.
ix. Company average annual turnover of not less than Two Hundred Million Naira (N200,000,000.00)
x. A Sworn affidavit certificate certifying as fallows
a. That the document submitted for the pre-qualification exercise is not only genuine but correct.
b. That none of the directors of the company has been convicted by any court of law
c. That the company is not bankrupt.
d. That none of the officer of Gagarawa Local Government is a present or former Director of the company
e. Any other relevant information that will help in determining the company suitability for the work.
f. Any Prospective bidder that does not possess any of the above-mentioned documents need not apply.

4. COLLECTION OF TENDER DOCUMENT


Interested bidders are to collect the tender documents from the Office of the Director Planning,
Research and Statistics Gagarawa Local Government, from the date of publication of this advert
and between the hours of 9:00am to 5:00pm daily after a payment of nonrefundable fee of N100,
000.00
5. SUBMISSION OF TENDER DOCUMENTS
Technical and financial bids shall be Submitted in two different sealed envelopes and level
“Technical bids” and “financial bids” respectively with the company’s name Indicated at the back
of each envelope Both envelopes Should be placed in a sealed third envelope address and
delivered to the office of the Director Planning, Research and Statistics Gagarawa Local
Government and not later than 05/03/2024 by 12:00 noon.

All document for submission must be transmitted with a forwarding letter fully signed by the
company representative under the
company’s letter headed paper bearing the CAC registration number (RC No) contact address
telephone number (preferably GSM NO
and email address
The financial bid should contain a bid security of not less than 2 percent of the quoted bid by way
of bank Guarantee or insurance bond
issued by reputable bank insurance company acceptable by the procuring Entity.
The bid validity period should be 120 days from the deadline of the submission at 12:00 noon

6. OPENING OF BIDS
Only technical bids shall be opened immediately after the deadline for submission date.

7. GENERAL INFORMATION
i. Bids submitted after the deadline for submission will be returned unopened.
ii. Only the financial bids successfully bidders will be opened, while those for the un-successfully
bidders will be returned in opened.
iii. This advert shall not be construed as commitment on the part of the Gagarawa Local
Government, nor shall it entail a company to make any claim whatsoever and/or to seek any
indemnity from Gagarawa Local Government by virtue of such company having responded to this
advertisement.
iv. All cost will be borne by the bidders as the right as the Gagarawa Local Government will not
held responsible for any cost or expertise incurred by any interested party that is in connection
with any response to this invitation.
v. Gagarawa Local Government reserves the right to annul the procurement process at any time
without incurring any liabilities
vi. Alternative bid will not be accepted
vii. Bidders with the subsidiary relationship are not allowed to partake in the same lot.

SIGNED
DIRECTOR PLANNING RESEARCH AND STATISTICS
GAGARAWA LOCAL GOVERNMENT
JIGAWA STATE
LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY-
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR
2021/2022/2023 (MERGED) TETFUND ZONAL INTERVENTION ICT
SUPPORT (3 LOTS)
DEADLINE: 6TH FEBRUARY, 2024
LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY
www.lasustech.edu.ng
FORMERLY LAGOS STATE POLYTECHNIC, IKORODU, LAGOS STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2021/2022/2023 (MERGED)
TETFUND ZONAL INTERVENTION ICT SUPPORT

1 .INTRODUCTION
The Lagos State University of Science and Technology, Ikorodu formerly Lagos State Polytechnic
in compliance with the Public Procurement Act, 2007 hereby invites interested, competent and
reputable companies to submit tender bid documents for its year 2021/2022/2023 Tetfund
2021/2022/2023 Tetfund Zonal Intervention projects mentioned below:

2. SCOPE OF WORKS/GOODS
CATEGORY A: GOODS & WORKS
LOT T1: HARDWARE PROCUREMENT
i. Hp Pavillion 14-Intel Core i3-256GB HDD-12GB RAM – 10TH GEN-Win 11+ USB Light for
keyboard 4pcs.
ii. Tp-Link TL-SG1048 48-Port 10 100 1000Mbps Gigabit, switch keyboard windows 11 pro.
2pcs.
iii. TP Link Jet Stream 28-Port Gigabit Smart Switch with 24-port, PoE+ TL-SG2428. 2Pcs.
iv. Cat6e SFTP Networking cables and installation accessories for access points, switches,
desktops, and printers 1 Lot, Qty 1 nos.

