Author: tender-admin

  • FOOD AND AGRICULTURE ORGANIZATION(FAO)-INVITATION TO BIDS FOR ESTABLISHMENT OF A 5,000 M² (0.5 HA) FIELD (100 M × 50 M) DRIP IRRIGATION SYSTEM IN 10 SITES, NE NIGERIA

    FAO

    INVITATION TO BIDS (ITB2026/FRNIR/FRNIR/135929) ESTABLISHMENT OF A 5,000 M² (0.5 HA) FIELD (100 M × 50 M) DRIP IRRIGATION SYSTEM IN 10 SITES, NE NIGERIA

    INVITATION TO BID

    REFERENCE:2026/FRNIR/FRNIR/135929

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    PUBLISHED ON:17-APR-2026

    DEADLINE ON:30-APR-2026 17:00 (GMT 1.00)

    Description

    The FOOD AND AGRICULTURE ORGANIZATION of the United Nations (FAO) invites you to submit an ITB Nr 2026/FRNIR/FRNIR/135929 – Establishment of a 5,000 m² (0.5 ha) Field (100 m × 50 m) Drip Irrigation System in 10 Sites, NE Nigeria.

    FIND THE FULL NOTICE HERE: https://www.ungm.org/Public/Notice/298092

  • UNFPA-REQUEST FOR QUOTATION FOR NETWORK CABLING FOR UNFPA LAGOS LIAISON OFFICE

    UNFPA

    NETWORK CABLING FOR UNFPA LAGOS LIAISON OFFICE

    REQUEST FOR QUOTATION

    REFERENCE:UNFPA-NGA-00006

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    REGISTRATION LEVEL:BASIC

    PUBLISHED ON:17-APR-2026

    DEADLINE ON:27-APR-2026 12:00 (GMT -4.00)

    Description

    UNFPA hereby solicits a quotation for the Network Cabling for UNFPA Lagos Liaison Office. The upgrade includes the installation of structured network cabling, deployment of networking equipment, and associated power infrastructure to ensure reliable connectivity and secure monitoring of the office environment.

    FIND THE FULL NOTICE HERE: https://www.ungm.org/Public/Notice/298097

  • IOM-REQUEST FOR QUOTATION FOR PURCHASE AND SUPPLY OF DIESEL TO HUMANITARIAN HUBS IN LGAS WITHIN BORNO STATE

    IOM

    PURCHASE AND SUPPLY OF DIESEL TO HUMANITARIAN HUBS IN LGAS WITHIN BORNO STATE

    REQUEST FOR QUOTATION

    REFERENCE:30000023490

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    REGISTRATION LEVEL:BASIC

    PUBLISHED ON:17-APR-2026

    DEADLINE ON:27-APR-2026 09:45 0.00

    Description

    Purchase and Supply of Diesel to Humanitarian Hubs in LGAs within Borno State

    FIND THE FULL NOTICE HERE:https://www.ungm.org/Public/Notice/298107

  • IOM-REQUEST FOR QUOTATION FOR ONE YEAR LONG TERM AGREEMENT FOR VEHICLE RENTAL IN PLATEAU, KADUNA AND TARABA

    IOM

    ONE YEAR LONG TERM AGREEMENT FOR VEHICLE RENTAL IN PLATEAU, KADUNA AND TARABA

    REQUEST FOR QUOTATION

    REFERENCE:30000024196

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    REGISTRATION LEVEL:BASIC

    PUBLISHED ON:17-APR-2026

    DEADLINE ON:27-APR-2026 10:08 0.00

    Description

    International Organization for Migration kindly requests your quotation for the provision of the goods, works and/or services described in the RFQ submission form below. When preparing your quotation, please be guided by the RFQ information below.

