SPECIFIC PROCUREMENT NOTICE FOR EXPRESSION OF INTEREST (EOI), PREQUALIFICATION OF TENDER & INVITATION TO TENDER FOR THE YEAR 2026 PROJECTS
NO. 6, ZAMBEZI CRESCENT OFF, AGUIYI IRONSI STREET, MAITAMA-ABUJA SPECIFIC PROCUREMENT NOTICE FOR EXPRESSION OF INTEREST (EOI), PREQUALIFICATION OF TENDER & INVITATION TO TENDER FOR THE YEAR 2026 PROJECTS INTRODUCTION The Tertiary Education Trust Fund (TETFund) in compliance with the provisions of Public Procurement Act, (2007), intends to execute Projects/Programmes, (Procurement of Goods, Works and Services), Research and Development Projects/Programmes and Provision of Alternative Power Source to Some Selected Beneficiary Institutions. Interested, competent and eligible Contractors, Suppliers and Service Providers are hereby invited to submit Expression of Interest (EoI) and Prequalification Documents in not more than Two (2) LOTS. A. CATEGORY 1A; (SPN-WORKS): PREQUALIFICATION LOT 1; SPN-WORKS (PREQ): CONSTRUCTION OF EIGHT (8) MEDICAL SIMULATION CENTRES SPN-WORKS (PREQ); LOT 1A: At University of Ilorin; SPN-WORKS (PREQ); LOT 1B: At Muhammadu Buhari University, Maiduguri; SPN-WORKS (PREQ); LOT 1C: At Ahmadu Bello University, Zaria; SPN-WORKS (PREQ); LOT 1D: At Nnamdi Azikiwe University, Awka; SPN-WORKS (PREQ); LOT 1E: At University of Benin; SPN-WORKS (PREQ); LOT 1F: At University of Lagos; SPN-WORKS (PREQ); LOT 1G: At Federal University of Health Science, Azare; and SPN-WORKS (PREQ); LOT 1H: At Federal University of Health Science, Ila-Oragun. LOT 2; SPN-WORKS (PREQ): CONSTRUCTION OF ICT EXPERIENCE CENTRES AT BENEFICIARY INSTITUTIONS IN THE SIX (6) GEO-POLITICAL ZONES LOT (2A:NORTH-CENTRAL, 2B:NORTH-EAST; 2C: NORTH-WEST; 2D:SOUTH-EAST; 2E:SOUTH-SOUTH; AND LOT 2F:SOUTH-WEST) LOT 3; SPN-WORKS (PREQ): Upgrade of Alternative Solar Power Energy @ TETFund Headquarters, Abuja; LOT 4; SPN-WORKS (PREQ): SUPPLY AND INSTALLATION OF POWER GENERATING MACHINE AND ACCESSORIES TO THREE (3) ZONAL OFFICES OF THE FUND- LOTS 4A: KARU, (NASARAWA STATE); 4B: KADUNA, (KADUNA STATE) AND 4C: PORT-HARCOURT, (RIVERS STATE): LOT 5; SPN-WORKS (PREQ): PROVISION OF ELECTRONIC TRICYCLES AND CONSTRUCTION OF CHARGING STATIONS FOR CAMPUS TRANSPORTATION IN SOME SELECTED PUBLIC TERTIARY INSTITUTIONS: SPN (WORKS); LOT 5A:North-West and North-East Zones; SPN (WORKS); LOT 5B:North-Central and South-West Zones; and SPN (WORKS); LOT 5C:South-South and South-East Zones. B. CATEGORY 1B (SPN-WORKS) INVITATION TO TENDER (ITT): SPN-WORKS (ITT); LOT 1: Provision of a Functioning Anti-Fire/Fire Depressant Mechanisms in the Fund's Data Centre. SPN-WORKS (ITT); LOT 2: Upgrade of Data & Power LAN and Enhance Internet Connectivity in the Entire TETFund Headquarters; LOT 3 (A-E); SPN-WORKS (ITT): PROVISION OF ALTERNATIVE POWER SOLAR ENERGY @ FIVE (5) TETFund ZONAL OFFICES (LOTS 3A: KARU, NASARAWA STATE; LOTS 3B: KADUNA; LOTS 3C: BAUCHI; LOTS 3D:ENUGU; AND LOTS 3E: PORT-HARCOURT) LOT 4; SPN-WORKS (ITT): UPGRADE OF ICT COMPUTER LABS TO AI-POWERED P2P PEDAGOGICAL CENTRES IN SOME SELECTED TETFund BENEFICIARY INSTITUTIONS ACROSS THE SIX (6) GEO- POLITICAL ZONES (LOTS 4A:NORTH-CENTRAL, 4B:NORTH-EAST; 4C: NORTH-WEST; 4D:SOUTH-EAST; 4E:SOUTH-SOUTH; AND LOT 4F:SOUTH-WEST) SPN-WORKS (ITT); LOT 5A: Provision of Works and Management Services for