Background Image

NIGERIAN ELECTRICITY MANAGEMENT SERVICES AGENCY (NEMSA), ABUJA-EXPRESSION OF INTEREST (EOI)/REQUEST FOR INVITATION TO TENDER (TECHNICAL AND FINANCIAL) FOR THE EXECUTION OF 2025 CAPITAL PROJECTS

NIGERIAN ELECTRICITY MANAGEMENT SERVICES AGENCY (NEMSA)
NO. 4, DAR-ES-SALAAM CRESCENT, WUSE II, ABUJA.
EXPRESSION OF INTEREST (EOI)/REQUEST FOR INVITATION TO TENDER (TECHNICAL AND FINANCIAL) FOR THE EXECUTION OF 2025 CAPITAL PROJECTS.

1.0 INTRODUCTION
1.1 Nigerian Electricity Management Services Agency (NEMSA) wishes to undertake the procurement of Goods, Works and Services under the 2025 Capital Appropriation. In compliance with the Public Procurement Act 2007, the Agency hereby invites experienced and reputable Suppliers/Contractors to tender for the procurement and execution of the under listed projects.

SCOPE OF THE PROCUREMENT:

CATEGORY A
AA-LOT-1PURCHASE AND INSTALLATION OF TEST EQUIPMENT FOR THE TWO METER TEST STATIONS AT ENUGU AND KANO.
AA-LOT-2PURCHASE OF OPERATIONAL VEHICLES FOR REVENUE GENERATING INSPECTORATE FIELD OFFICES.
AA-LOT-3PURCHASE OF TEST EQUIPMENT FOR 19 AREA OFFICES UNDER TECHNICAL STANDARD AND INSPECTORATE SERVICES
AA-LOT-4PURCHASE AND INSTALLATION OF TEST EQUIPMENT FOR THREE (3) METER TEST STATIONS AT LAGOS, KADUNA AND PORT HARCOURT.
AA-LOT-5PURCHASE AND INSTALLATION OF TEST EQUIPMENT FOR THE METER TEST STATIONS AT BENIN.
CATEGORY BB-LOT-1ESTABLISHMENT OF NEW ENGINEERING AND CHEMICAL LABORATORY IN JOS FOR TESTING OF TRANSFORMERS, INSULATORS, AND TESTING RIG FOR REINFORCED ELECTRIC CONCRETE POLES.
BB-LOT-2ESTABLISHMENT OF NATIONAL METER TEST STATION IN NORTH-EAST GEO-POLITICAL ZONE
BB-LOT-3INSTALLATION OF RENEWABLE ENERGY LAMP POST IN ILABOR QUARTERS IKA NORTH AND SET UP OF PILOT PROJECT FOR ELECTRIC CAR CHARGING STATION IN BOJI OWA/AGBA IKA SOUTH, DELTA.
BB-LOT-4REHABILITATION OF NEMSA HEADQUARTERS ANNEX OFFICE, ABUJA
BB-LOT-5PROVISION OF SOLAR STREET LIGHTS AT MAKARFI/KUDAN FED. CONSTITUENCY, KADUNA STATE.
BB-LOT-6PROVISION AND INSTALLATION OF TRANSFORMERS IN LADAN, DANBAZAMA AND KYAFAI VILLAGES KANKIA/KUSADA/INGAWA FEDERAL CONSTITUENCY KATSINA.
BB-LOT-7PROVISION AND INSTALLATION OF ALL-IN-ONE SOLAR STREET LIGHTS IN ENWAN COMMUNITY IN AKOKO-EDO LGA, EDO STATE.
BB-LOT-8PROVISION ANS INSTALLATION OF THREE (3) 500kVA TRANSFORMERS AND OTHER ANCILLARY WORKS IN NKORO AND NEW LAYOUT UKWA NGO GRA AND CONNECTION TO NATIONAL GRID ADONI-OKPOBO/ NKORO FEDERAL CONSTITUENCY, RIVERS STATE.
BB-LOT-9PROVISION AND INSTALLATION OF LIGHTING INFRASTRUCTURE AT LAMBU, KARGO AND OTHER TOWNS AND VILLAGES (MULTIPLE LOTS).
BB-LOT-10PROVISION AND INSTALLATION OF LIGHTING INFRASTRUCTURE AT YANDADI, D/BULUN AND OTHER FARMING COMMUNITIES (MULTIPLE LOTS).
BB-LOT-11PROVISION AND INSTALLATION OF SOLAR STREET LIGHTS IN VARIOUS COMMUNITIES IN KOGI WEST SENATORIAL DISTRICT.
BB-LOT-12PROVISION OF TRANSFORMERS IN VARIOUS COMMUNITIES IN KOGI WEST SENATORIAL DISTRICT, KOGI STATE.
CATEGORY CC LOT – 1ESTABLISHMENT OF AN ECO SYSTEMS OF ICT SOLUTIONS FOR NEMSA