LOT T2: LICENSES AND RENEWALS


i. E-Learning subscription renewals. 1Pcs.
ii. Windows 11, Pro Software + licence 17pcs, qty: 1 no

LOT T3: ATC ESTABLISHMENT (Competitive component) ICT Component ICDL


ESTABLISHMENT ICT component ICDL ATC ESTABLISHMENT
i. Projector: Smart DLP Projector with 3000 lumen, integrated WIFI, USBs and HDMI ports
(2pcs)
ii. Training podium lectern – wood based full-floor lectern with elegant cabinet featuring gold
accents (2nr).
iii. Banner & stand flat base roll-up banner stand-85 X 200cm Direct Printed Canvas with school
Logo and ATC schedule (2nr).
iv. Battery powered microphone & speaker B5 battery-powered Bluetooth 10” speaker with body
pack and headset microphone (2nr) qty: (1nos.)

CATEGORY B: CONSULTING SERVICE


LOT T4: CUSTOM SOFTWARE
i. Software development, configuration and customization of a school Management Portal. 1Pcs
ii. One (1) year cloud hosting and user acceptance testing (UAT). (1pcs)
iii. Training of staff on school Management portal. (4Pcs)
iv. Integration of secure socket layer (SSL). (1 pcs)
v. Cloud flare integration. 1pcs qty: (1nos)

If suitable to requirements, alternative brands may be considered for the equipment.

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including (Forms CAC2 AND CAC7); Business name with BN1 is also acceptable for services;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance
Certificates for all partners) for the last three (3) years valid till 31st December 2023
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;
g) For supply of equipment: letter of authorization as representative of the Original equipment
manufacturers (OEMs);
h) Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the Lagos State University of
Science and Technology, Ikorodu or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud
impropriety or criminal misrepresentation
of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding;
• That the company does not have existing loan or financial liability with a bank, other financial
institutions of 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 years (2020, 2021, 2022)
j) Reference letter from a reputable commercial bank 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 executed in the last five (5)
years including letters of awards, valuation certificates, job completion certificates and
photographs of the projects;
m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided
(CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued
by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address.
The letter head paper must bear the Names and Nationalities of the Directors of the company at
the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)


Interested companies are to collect the Standard Bidding Documents (SBD) from the university
Directorate of Procurement from 8:00am to 4:00pm Mondays to Fridays on presentation of
evidence of payment of a non-refundable tender fee of N10,000 per lot, paid into the following
Lagos State University of Science and Technology

Account name: FBN income account


Account number: 20191755726.
Firms interested in category B will not pay at this stage until after shortlisting.

5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)


Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with
softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly
marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be
put together in a bigger sealed envelope addressed to Vice Chancellor, Lagos State University of
science and
Technology, Ikorodu, Lagos. The reverse of each sealed envelope should bear the name and
address of the bidder and dropped in the designated tender Box at the Council Chamber, Ikorodu
Campus not later than 12:00 noon of Tuesday, 20th February, 2024.
6. SUBMISSION OF EOI (CATEGORY B)
Interested firms in services are to submit the Expression of Interest (EOI) for each of the lot
desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as
indicated above and submitted not later than 12:00 noon of Tuesday, 6th February, 2024.

7. GENERAL INFORMATION
a. EOI/Bids must be in English Language and signed an official authorized by the bidder,
b. EOI/Bids submitted after the deadline for submission would be returned un-opened;
c. All cost will be borne by the bidders
d. All bidders should ensure that registration of their EOIs/bids at the directorate of procurement,
Ikorodu campus.
e. The EOIs/technical bids will be opened in the presence of bidders or their representatives, CSOs
in the areas of Anti-Corruption and Transparency and private professional bodies; and will be
covered by video recording; invitation link will be sent to bidder who chooses to join the bid
opening online;
f. Category A: Only pre-qualified bidders at technical evaluation will be invited at later date for
virtual financial bids opening, while the financial bids of un-successful bidders will be returned
un-opened;
g. Category B: only shortlisted consultants at EOI’s evaluation will be invited at a later date for
collection of Request for Proposals;
h. The Lagos State University of Science and Technology, Ikorodu, Lagos is not bound to
prequalify and bidder reserves the right to annul the procurement process at any time without
incurring any liabilities in accordance with section 28 of the Public Procurement ACT 2007.