Beneficiary Identity Services Infrastructure; SPN-WORKS (ITT); LOT 5B: Provision of Works and Management Services for Upgrade and Operationalisation of AI-Enabled Academic Integrity and Plagiarism Detection Infrastructure; SPN-WORKS (ITT); LOT 5C: Provision of Works and Management Services for the Establishment and Federation of Institutional Academic Repository Infrastructure; SPN-WORKS (ITT); LOT 5D: Provision of Works and Management Services for Provisioning, Deployment, and Lifecycle Administration of Productivity, Teaching, and Research Software Infrastructure; SPN-WORKS (ITT); LOT 5E: Provision of Works and Management Services for Implementation of Data Protection, Cybersecurity, and NDPR Compliance Assessment; and SPN-WORKS (ITT); LOT 5F: Provision of Works and Management Services for Design, Deployment, and Institutional Automation of Digital Intervention Processing and Academic Staff Training & Development Workflow Infrastructure. SPN-WORKS (ITT); LOT 6: Procurement, Installation & Upgrade of Fire Fighting Equipment at TETFund Headquarter, Abuja. C. CATEGORY 2A (SPN-GOODS) PREQUALIFICATION: SPN-GOODS (PREQ); LOT 1: PROCUREMENT, INSTALLATION OF EQUIPMENT AND TRAINING AT SIX (6) ZONAL MULTI-PURPOSE RESEARCH LABORATORIES ACROSS THE SIX (6) GEO-POLITICAL ZONES-PHASE I: SPN-GOODS (PREQ); LOT 1A: At University of Abuja; SPN-GOODS (PREQ); LOT 1B: At Bayero University, Kano; SPN-GOODS (PREQ); LOT 1C: At University of Port-Harcourt; SPN-GOODS (PREQ); LOT 1D: At University of Lagos; SPN-GOODS (PREQ); LOT 1E: At University of Nigeria, Nsukka; and SPN-GOODS (PREQ); LOT 1F: At Muhammadu Buhari University Maiduguri. SPN-GOODS (PREQ); LOT 2: EQUIPPING/OPERATIONALIZATION OF EIGHT (8) MEDICAL SIMULATION CENTRES: SPN-GOODS (PREQ); LOT 2A: At University of Ilorin; SPN-GOODS (PREQ); LOT 2B: At Muhammadu Buhari University, Maiduguri; SPN-GOODS (PREQ); LOT 2C: At Ahmadu Bello University, Zaria; SPN-GOODS (PREQ); LOT 2D: At Nnamdi Azikiwe University, Awka; SPN-GOODS (PREQ); LOT 2E: At University of Benin; SPN-GOODS (PREQ); LOT 2F: At University of Lagos; SPN-GOODS (PREQ); LOT 2G: At Federal University of Health Science, Azare; and SPN-GOODS (PREQ); LOT 2H: At Federal University of Health Science, Ila Oragun. SPN-GOODS (PREQ); LOT 3 (A-F): PROCUREMENT, INSTALLATION OF MEDICAL/DENTAL EQUIPMENT AND TRAINING IN SELECTED BENEFICIARY INSTITUTIONS ACROSS THE SIX (6) GEO POLICAL ZONES (LOTS 3A: NORTH-CENTRAL, 3B: NORTH-EAST; 3C: NORTH-WEST; 3D: SOUTH-EAST; 3E: SOUTH-SOUTH; AND LOT 3F: SOUTH-WEST) SPN-GOODS (PREQ); LOT 4 (A-F): PROCUREMENT, INSTALLATION, TESTING, COMISSIONING AND TRAINING FOR LABORATORY AND WORKSHOP EQUIPMENT IN SELECTED BENEFICIARY INSTITUTIONS ACROSS THE SIX (6) GEO POLICAL ZONES (LOTS 4A: NORTH-CENTRAL, 4B: NORTH-EAST; 4C: NORTH-WEST; 4D: SOUTH-EAST; 4E: SOUTH-SOUTH; AND LOT 4F: SOUTH-WEST) D. CATEGORY 2B (SPN GOODS) INVITATION TO TENDER (ITT): SPN-GOODS (ITT); LOT 1 (A-F): PROCUREMENT AND INSTALLATION OF COMPUTERS FOR SIX (6) ZONAL OFFICES OF THE FUND @ (LOT 1A: KARU, NASARAWA STATE; LOT 1B: BAUCHI; LOT 1C: KADUNA; LOT 1D: ENUGU; LOT 1E PORT-HARCOURT; AND LOT 1F: LAGOS) SPN-GOODS (ITT); LOT 2 (A-F): PROCUREMENT AND INSTALLATION OF OFFICE EQUIPMENT FOR SIX ZONAL OFFICES OF THE FUND @ (LOT 2A: KARU, NASARAWA STATE; LOT 2B: BAUCHI; LOT 