    FIND THE FULL NOTICE HERE:https://www.ungm.org/Public/Notice/298115

  • IOM-REQUEST FOR QUOTATION FOR LUNCH BREAK FOR 542 PROJECT PARTICIPANTS FOR 20 DAYS IN 10 LOCAL GOVERNMENTS 


    IOM

    LUNCH BREAK FOR 542 PROJECT PARTICIPANTS FOR 20 DAYS IN 10 LOCAL GOVERNMENTS

    REQUEST FOR QUOTATION

    REFERENCE:30000024180

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    REGISTRATION LEVEL:BASIC

    PUBLISHED ON:17-APR-2026

    DEADLINE ON:27-APR-2026 11:35 0.00

    Description

    Requesting quotation for Lunch break for 542 project participants for 20days in 10 LGAs (Batsari,Dandume, Danmusa, Faskari, Jibia, Kankara, Sabuwa and Safana (Katsina State) and Bungudu and Gusau (Zamfara State).

    FIND THE FULL NOTICE HERE:https://www.ungm.org/Public/Notice/298116

  • UNIVERSITY OF BENIN-INVITATION TO TENDER FOR THE RE-PRIORITISED 2025 TETFUND ACADEMIC STAFF TRAINING AND DEVELOPMENT (2025-TSAS) INTERVENTION

    UNIVERSITY OF BENIN
    P.M.B 1154, BENIN CITY, EDO STATE
    INVITATION TO TENDER FOR THE RE-PRIORITISED 2025 TETFUND ACADEMIC STAFF TRAINING AND DEVELOPMENT (2025-TSAS) INTERVENTION

    1. INTRODUCTION
    The Tertiary Education Trust Fund (TETFund) has abated funds to the University for the execution of the re-prioritized 2025 TETFund Academic Staff Training and Development (2025-tsas) Intervention.
    The University in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations hereby invites interested, competent and eligible contractors with proven strength and experience to submit bids for the following project, under 2025 TETFund Academic Staff Training and Development (2025-TSAS) Intervention.

    2. SCOPE OF WORK
    (A) RE-PRIORITISED 2025 TETFUND ACADEMIC STAFF TRAINING AND DEVELOPMENT (2025-TSAS) INTERVENTION

    LOT 1: Supply, Installation, Testing and Commissioning of reprioritization of Academic Staff Training and Development Intervention to procure laboratory equipment for the University Central Laboratory for various department.

    3. ELIGIBILITY REQUIREMENT
    Prospective bidders should submit the under listed documents to be able to participate:
    (a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC & CAC7.
    (b) Evidence of company Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025, with minimum average turnover of 300 million;
    (c) Evidence of Pension Compliance Certificate valid till 31st December, 2025;
    (d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
    (e) Evidence of National Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025.
    (f) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid certificate issued by BPP.
    (g) Sworn Affidavit
    – Disclosing whether or not any officer of the relevant committees of University of Benin or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the Bidder and to confirm that 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 matters.
    – That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceeding or 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, or 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 past three years (2022, 2023, & 2024) duty acknowledged by Federal Inland Revenue Service (FIRS).
    (i) Reference letter from any reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
    (j) Company’s Profile with Curriculum Vitae (CV) of Key Staff to be deployed for the Project, including copies of their Academic/Professional Qualifications (ARCON, CORBON, COREN, QSRBN);
    (k) Verifiable documentary/evidence of at least three (3) similar jobs in the last five (5) years including Letters of Awards, Valuation certificates, Job completion certificates and photographs of the projects;
    (l) All documents for submission must be transmitted with covering/forwarding letter under the Company/Firm’s Letter Head Paper bearing among others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone number, (preferable GSM no.) and e-mail address. The Letterhead Paper must bear the Names and Nationality 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 Standard Bidding Documents (SBD) from the office of the Director of Procurement, University of Benin, Benin City, Edo State, on evidence of Payment of a non-refundable fee or N10, 000.00 paid into University of Benin remita account in any reputation bank in Nigeria.

    5. SUBMISSION OF TENDER DOCUMENTS
    Prospective bidders are to submit two (2) hard copies of the Technical and financial bids with soft copies of financial bid packaged separately in a sealed envelope and clearly marked as ‘Technical Bid’ or ‘financial Bid’ Thereafter, put the two sealed envelopes together in a bigger sealed envelope address to:
    The Vice Chancellor,
    University of Benin, Benin city, Edo State
    P.M.B 1154, Benin City, Edo State.
    And clearly marked RE-PRIORITISE 2025 TETFUND ACADEMIC STAFF TRAINING AND DEVELOPMENT (2025-TSAS) INTERVENTION
    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 Director of Procurement not later than 12:00pm, Monday, 11th May, 2026.