SIGNED
REGISTRAR
LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY-
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2020
TETFUND ZONAL INTERVENTION 2020R/SX664
DEADLINE: 19TH FEBRUARY, 2024
LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY
www.lasustech.edu.ng
FORMERLY LAGOS STATE POLYTECHNIC, IKORODU, LAGOS STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2020 TETFUND ZONAL
INTERVENTION 2020R/SX664

1. INTRODUCTION
The Lagos State University of Science and Technology, Ikorodu formerly the Lagos State
Polytechnic in compliance with the Public Procurement Act, 2007 hereby invites interested,
competent and reputable companies to submit bid documents for its year 2022 Tetfund Zonal
Intervention 2020r/SX664 projects mentioned below:

2. SCOPE OF WORKS
LOT 1: Supply, Installation and Testing of 13Nr All-in-one 50W solar street light with 90watts
monocrystalline Solar panel, double sided tempered glass, Aluminum alloy bracket structure,
384Wh Life Pc4 Lithium Battery with PIR motion sensor, charge controller, anti-theft screws,
anti-bird spike, IP66 waterproof protection and highly protection ground wire installed on a
400mm x 400mm x 800mm concrete base with 6m height galvanized pole.

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including (Forms CAC2 AND CAC7);
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till
31st December 2023; with minimum average annual turnover of N50 million;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;
g) Evidence of current licence issued by Nigerian Electricity Management Services Agency
(NEMSA);
h) Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the Lagos State University of
Science and Technology, Lagos State or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud
impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding;

i) Company’s Audited Accounts for the last three years (2020, 2021, 2022)
j) Reference letter from a reputable commercial bank 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 executed in the last five (5)
years including letters of awards, valuation certificates, job completion certificates and
photographs of the projects;
m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided
(CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper
bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address,
Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear
the Names and Nationalities of the Directors of the company at the bottom of the page, duly
signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS


Interested companies are to collect soft copy of the standard bidding document from the
University Directorate of procurement from 8:00am to 4:00pm Mondays to Fridays) on
presentation of evidence of payment of a non-refundable tender fee of N10,000 paid into the
following Lagos State University of Science and Technology account:

Bank/Account Name: FBN income account.


Account Number: 2019175726
5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit hard copies 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, the two sealed addressed to the Vice
Chancellor, Lagos State University of science and Technology, Ikorodu, Lagos State. The reverse
of each sealed envelope should bear the name and address of the bidder and drop in the designated
tender box at the council chamber, Ikorodu Campus not later
than 12:00 noon Monday, 19th February, 2024.

6. OPENING OF TECHNICAL BIDS


Only the technical bids will be opened immediately after the deadline for submission at 12:00
noon Monday, 19th February, 2024 in the Council Chamber, Ikorodu campus, while the financial
bids will be kept un-opened. Please ensure that you sign the bid submission registrar at the
Directorate of Procurement, Ikorodu campus as the university will not be held liable for misplaced
or wrongly submitted bids.

7. GENERAL INFORMATION
a. Bids must be in English Language and signed an official authorized by the bidder,
b. Bids submitted after the deadline for submission would be returned un-opened;
c. All cost will be borne by the bidders
d. The technical bids will be opened in the presence of bidders or their representatives, CSOs in
the areas of Anti-Corruption and Transparency and private professional bodies; and will be
covered by video recording; invitation link will be sent to bidder who chooses to join the bid
opening online;
e. Only pre-qualified bidders will be invited at a later date for financial bids of unsuccessful
bidders will be returned un-opened.
f. The Lagos State University of Science and Technology, Lagos State is not bound to prequalify
and bidder reserves the right to annul the procurement process at any time without incurring any
liabilities in accordance with section 28 of the Public Procurement ACT 2007.

SIGNED
REGISTRAR
KWARA STATE POLYTECHNIC, ILORIN- INVITATION FOR PRE-
QUALIFICATION AND TENDER OF YEAR 2023 TETFUND ANNUAL
INTERVENTION PROJECTS
DEADLINE: 19TH FEBRUARY, 2024
KWARA STATE POLYTECHNIC, ILORIN
PMB 1375, ILORIN KWARA STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER OF YEAR 2023 TETFUND ANNUAL
INTERVENTION PROJECTS

1. PREAMBLE
The Kwara State Polytechnic, Ilorin pursuant to its mandate and in compliance with the
requirements of the Public Procurement Act, 2007 and other extant government regulations wishes
to invite interested, competent/qualified and experienced contractors/suppliers with relevant
experiences and good track records of prompt delivery of similar projects to be pre-qualified for
the procurement of goods and services under the year 2023 TETFUND ANNUAL
INTERVENTION PROJECT below:

2. SCOPE OF WORKS
LOT TA1: Procurement, Installation Testing, Commissioning of Equipment and furnishing of the
just rehabilitated Institute of Technology (IOT) Complex

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till
31st December 2023;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;
g) Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the Kwara State Polytechnic or
Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any
pecuniary interest in the bidder and to confirm that all information presented in its bid are true and
correct in all particulars;
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding

h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022);
i) Reference letter from a reputable commercial bank 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, QSDRBN,
ARCON, CORBON, SURCON 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) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided
(CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued
by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address.
The letter head paper must bear the Names and Nationalities of the Directors of the company at
the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS


Interested firms are to collect the Standard Bidding Documents (SBD) from the office of the
Director, Works and Maintenance Services Department, Kwara State Polytechnic, Ilorin, upon
evidence of payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) only per lot,
paid into the Kwara State Polytechnic as follows:
Account Name: KWARA STATE POLYTECHNIC
Bank Name: FCMB
Account Number: 0838798109

5. SUBMISSION OF TENDER DOCUMENTS


Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with
softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly
marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be
put together in a bigger sealed envelope addressed to the Rector, Kwara State Polytechnic, Ilorin,
Kwara State and clearly marked with the name of the project and lot number.
Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder
and dropped in the designated tender Box in the office of the Registrar, Kwara State Polytechnic,
Ilorin between the working hours of 8:00am to 4:00pm not later than 12:00noon Monday, 19th
February, 2024. Please, ensure that you signed the bid submission register in the office of the
Registrar of the Polytechnic as the Polytechnic will not be held liable for misplaced of wrongly
submitted bids.

6. OPENING OF TECHNICAL BIDS


Only the technical bids will be opened immediately after the deadline of the submission at
12:00noon Monday, 19th February, 2024 in the conference room, Central Administration
Building, Kwara State Polytechnic, Ilorin, Kwara State in the presence of bidders or their
representatives, while the financial bids will be kept un-opened. For further enquiry, contact the
Director of Procurement, Kwara State
Polytechnic, Ilorin, Kwara State.

7. GENERAL INFORMATION
a. Bids must be in English Language and signed an official authorized by the firm;
b. Bids submitted after the deadline for submission would be returned un- opened;
c. Delivery by courier/post will be returned un-opened if delivered after the deadline for
submission;
d. All cost incurred as a result of the bid submission shall be borne by the bidders;
e. The technical bids will be opened in the presence of bidders or their representatives, CSOs in
the areas of Anti-Corruption and Transparency and private professional bodies; and will be
covered by video recording; invitation link will be sent to bidder who chooses to join the bid
opening online;
f. Only pre-qualified bidders will be invited at a later date for financial bids of unsuccessful
bidders will be returned un-opened.
g. The Polytechnic is not bound to award the contract to the lowest cost bidder but to the lowest
evaluated responsive bidder;
h. Kwara State Polytechnic, Ilorin is not bound to prequalify and bidder reserves the right to annul
the procurement process at any time without incurring any liabilities in accordance with section 28
of the Public Procurement ACT 2007.

Signed
Sadiq Ismaila
Ag. Registrar
ENUGU STATE HIGH COURT- AUCTION SALES OF ONE BUILDING
DEADLINE: 1ST FEBRUARY, 2024
ENUGU STATE HIGH COURT
AUCTION SALES OF ONE BUILDING

On the instruction of Enugu State High Court, there is going to be a public auction sale of one
building located at No. 12 Church Street Asata Enugu in the Enugu North Local Government
Area, Enugu State Nigeria, the sale is based on judgment order by Enugu State High Court Suit
No. E/251/2008.

The building in question can be inspected at No 12 Church Street Asata Enugu Nigeria during
working days between the hours of 9:00am to 3:00pm Mondays to Fridays.

The building in question is sold As Is and Where Is without any guarantee or warranties expressed
or implied regarding its structure, fixtures and other associated facilities by Enugu State High
Court.

SALES DATE: 10 days from the date of this publication, commencing at 10:00am

CONDITION OF SALE

Mode of payment strictly wire transfer, cash deposit or certified bank draft of successful bid price
at fall of auctioneer’s hammer payable to authorize designated account. Auctioneer has the final
decision.