2C: KADUNA; LOT 2D: ENUGU; LOT 2E PORT-HARCOURT; AND LOT 2F: LAGOS) SPN-GOODS (ITT); LOT 3: Procurement and Installation of Multimedia Equipment to TETFund’s Headquarters, Abuja; SPN-GOODS (ITT); LOT 4: Procurement and Installation of Air Conditioner at TETFund’s Headquarter, Abuja; SPN-GOODS (ITT); LOT 5A: Procurement and Installation of Desktop Computers and Accessories at TETFund’s Headquarter, Abuja; SPN-GOODS (ITT); LOT 5B: Procurement and Installation of Laptop Computers and Accessories at TETFund’s Headquarter, Abuja; SPN-GOODS (ITT); LOT 6: Procurement and Installation of UPS for the Lift at New Wing of TETFund’s Headquarter Abuja; and SPN-GOODS (ITT); LOT 7: Procurement and Installation of Office Furniture at TETFund’s Headquarter, Abuja. E. CATEGORY 3 (EOI CONSULTACY SERVICES-CS): EOI-CS LOT 1: PROVISION OF PROFESSIONAL CONSULTANCY SERVICES FOR TETFUND PROJECTS: EOI-CS LOT 1A: Architectural Services; EOI-CS LOT 1B: Structural Engineering Services; EOI-CS LOT 1C: Quantity Survey Services; EOI-CS LOT 1D: Mechanical Engineering Services; EOI-CS LOT 1E: Electrical Engineering Services; and EOI-CS LOT 1F: Information & Communication Technology (ICT) Services (Pre and Post Contracts Services for the Establishment of ICT Experience Centres and the Upgrade of Computer Labs). EOI-CS; LOT 2: PROVISION OF INFORMATION & COMMUNICATION TECHNOLOGY (ICT) SERVICES; EOI CS LOT 2A; Infrastructure Readiness Assessment, Training and On-Boarding for AI-Powered P2P Pedagogical Learning Centers for all Beneficiary Institutions-North EOI CS LOT 2B; Infrastructure Readiness Assessment, Training and On-Boarding for AI-Powered P2P Pedagogical Learning Centers for all Beneficiary Institutions-South EOI CS LOT 3; ICT UPGRADE & MAINTENANCE SERVICES: EOI-CS; LOT 3A: Engagement of IT Consultant for the Digitization of Internal Working Documents to be used with the Fund’s EDMS and other Electronic Platforms; and EOI-CS; LOT 3B: Engagement of IT Consultant for the Provision of Requisite IT Software/Platform to enhance Productivity. EOI-CS; LOT 4: PROVISION OF QUALITY ASSURANCE CERTIFICATION FOR ICT STRATEGY: EOI-CS; LOT 5: Provision of ICT Consultancy Services. EOI-CS; LOT 6 PROVISION OF CONSULTANCY SERVICES FOR QUALITY ASSURANCE OF TETFUND’S PROJECTS IN BENEFICIARY INSTITUTIONS ACROSS THE SIX (6) GEO-POLITICAL ZONES: EOI-CS LOT 6A: North-Central EOI-CS LOT 6B: North-East EOI-CS LOT 6C: North-West EOI-CS LOT 6D: South-East EOI-CS LOT 6E: South-South ; and EOI-CS LOT 6F: South-West F. CATEGORY 4 (EOI CONSULTANCY SERVICES-NCS): EOI-NCS LOT 1; ENGAGEMENT OF TRAINER FOR THE TRAINING ON INNOVATIVE RESEARCH, (TETFAIR) FOR TETFUND BENEFICIARY INSTITUTIONS: EOI-NCS; LOT 1A: Engagement of Trainer for the Training on Innovative Research, (TETFAIR) for TETFund Beneficiary Institutions, (Universities); EOI-NCS; LOT 1B: Engagement of Trainer for the Training on Innovative Research, (TETFAIR) for TETFund Beneficiary Institutions, (Polytechnics); EOI-NCS; LOT 1C: Engagement of Trainer for the Training on Innovative Research, (TETFAIR) for TETFund Beneficiary Institutions, (Colleges of Education-Technical); EOI-NCS; LOT 2: Training on Advancing Innovation and Uptake of Research Outputs; EOI-NCS; LOT 3: ENGAGEMENT OF TRAINER FOR TRAINING ON RESEARCH FOR IMPACT