    6. OPENING OF TENDER DOCUMENTS
    Bid will be opened immediately after the dateline for submission by 12:00 noon of Monday, 11th May, 2026 in the University Academic Board Room. Ensure you sign the Bid Submission Register as the College will not be held liable for misplaced or wrongly submitted bids.

    7. GENERAL INFORMATION
    (i) Bids must be in English authorized by the bidder;
    (ii) Bids submitted after the deadline for submission would be returned un-opened;
    (iii) All costs will be borne by the bidders.
    (iv) Only pre-qualified bidders at technical evaluation will be invited for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.
    (v) University of Benin is not bound to pre-qualify 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:
    The Vice Chancellor,
    University of Benin, Benin city, Edo State

  • NIGERIA ARMY COLLEGE OF ENVIRONMENTAL SCIENCE AND TECHNOLOGY MAKURDI, BENUE STATE-INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2026 TETFUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION PROJECT


    NIGERIA ARMY COLLEGE OF ENVIRONMENTAL SCIENCE AND TECHNOLOGY
    MAKURDI, BENUE STATE

    INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2026 TETFUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION PROJECT

    1.0 INTRODUCTION
    The Management of Nigeria Army College of Environmental Science and Technology Makurdi, Benue State in pursuant of its mandate, and in line with the Public Procurement Act 2007 (as amended), the College hereby invite interested, competent/qualified and experience Contractors/Firms with relevant experiences and good track records of prompt delivery of similar projects who may wish to be pre-qualified for the Procurement of Goods and Services under the YEAR 2026 TETFUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION PROJECT below:

    2.0 SCOPE OF WORKS
    Year 2026 TETFUND Project Infrastructure Intervention
    Lot 1: Proposed Construction and Furnishing of (One suspended Floor) Classrooms and Offices Blocks

    Year 2026 TETFUND Project Maintenance Intervention
    Lot 1: Proposed Remodeling of Rector’s Office
    Lot 2: Proposed Refurbishing of NACEST Theater.

    3.0 ELIGIBILITY REQUIREMENTS
    For purposes of evaluation, interested Contractors should supply the under listed information including but not limited to the following:
    a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name 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 (2022, 2023 and 2024) valid till 31st December, 2025;
    c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
    d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N30m and above);
    e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025;
    f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025;
    g. Sworn Affidavit:
    i. Certifying that the company is not in receivership, insolvency or bankruptcy.
    ii. Stating that no officer of Nigeria Army College of Environmental Science and Technology, Makurdi or Bureau of Public Procurement is a Director or Shareholder or has any pecuniary interest in the bidder.
    iii. Also, that none of the Directors of the Company has been convicted for criminal offence in relation to fraud or financial impropriety in any court in Nigeria or elsewhere.
    iv. And that all information presented in the bid is true and correct in all particulars.
    h. Company’s Audited Account for the last three (3) years (2022, 2023 and 2024)
    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 the Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
    k. Verifiable document evidence of similar jobs executed in the last five (5) years including Letter of Award.
    l. For joint venture/partnership, Memorandum of Understanding (MOU) should be provided indicating the duties and responsibilities of individual firms constituting the joint venture.
    m. 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 Letter Head Paper must bear Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

    4.0 COLLECTION OF TENDER DOCUMENTS
    Interested Companies are to collect the Prequalification and Tender Documents from the Procurement Unit, Nigeria Army College of Environmental Science and Technology Makurdi, Benue State on providing evidence of payment of a non-refundable fee of N10,000.00 (Ten Thousand Naira) only.

    5.0 SUBMISSION OF TENDER DOCUMENTS
    Prospective bidders are to submit two (2) hard copies of the Technical and Financial Bids (original and photocopy) packaged separately in sealed envelopes and clearly marked “Technical Bid” and Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope and addressed to: The Head of Procurement, Nigeria Army College of Environmental Science and Technology Makurdi, Benue State and clearly marked with the name of the project and lot number. Each of the envelopes must have the name and full address of the bidder at the reverse side of the envelope where the lot number and project were written. Furthermore, the sealed and properly addressed envelope shall be dropped in the Designated Tender Box situated in the Procurement Unit, Nigeria Army College of Environmental Science and Technology Makurdi, not later than 12:00pm of Friday, 08th May, 2026. Kindly remember to sign the Bid Submission Register at the point of submission as the Polytechnic will not be liable for wrongly submitted Bids.