AUCTIONEER
KWARA STATE POLYTECHNIC, ILORIN- INVITATION FOR PRE-
QUALIFICATION AND TENDER OF YEAR 2023 TETFUND ANNUAL
INTERVENTION PROJECTS
DEADLINE: 19TH FEBRUARY, 2024
KWARA STATE POLYTECHNIC, ILORIN
PMB 1375, ILORIN KWARA STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER OF YEAR 2023 TETFUND ANNUAL
INTERVENTION PROJECTS

1. PREAMBLE
The Kwara State Polytechnic, Ilorin pursuant to its mandate and in compliance with the
requirements of the Public Procurement Act, 2007 and other extant government regulations wishes
to invite interested, competent/qualified and experienced contractors/suppliers with relevant
experiences and good track records of prompt delivery of similar projects to be pre-qualified for
the procurement of goods and services under the year 2023 TETFUND ANNUAL
INTERVENTION PROJECT below:

2. SCOPE OF WORKS
LOT TA1: Procurement, Installation Testing, Commissioning of Equipment and furnishing of the
just rehabilitated Institute of Technology (IOT) Complex

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC)
including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company’s Income Tax Clearance Certificates for the last three (3) years valid till
31st December 2023;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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,
2023 (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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or
valid Certificate issued by BPP;
g) Sworn affidavit

• disclosing whether or not any officer of the relevant committees of the Kwara State Polytechnic or
Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any
pecuniary interest in the bidder and to confirm that all information presented in its bid are true and
correct in all particulars;
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the
subject of any form of winding up petition or proceeding

h) Company’s Audited Accounts for the last three years (2020, 2021 & 2022);
i) Reference letter from a reputable commercial bank 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, QSDRBN,
ARCON, CORBON, SURCON 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) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided
(CAC, Tax Clearance Certificates, 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 submitted with a Covering/Forwarding letter under
the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued
by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address.
The letter head paper must bear the Names and Nationalities of the Directors of the company at
the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS


Interested firms are to collect the Standard Bidding Documents (SBD) from the office of the
Director, Works and Maintenance Services Department, Kwara State Polytechnic, Ilorin, upon
evidence of payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) only per lot,
paid into the Kwara State Polytechnic as follows:
Account Name: KWARA STATE POLYTECHNIC
Bank Name: FCMB
Account Number: 0838798109

5. SUBMISSION OF TENDER DOCUMENTS


Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with
softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly
marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be
put together in a bigger sealed envelope addressed to the Rector, Kwara State Polytechnic, Ilorin,
Kwara State and clearly marked with the name of the project and lot number.
Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder
and dropped in the designated tender Box in the office of the Registrar, Kwara State Polytechnic,
Ilorin between the working hours of 8:00am to 4:00pm not later than 12:00noon Monday, 19th
February, 2024. Please, ensure that you signed the bid submission register in the office of the
Registrar of the Polytechnic as the Polytechnic will not be held liable for misplaced of wrongly
submitted bids.

6. OPENING OF TECHNICAL BIDS


Only the technical bids will be opened immediately after the deadline of the submission at
12:00noon Monday, 19th February, 2024 in the conference room, Central Administration
Building, Kwara State Polytechnic, Ilorin, Kwara State in the presence of bidders or their
representatives, while the financial bids will be kept un-opened. For further enquiry, contact the
Director of Procurement, Kwara State
Polytechnic, Ilorin, Kwara State.

7. GENERAL INFORMATION
a. Bids must be in English Language and signed an official authorized by the firm;
b. Bids submitted after the deadline for submission would be returned un- opened;
c. Delivery by courier/post will be returned un-opened if delivered after the deadline for
submission;
d. All cost incurred as a result of the bid submission shall be borne by the bidders;
e. The technical bids will be opened in the presence of bidders or their representatives, CSOs in
the areas of Anti-Corruption and Transparency and private professional bodies; and will be
covered by video recording; invitation link will be sent to bidder who chooses to join the bid
opening online;
f. Only pre-qualified bidders will be invited at a later date for financial bids of unsuccessful
bidders will be returned un-opened.
g. The Polytechnic is not bound to award the contract to the lowest cost bidder but to the lowest
evaluated responsive bidder;
h. Kwara State Polytechnic, Ilorin is not bound to prequalify and bidder reserves the right to annul
the procurement process at any time without incurring any liabilities in accordance with section 28
of the Public Procurement ACT 2007.

Signed
Sadiq Ismaila
Ag. Registrar

You might also like