INITIATIVE (R4I) FOR TETFUND BENEFICIARY INSTITUTIONS: EOI-NCS; LOT 3A: Engagement of Trainer for Training on Research for Impact Initiative (R4I) for TETFund Beneficiary Institutions, (Universities); EOI-NCS; LOT 3B: Engagement of Trainer for Training on Research for Impact Initiative (R4I) for TETFund Beneficiary Institutions, (Polytechnics); EOI-NCS; LOT 3C: Engagement of Trainer for Training on Research for Impact Initiative (R4I) for TETFund Beneficiary Institutions, (Colleges of Education-Technical); EOI-NCS; LOT 4: Engagement of Trainer for the Training on Advancing Innovation and Uptake of Research Outputs for Commercialization for TETFund Beneficiary Institutions; EOI-NCS; LOT 5: Engagement of Trainer for the Training on Triple Helix to the Directors of R&D Units of TETFund Beneficiary Institutions, (Universities, Polytechnics and College of Education); EOI-NCS; LOT 6: Engagement of Trainer for the Training on Transformative Innovation Workshop (TIW) for TETFund Beneficiary Institutions; EOI-NCS; LOT 7: Engagement of Trainer for Basic Hands-on Training on Molecular Biology and Genomics for TETFund Beneficiary Institutions; EOI-NCS; LOT 8: Engagement of Trainer for the Training on Advanced Hands-on Training on Molecular Biology and Genomics for TETFund Beneficiary Institutions; EOI NCS LOT 9; Engagement of Trainer for the Training on Research Administration for the TETFUND Beneficiary Institutions; EOI-NCS; LOT 10: Engagement of Trainer for the Training on Research Commercialization for TETFund Beneficiary Institutions. EOI-NCS; LOT 11: Engagement of Trainer for the Training on Managing Academia-Industry Collaboration for TETFund Beneficiary Institutions at (Universities, Polytechnics and Colleges of Education); EOI-NCS; LOT 12: Engagement of Trainer for the Training on Technology Transfer and Commercialization for TETFund Beneficiary Institutions at (Universities, Polytechnics and College Of Education); EOI-NCS; LOT 13: Engagement of Trainer for the Training on Academia Community Partnership for TETFund Beneficiary Institutions; EOI-NCS; LOT 14: Engagement of Trainer for the Training on Entrepreneurship Effectuation for TETFund Beneficiary Institutions; EOI-NCS; LOT 15: Engagement of Trainer for Facilitation Programme on Horizon Europe Grant Writing & Project Management Training for TETFund Beneficiary Institutions; EOI-NCS; LOT 16: Engagement of Trainer for Basic and Advanced Hands-on Training on Forensic DNA for TETFund Beneficiary Institutions; EOI-NCS; LOT 17: Engagement of Trainer for Basic and Advanced Hands-On Training on Cancer Genomics and Precision Oncology for TETFund Beneficiary Institutions; EOI-NCS; LOT 18: Engagement of Event Manager for 2026 Research Output Fair/Exhibition; EOI-NCS; LOT 19: Provision of Facilities and Catering Services for 2026 Research Fair/Exhibition; EOI-NCS; LOT 20: Engagement of Service Provider for the Provision of Security Services to the Fund; EOI-NCS; LOT 21: Engagement of Service Provider for the Provision of Facility Management Services to the Fund; EOI-NCS; LOT 22: Engagement of Publisher (s) for the Production, Publication/Printing of TETFund’s Documents; EOI-NCS; LOT 23: Engagement of Trainer for the Provision of Capacity Building Programme for TETFUND Beneficiary