1. INTRODUCTION
The University of Lagos Nigeria is a federal tertiary institution established by the University of Lagos Act, 1967 (as amended) CAP U9 Laws of the Federal Republic of Nigeria, 2004, with its main campus at Akoka, Lagos. The University is desirous of embarking on the under-listed projects and as such, qualified suppliers are hereby invited to submit bids for the projects as described.
2. DESCRIPTION OF PROJECTS
| LOT | PROJECTS | CONTRACT NO |
| 1 | CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF ENGINEERING & SCIENCES | UL/NEEDS/W/2026/01 |
| 2. | CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF ARTS & MANAGEMENT SCIENCES | UL/NEEDS/W/2026/02 |
| 3 | CLASSROOM FACILITIES UPGRADE FOR UNIVERSITY LIBRARY | UL/NEEDS/W/2026/03 |
| 4 | CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF SOCIAL SCIENCE & EDUCATION | UL/NEEDS/W/2026/04 |
| 5 | CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF ENVIRONMENTAL SCIENCE & BASIC MEDICAL SCIENCE | UL/NEEDS/W/2026/05 |
| 6 | CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF CLINICAL SCIENCES | UL/NEEDS/W/2026/06 |
| 7 | PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF ENGINEERING & SCIENCE | UL/NEEDS/G/2026/07 |
| 8 | PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF ARTS, MANAGEMENT SCIENCES & SOCIAL SCIENCES | UL/NEEDS/G/2026/08 |
| 9 | PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF EDUCATION & ENVIRONMENTAL SCIENCES | UL/NEEDS/G/2026/09 |
| 10 | PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF BASIC MEDICAL SCIENCE & CLINICAL SCIENCES | UL/NEEDS/G/2026/10 |
| 11 | PROPOSED FIBRE CABLE INSTALLATION AT COLLEGE OF MEDICINE UNILAG | UL/IGR/G/2026/11 |
| 12 | PROCUREMENT AND INSTALLATION OF AUTHORING, EDITING AND COLLABORATION SOFTWARE | UL/TEFT/SW/2026/12 |
| 13 | PROCUREMENT AND INSTALLATION OF CONTENT RECORDING EQUIPMENT AND SOFTWARE | UL/TEFT/G/2026/13 |
3. ELIGIBILITY REQUIREMENTS FOR ALL LOTS:
Interested Contractors/Companies are required to submit the following documents in sequential order as listed below:
- Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7, (or CAC1.1) status report and current annual returns filing
- Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (i.e. 2022, 2023 and 2024) valid till 31st December, 2025.
- 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);
- Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is
N50m and above). - Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025.
- Evidence of Company’s registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31/12/ 2025 or valid Certificate issued by the Bureau of Public Procurement. (BPP).
- Current Sworn Affidavit:
- disclosing whether or not any officer of the relevant committees of University of Lagos or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
- The Company is not in receivership, subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
- The Company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offences in relation to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
- That all information presented in the documents are true and correct in all particulars.
- Company’s Audited Accounts for the last three (3) years (2022, 2023 & 2024);
- Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
- Company’s Profile with the Curriculum Vitae of key Staff to be deployed for the project including copies of their Academic/Professional qualifications.
- 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;
- All documents for submission must be transmitted with a Covering/Forwarding letter under the Company’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page. Duly signed by the authorised officer of the firm.
Other mandatory requirements are listed as follows:
In respect of LOTS 1, 2, 3, 4, 5 & 6 –
- Bidders shall have minimum average annual turnover of not less than
N200,000,000.00 (Two Hundred Million Naira Only) ,N100,000,000.00 (One Hundred Million Naira Only)N85,000,000.00 (Eighty- Five Million Naira Only),N130,000,000.00 (One Hundred and Thirty Million Naira Only)N180,000,000.00 (One Hundred and Eighty Million Naira Only),N130,000,000.00 (One Hundred and Thirty Million Naira Only) for LOTS 1, 2, 3, 4, 5 & 6 respectively as evidence in the Tax Clearance Certificate. - Evidence of having at least one (1) COREN Registered Civil/ Structural Engineer with practicing license valid for 2025 (copy of COREN Certificate and Current practicing licence of the personnel must be attached).
- Evidence of having at least one (1) QSRBN Registered Quantity Surveyor with practicing license valid for 2025 (copy of QSRBN Certificate and Current practicing licence of the personnel must be attached.
In respect of LOT 7 -13
- Bidder must have current documentary evidence as sole/authorised distributor / agent of the Original Equipment Manufacturers (OEM).
4. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the Office of the Director of Procurement Unit, Room 806, 8th Floor, Senate Building, University of Lagos, Akoka, Lagos (8.00am – 4.00pm) on provision of evidence of payment of a non-refundable tender fee of ₦10, 000.00 (Ten Thousand Naira) only per Lot. For payment, visit www.unilag.edu.ng, click on “UNILAG payment portal” link to generate a slip containing Remita Retrieval Reference (RRR) number, and proceed to any commercial bank for payment. Thereafter, go to UNILAG cash office to obtain official receipt.
5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies and softcopy (USB Flash Drive) version each of the Technical and Financial bids packaged separately in sealed envelopes and clearly marked as “Technical Bid “or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to the Director , Procurement Unit 8th Floor Senate Building Room 806, University of Lagos, Akoka and clearly marked with the name of the project and lot number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and submit at Room 806, 8th Floor, Senate House , University of Lagos, Akoka not be later than 11:00 a.m. on Tuesday, 3rd March, 2026.
6. OPENING OF TECHNICAL BIDS
Only the Technical bids will be opened immediately following the deadline for the submission of bids at 11:00 a.m. on Tuesday, 3rd March, 2026. at the SPESSE Centre , Opposite Faculty of Social Sciences, University of Lagos in the presence of bidders or their representatives and interested members of the public. The Financial bids will be kept un-opened till the next procurement stage. Please ensure that you sign the Bid Submission Register at the point of submission, as the University will not be held liable for misplaced or wrongly submitted bids.
For clarification on the advertisement:
Please send an email to procurementunit@unilag.edu.ng.
7. IMPORTANT INFORMATION
- Bids must be in English Language and signed by an official authorised by the bidder.
- Bids submitted after the deadline for submission would be returned un-opened.
- Bidders are not permitted to bid for more than two (2) Lots. Any contravention of this rule shall result in automatic disqualification.
- Failure to submit Standard Bidding Document (SBD) and signed by an official authorised by the bidder shall automatically result in the rejection of tenders.
- All costs will be borne by the bidders;
- The University shall not be responsible for any cost incurred by the bidders in connection with response to this advertisement.
- Participation in this process and any related process neither creates any commitment nor establishes any legal relationship with the University of Lagos. It is merely a precondition for further consideration of the Tender
- The Technical Bids will be opened in the presence of CSOs and professional bodies.
- Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.
- Failure to comply with the above requirements shall automatically result in the disqualification of a bidder.
- The University Management reserves the right to verify the authenticity of any claim made in the bidding documents submitted by bidders.
- The University Management 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.
Mr. Sonde, Olalekan Hakeem
Director of Procurement