    6.0 OPENING OF TENDER DOCUMENTS
    The Prequalification and Tender Documents shall be opened after the deadline for submission by 12:00pm on Friday, 08th May, 2026 at the Procurement Unit, Nigeria Army College of Environmental Science and Technology Makurdi, Benue State in the presence of the bidders or their representatives. While, the financial bids will be kept un-opened please.

    7.0 GENERAL INFORMATION
    a. Bids must be in English Language and signed by 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. Only pre-qualified bidders at technical evaluation will be called at a later date for collection of tender documents for the financial bids;
    e. The Nigeria Army College of Environmental science and Technology Makurdi, Benue State is not bound to pre-qualify 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 2007 Public Procurement ACT.

    Signed:
    MANAGEMENT

  • FEDERAL POLYTECHNIC KALTUNGO, GOMBE STATE-GENERAL PROCUREMENT NOTICE (GPN) FOR THE YEAR 2026 TETFUND INTERVENTION PROJECT

    FEDERAL POLYTECHNIC KALTUNGO
    P.M.B. 009 KALTUNGO, GOMBE STATE
    GENERAL PROCUREMENT NOTICE (GPN) FOR THE YEAR 2026 TETFUND INTERVENTION PROJECT

    1. INTRODUCTION
      The Polytechnic in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implement the Polytechnic Year 2026 TETFUND Intervention Projects. The Polytechnic hereby issue a general procurement notice to interested, competent and reputable contractors with relevant experience and good record of accomplishment for the Execution of the underlisted Project:
    2. PROJECTS
      S/N: PROJECT DESCRIPTION
      1: Propose Renovation of Main Hostel Block B and Auditorium
      2: Supply of Assorted Library Books and Equipment
      3: Supply of Equipment/ Resource Material for Carrier Center
    3. Interested and eligible contractors, suppliers and vendors are advised to lookout for specific Procurement notice (SPN) for various projects and goods mentioned above in the National Dailies and Notice board
    4. This advertisement is NOT an invitation to tender
    5. ELIGIBILITY REQUIREMENTS
      Bids shall be evaluated based on criteria including but not limited to:
      a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
      b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31″ December, 2026;
      c. Evidence of Pension Clearance Certificate valid till 31″ December 2026 (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 31″ 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 31″ December, 2026;
      f. Evidence of Registration on the National Database of the Polytechnic Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026 or valid Certificate issued by BPP.
      g. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs)
      h. Evidence of Registration with Nigeria Publisher’s Association (NPA) for Books supply.
      i. List of plant and Equipment and proof of ownership for works

    PLEASE NOTE
    Signed:
    RECTOR

  • USMANU DANFODIYO UNIVERSITY, SOKOTO-INVITATION FOR TECHNICAL AND FINANCIAL PROPOSALS FOR THE PROCUREMENT OF OFFICIAL VEHICLES

    USMANU DANFODIYO UNIVERSITY, SOKOTO
    (OFFICE OF THE VICE CHANCELLOR)
    P.M.B. 2346, SOKOTO

    INVITATION FOR TECHNICAL AND FINANCIAL PROPOSALS FOR THE PROCUREMENT OF OFFICIAL VEHICLES

    1.0 INTRODUCTION
    Usmanu Danfodiyo University Sokoto, Sokoto State, a federal tertiary institution established in 1975 by the Laws of the Federation of Nigeria, in compliance with the provisions of the Public Procurement Act, 2007 (as amended), intends to undertake the following projects. Interested, competent, and reputable companies with relevant experience and a proven track record of prompt delivery of similar projects are hereby invited to bid for the projects listed below. Funding for these projects will be sourced from the University’s Internally Generated Revenue (IGR).