Institutions on Advanced Grant Writing, Donor Compliance and Research Fund Raising Strategy; and EOI-NCS; LOT 24: Institutional Strengthening Programme for Intellectual Property Governance in Research Ecosystem. EOI NCS LOT 25: PROVISION OF EVENT PLANNING SERVICES FOR TOWN HALL MEETING ACROSS THE SIX (6) GEO-POLITICAL ZONES (LOTS 25A: NORTH-CENTRAL, 25B: NORTH-EAST, 25C: NORTH-WEST, 25D: SOUTH-EAST, 25E: SOUTH-SOUTH, 25F: SOUTH-WEST) AND SUB-NATIONAL LOCATIONS (LOTS 25G: FCT-ABUJA AND 25H: LAGOS STATE) EOI NCS LOT 26(A-F): Provision of Training on Campus Security Towards the Development of Security Master Plan (SEMPOTI) for TETFund Beneficiary Institutions across the Six (6) Geo-Political Zones at (Lot 26A: North-Central, Lot 26B North-East, Lot:26C-North-West, Lot:26D-South-East, Lot:26E-South-South, Lot:26F-South-West) EOI NCS LOT 27: Engagement of Media Consultancy Services for Electronic Media Houses. G. ELIGIBILITY REQUIREMENTS Interested Companies should submit One (1) bound copy of EOI Document duly signed, paginated, separated by dividers and arranged in the order outlined here under: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7; or Business Name with Form BN1 is also acceptable for Consultancy Service (CS); b. Evidence of Company’s Income Tax Clearance Certificate; TCC (or Personal Income Tax Clearance Certificate for the last three (3) years 2023, 2024 and 2025 valid till 31st December 2025; with a Minimum Average Annual Turnover of N1b (1 Billion) Naira for SPN-WORKS (PREQ) LOTS 1A-H, N500 Million Naira for SPN-WORKS (PREQ) LOTS 2A-F, LOTS 3, LOTS 4A-D and N2b (2 Billion Naira) for LOTS 5A-C Under Category 1A. The Minimum Average Annual Turnover of N2.5b (2 Billion, Five Hundred Million Naira) is required for SPN-GOODS (PREQ) LOTS 1A-F and N1b (1Billion Naira) is required for LOTS 2A-H, 3A-F & 4A-F Under Category 2A. Whereas N300 Million Naira is for SPN-WORKS (ITT) LOTS 1, 2, 3A-E, LOTS 4A-F, 5 and 6; Under Category 2A and N200 Million Naira for SPN GOODS (ITT) LOTS 1A-F, 2A-F LOT 3, LOT 4, LOTS 5A&B and LOTS 6-7 Under Category 2B. The Average Annual Turn-Over of N100 Million Naira is required for Categories 4 & 5 (EoI-CS LOTS 1A-F, LOT 2, LOTS 3A-F, LOTS 4A&B, LOT 5 and 6 A-F and EoI-NCS LOTS 1-27 respectively); c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose numbers 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 numbers 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, 2025; f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by the Bureau of Public Procurement (BPP); g. Evidence of Company’s Registration with relevant Regulatory and Professional Bodies e.g. ARCON/COREN/QSRBN, EHORECON, etc.; h. Recent Valid Sworn Affidavit to be issued by the Federal/State High Court of Justice: Disclosing whether or not any officer of the relevant committees of TETFund or BPP is a former or present Director, shareholder or has any pecuniary interest in the applicant and to Company that all information presented in its bid are true and correct in all particulars; That no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter; That the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings; i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; j. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their relevant Academic/Professional Qualifications such as COREN, QSRBN, ARCON, CORBON, NERC, CMD, etc.; k. Verifiable Documentary Evidence of at Least Five (5) Similar Jobs Executed in the Last Three (3) Years Including Letter of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the Projects; and l. For Joint Venture/Partnership, Memorandum of Understanding (MoU) Indicating Lead Partner Should be Provided (CAC, Tax Clearance Certificate with Related Average Turn-Over Mentioned In Various LOTS above, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are Compulsory for Each JV Partner). m. The Scanned Soft Copies of the above Mentioned Required Documents must be attached in a Flash-Drive/CD Ram with the Hard Copy of the Submission with Clear indication of Details of the Bidding Company/Firm. n. Failure to Abide with the Instruction at Paragraph m above, will Lead to Automatic Rejection of Bid. ADDITIONAL ELIGIBILITY CRITERIA 1. Professional Association Affiliation: Bidder(s) bidding for ICT Related Projects/Programs Must be duly registered or affiliated with at least any of the following recognised professional bodies (and Attach Evidence of Certificate of Registration): i. CPN (Computer Professionals Registration Council of Nigeria); ii. CIMC (Chartered Institute of Management Consultants); and iii. NITDA - (National Information Technology Development Agency). a. The Firm Must Provide Evidence of Professional Staff with Necessary Expertise and Verifiable Certifications in Agile, PRINCE 2, PMP, CISSA, CEA, ISO/IEC 20000, CCIE, CISM; b. Evidence of Ownership of Proprietary Technology, or Partnership/Affiliation to an AI-Powered, Zero Instructor-Led Pedagogical Learning Platform, Possessing Centralized Device Management with Cloud Collaboration and Evaluation Tools for Remote Learning, along with user Profile Management. This Platform Must be Adept at Instruction in Several Elements of Digital Economy Skills Including Gaming, Cybersecurity, Full Stack Web Development. Technology or Affiliation Must Have Proven Ability to Deliver Digital Economy Job Outcomes within 18 Months; c. Evidence of Construction/Remodelling of Building for Specialised Purposes; Technology-Focused, Internet-Driven, Renewable Energy-Powered Facility for Peer-to-Peer Learning and Co-Working, Skills Hub for the Digital Economy; d. Firms must show expertise in Document Control Competence and Contract Management Competence. Local Presence (Must be Operating in all geopolitical zones of the Federation for Team's Cultural and Language Competence), Disaster Recovery and Business Continuity Policy, Technical Infrastructure Management (Technical Infrastructure, Including Data Centres, Hardware, and Software Capabilities), Industry Recognition and Awards, Risk Assessment and Mitigation Strategies; e. Evidence of Team Facilitators with at Least Three (3) Year Experience in Training on ICT Infrastructure Management, Project Management and AI. 2. Companies bidding for SPN-WORKS (PREQ) LOTS 5A-C must have Verifiable Evidence of Local Assembly of Sub-Production License in Nigeria. 3. Prospective Firms bidding for EoI CS LOT 1A-F, 6A-F & NCS LOTS 25A-H must have an Operational Offices in Close Proximity of Each of the Selected Location (Geo-Political Zone) they are bidding for. 4. Prospective Firms bidding for EoI NCS LOT 27 must provide evidence of experience in television documentary production for major public and private organizations in the country. 5. Bidders Bidding for Consultancy Services for Quality Assurance of Tetfund’s Projects In Beneficiary Institutions Across the Six (6) Geo-Political Zones Must Possess the Following: a. Minimum 15 Year Experience in Relevant Field; b. Experience with Infrastructure Projects Management; c. Technical Proposal Outlining Approach and Methodology; and d. Verifiable Evidence of Demonstrable Expertise in Quality Assurance and Supervision. H. SUBMISSION OF EoI DOCUMENTS (EoI-CS LOTS 1A-F, LOT 2, LOTS 3A-B, LOTS 4, LOT 5, 6A-F and EoI-NCS LOTS 1-27) Interested Companies are to submit One (1) bound copy of EOI document separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the Executive Secretary, Tertiary Education Trust Fund Maitama-Abuja and clearly marked with (the name of the Project and the LOT Number). Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder, Category of the Project/Programme, LOT Number and deposit in the designated Tender Proof Bid Box at Ground Floor, Room 135, Procurement Unit not later than 12:00 Noon on Tuesday, 10th March, 2026. I. OPENING OF EoI DOCUMENTS (EoI-CS LOTS 1A-F, LOT 2, LOTS 3A-B, LOTS 4, LOT 5, 6A-F and EoI-NCS LOTS 1-27) The EoI documents under the above-mentioned LOTS will be opened immediately after the deadline for submission at exactly 12:00noon on Tuesday, 10th March, 2026 in the presence of Bidders or their Representatives (who are willing to attend), Civil Society Organizations and Private Professional Bodies. Please ensure that you sign the Bid Submission Register detailing the Name, Official email and Phone Number of the Company at the Procurement Unit, Room 135, Ground Floor situated at No. 6 Zambezi Crescent, Off Aguiyi Ironsi Street, Maitama-Abuja. Note that the Fund will not be held liable for misplaced or wrongly deposited bids. For further enquiries, please contact www.tetfund.gov.ng. J. SUBMISSION OF PREQUALIFICATION DOCUMENTS: SPN-WORKS (PREQ) LOTS 1A-H, LOTS 2A-F, LOT 3, LOTS 4A-C, LOTS 5A&C and SPN GOODS LOTS 1A-F, 2A-H, 3A-F & 4A-F) Interested Companies are to submit bids for each lots desired in hard and soft copy, in a sealed envelope and clearly marked as Technical bids and addressed to the Executive Secretary, Tertiary Education Trust Fund Maitama-Abuja and clearly marked with (the name of the Project and the LOT Number). Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder, Category of the Project/Programme, LOT Number and deposit in the designated Tender Proof Bid Box at Ground Floor, Room 135, Procurement Unit not later than 12:00 Noon on Thursday, 26th March, 2026. K. OPENING OF PREQUALIFICATION DOCUMENTS: SPN-WORKS (PREQ) LOTS 1A-H, LOTS 2A-F, LOT 3, LOTS 4A-C, LOTS 5A&C and SPN GOODS LOTS 1A-F & 2A-H, 3A-F & 4A-F) The Pre-qualification documents under the above-mentioned LOTS will be opened immediately after the deadline for submission at exactly 12:00noon on Thursday, 26th March, 2026 in the presence of Bidders or their Representatives (who are willing to attend), Civil Society Organizations, Private Professional Bodies and other relevant stakeholders. Please ensure