    SCOPE OF WORKS/SUPPLY

    LOT NO.PROPOSED PROJECTS
    UDUS/PTB/2026/LOT IProcurement of 2022 Model Toyota Corolla Vehicle for Deputy Vice Chancellor Academic
    UDUS/PTB/2026/LOT IIProcurement of 2015 Toyota Venza SUV Vehicles as Utility Vehicles to the University.

    2.0 ELIGIBILITY REQUIREMENT
    Firms shall attach the following in their submissions:
    i) Evidence of Registration with Corporate Affairs Commission (CAC) as a limited liability company by inclusion Certificate of incorporation and Form CAC2 and CAC7.
    ii) Evidence of Company’s Current Tax Clearance Certificate (TCC) for the past three years (3) (2023, 2024 and 2025) valid till December, 2025
    iii) Evidence of Company annual return to CAC for the past three (3) years; (2023, 2024 and 2025)
    iv) Evidence of Current Certificate of Compliance by National Pension Commission (PENCOM) amended PenCom Reform Act 2014 valid till 31/12/2025
    v) Evidence of Current Certificate of Compliance by Industrial Training Fund in line with the Provision of ITF Act, 2005 valid till 31/12/2025
    vi) Evidence of Current Certificate of the Nigeria Social Insurance Trust Fund (NSITF) valid till 31/12/2025
    vii) Evidence of Registration with professional bodies indicating the current practice License for the year 2025 such as; ARCON, COREN, SURCON, QSRBN, CORBON etc.
    viii) Evidence of Registration on the National Data Base for service provider by attaching the Interim Registration Report (IRR) indicating the expiring date Dec. 2025 or valid certificate issued by BPP.
    ix) Firms/consortiums are required to submit current sworn affidavits:
    a. Indicating that the company do not have any director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of acts relating to any matter;
    b. Indicating that no officer of the University or the Bureau is a former or present director, shareholder or has any pecuniary interest in the company;
    c. Confirming that all information presented in its EOI are true and correct in all particulars; and
    d. Confirming that the firm is not in receivership or is the subject of any type of insolvency proceedings;

    3.1 OTHER REQUIREMENTS (to be Scored)
    Bids that fulfil all of the requirements listed in 4.1 above shall further be subjected to Technical Evaluation based on the under-listed requirements and only bids that were adjudged to be technically competent and meet the minimum qualifying score (to be decided by Technical Evaluation Subcommittee of the Tenders Board) will be prequalified for participation at the financial tender stage.
    i) Evidence of manufacturers authorization as Accredited representative / dealership in Nigeria
    ii) Company Audited Report for the past three (3) years (2023, 2024 and 2025);
    iii) Comprehensive company profile with complete CVs of key professionals Including photocopies of relevant academic and professional qualifications, contact phone numbers and company’s organogram.
    iv) Summary of at least three (3) projects of similar nature and complexity comparable to the project under consideration executed as a prime contractor over the past three years (2023, 2024 and 2025 including their award letters and completion certificates.
    v) Evidence of financial capability supported with Bank statement or commitment from reputable bank;
    vi) Certificate of Independent Tender Determination

    4.0 INSTRUCTION TO BIDDERS
    i) Bidders should submit their application using their letter headed paper bearing the names, nationalities, RC No. And Telephone Nos. of the Directors of the Company at the bottom of the page;
    ii) Bidders should arrange all documents in the order as listed in the advert;
    iii) Interested firms shall not bid for more than two lots;
    iv) Firms who have worked for the University and have history of poor performance, abandonment, termination and/or prolonged period need not to apply;
    vi) Submission must be made only in English language (section 16(10));
    v) Noncompliance to any of the instructions shall lead to disqualification;
    vi) Bids with values of N300 Million and above for Works and Bids with value of N100Million and above for Goods/Services must be accompanied with 2% Bid Security and
    vii) Bid Security should be provided alongside with financial Bid in a separate envelope

    5.0 NOTE:
    i) Certificate(s) may be referred to the respective issuing authority for verification and authentication;
    ii) The evaluation shall be strictly based on the requirement specified above;
    iii) Only prequalified technical bidders will be Proceed/invited for the next stage (financial bidding processes).