that you sign the Bid Submission Register at the Procurement Unit, Room 135, Ground Floor situated at No. 6 Zambezi Crescent, Off Aguiyi Ironsi Street, Maitama-Abuja. Note that the Fund will not be held liable for misplaced or wrongly deposited bids. For further enquiries, please contact www.tetfund.gov.ng. L. SUBMISSION OF TECHNICAL AND FINANCIAL DOCUMENTS: SPN-WORKS (ITT) LOT 1, LOT 2, LOT 3A-F, 4A-F, 5A-F & SPN-GOODS (ITT) LOTS 1A-F, LOTS 2A-F, LOT 3, LOTS 4 & LOTS 5A&B, 6 & 7) Interested Companies are to submit One (1) bound copy each of Technical and Financial documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the Executive Secretary, Tertiary Education Trust Fund Maitama-Abuja and clearly marked with (the name of the Project and the LOT Number). Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder, Category of the Project/Programme, LOT Number and deposit in the designated Tender Proof Bid Box at Ground Floor, Room 135, Procurement Unit not later than 12:00 Noon on Thursday, 26th March, 2026. M. OPENING OF TECHNICAL AND FINANCIAL DOCUMENTS: SPN-WORKS (ITT) LOT 1, LOTS 2, LOTS 3A-F, 4A-F, 5A-F & SPN-GOODS (ITT) LOTS 1A-F, LOTS 2A-F, LOT 3, LOTS 4 & LOTS 5A&B, 6 & 7) The Technical and Financial documents under the above-mentioned LOTS will be opened immediately after the deadline for submission at exactly 12:00noon on Thursday, 26th March, 2026 in the presence of Bidders or their Representatives (who are willing to attend), Civil Society Organizations and Private Professional Bodies. Please ensure that you sign the Bid Submission Register at the Procurement Unit, Room 135, Ground Floor situated at No. 6 Zambezi Crescent, Off Aguiyi Ironsi Street, Maitama-Abuja. Note that the Fund will not be held liable for misplaced or wrongly deposited bids. For further enquiries, please contact www.tetfund.gov.ng. N. GENERAL INFORMATION a. EoI, Pre-qualification, Technical and Financial Proposals must be in English Language and signed by an official authorized by the bidder (s); b. EoI, Pre-qualification, Technical and Financial Proposals submitted after the deadline for submission would be returned un-opened; c. Bidders should not bid for more than Two (2) LOTS; d. All costs will be borne by the Bidders; e. The EoI, Pre-qualification, Technical and Financial Proposals will be opened in the presence of Bidders (who are willing to attend), Professional Bodies and other relevant stakeholders; f. Bidders can submit through Post (Courier Services); g. Invitation to Tender: Only shortlisted winners on Invitation to Tender’s evaluation will be invited at a later date for collection of Standard Bidding Documents (SBD)/Bill of Quantities (B.O.Q) while the financial bids of the Unsuccessful Bidders will be returned to them un-opened. h. Consultancy Services: Only shortlisted winners on EOI’s evaluation will be invited at a later date for collection of Request for Proposals while the financial bids of the Unsuccessful Bidders will be returned to them un-opened. All the projects and programmes mentioned above are captured in the 2026 Approved Procurement Plan, Internal Working Budget and Intervention Guidelines of the Fund. Signed: Management TERTIARY EDUCATION TRUST FUND 6, ZAMBEZI CRESCENT, OFF AGUIYI IRONSI STREET, MAITAMA-ABUJA.