    6.0 COLLECTION OF TENDER DOCUMENTS
    Interested Companies are to collect the Standard Bidding Document (SBD) from the Directorate of Procurement, Office of the Vice Chancellor, Usmanu Danfodiyo University, P.M.B. 2346, Sokoto, upon payment of a non-refundable tender fee of N10,000.00 per Lot, paid into the Usmanu Danfodiyo, Sokoto’s Remita account in any reputable Commercial Bank in Nigeria.

    7.0 SUBMISSION AND CLOSING DATE:
    Prospective bidders should enclose their submission in an envelope with name and address of the bidding entity clearly stated on the reverse side of each envelope. The envelope shall be clearly marked “Invitation to Tender: Project Title and Lot No”. Telephone number and mailing address of the bidding entity should be clearly stated on the reverse side of the envelope. The envelope should be addressed and submitted to the address below on or before Monday 4th, May 2026 (Two weeks from the date of this advert). The bid documents should be submitted / deposited in the tender box provided at the office of the Director, Procurement, between 10am and 4pm daily. Late submission shall not be accepted.

    Ag. Director, Procurement,
    (Office of the Vice Chancellor)
    Usmanu Danfodiyo University, Sokoto,
    P. M. B. 2346, Sokoto.

    8.0 OPENING DATE OF DOCUMENTS
    The Technical bids will be opened immediately after the closing date and time for the submission of this bid, i.e. Monday 4th May, 2026 at 12: noon at the Conference Room, Office of the Director, Procurement, Maintenance Base, Main Campus, Respective of bidders and general public are invited to attend. The list of the prequalified bidders shall be pasted on the notice boards at the following places:
    * City Campus (Office Block of the Director, Veterinary Teaching Hospital);
    * Main Campus – Abdullahi Fodiyo Library & Physical Planning and Dev. Department notice boards, and;
    * Website of the University http://www.udusok.edu.ng.

    9.0 DISCLAIMER
    This announcement is published for information purposes only and does not constitute an offer by the Usmanu Danfodiyo University, Sokoto to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the University to procure concession services.

    The University will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

    The University is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof in accordance with Section 28 of the Public Procurement Act. 2007.

    Signed:
    Ag. Director, Procurement
    For: Vice Chancellor
    Usmanu Danfodiyo University, Sokoto

  • ADMIRALTY UNIVERSITY OF NIGERIA, IBUSA, DELTA STATE-GENERAL PROCUREMENT NOTICE (GPN) FOR THE YEAR 2026 TETFUND AND CAPITAL PROJECTS


    ADMIRALTY UNIVERSITY OF NIGERIA
    IBUSA, DELTA STATE.
    ADUN
    GENERAL PROCUREMENT NOTICE (GPN) FOR THE YEAR 2026 TETFUND AND CAPITAL PROJECTS

    1. INTRODUCTION
    The University in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implement the University Year 2026 TETFUND and capital Projects The University hereby issue a general procurement notice to interested, competent and reputable contractors with relevant experience and good record of accomplishment for the Execution of the underlisted Project:

    2. PROJECTS

    S/NPROJECT DESCRIPTION
    1Propose Construction and Furnishing of Faculty of environmental sciences
    2Supply of assorted library books and journal and e- library equipment and furniture
    3Supply of laboratory equipment and furniture
    4Supply of furniture and e- resources for career center
    5Supply of ICT equipment and training ICT staff

    3. Interested and eligible contractors, suppliers and vendors are advised to lookout for specific Procurement notice (SPN) for various projects and goods mentioned above in the National Dailies and Notice board

    4. This advertisement is NOT an invitation to tender

    5. ELIGIBILITY REQUIREMENTS
    Bids shall be evaluated based on criteria including but not limited to:
    a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
    b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2026;
    c. Evidence of Pension Clearance Certificate valid till 31st December 2026 (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 ₦50m and above);
    e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2026;
    f. Evidence of Registration on the National Database of the Polytechnic Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026 or valid Certificate issued by BPP.
    g. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs)
    h. Evidence of Registration with Nigeria Publisher’s Association (NPA) for Books supply.
    i. List of plant and Equipment and proof of ownership for works

    PLEASE NOTE

    Signed:
    VICE CHANCELLOR