2.0 ELIGIBILITY REQUIREMENTS-
Prospective bidders should submit the following documents:
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, 2025; with minimum average annual turnover of N20 million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Electricity Management Services Agency 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;

OBAFEMI AWOLOWO UNIVERSITY ILE-IFE, NIGERIA-INVITATION FOR PRE-QUALIFICATION AND TENDER

OBAFEMI AWOLOWO UNIVERSITY
ILE-IFE, NIGERIA
INVITATION FOR PRE-QUALIFICATION AND TENDER

1. INTRODUCTION
The Obafemi Awolowo University, Ile-Ife is desirous of awarding contract for the under-listed project under the Year 2024 TETFund Career Service Centre Intervention and Year 2025 TETFund Annual Intervention projects. It therefore invites bids for pre-qualification and tender for the following project:

1. SCOPE OF GOODS AND WORKS
YEAR 2024 TETFUND CAREER SERVICE CENTRE INTERVENTION

1. REHABILITATION/RENOVATION OF EXISTING STRUCTURE
Rehabilitation of Existing Building and Upgrading of Permanent Centre; Renovation of the Building, Fixing of Roof, Windows, Painting and Other Aesthetic Fixings.

2. PROCUREMENT OF OFFICE FURNITURE AND STATIONARY EQUIPMENT.
3Nr. Hp. Laser Jet M1404 Printer, 1Nr. HP. 3-in-1 Scanner, 1Nr. Sharp Photocopier AR-7024 Machine, 2Nr. KW Trio Giant Stapler KW, 2Nr. HP. Bluegate UPS 653 VA, 3Nr. All-in-One HP. 200 G4 Desktop Intel Core i3One Terabyte HDD 8GB Computer, 1Nr. Hisense REF-093DR 90L Single Door Refrigerator, 1Nr. Panasonic Projector with Stand, 1Nr. White Board Presentation Screen, 10Nr. Kangaroo Strong, Small, Handy/Mini Stapler, 2Nr. Classy 12-inch (30cm) Wall Clock, 1Nr. Century 2000VA Automatic Voltage Regulator Stabilizer, 1Nr. Headphone, 1Nr. 15” Wireless mighty Speaker.

3. SUPPLY OF SOLAR EQUIPMENT AND ELECTRONIC EQUIPMENT
3Nr. Metal Filing Cabinet-4Drawers, 2Nr. 1.6m Office Executive Exotic Table with Drawers, 2Nr. Office Executive Chair, 1Nr. Century 2000VA Automatic Voltage Regulator Stabilizer, 1Nr. Big Boss Office Executive Chair, 1Nr. Padded Airport Chair, 1Nr. Conference Table by 10, 30Nr. Banquets Chair, 2Nr. 1.4m Office Table with 2drawers, 1Nr. Relaxing Office executive Chairs, 1Nr. Office Chair with rolling legs, 8Nr. Visitors Chairs, 1Nr. 3-seater upholstery Chair, 1Nr. 7-seater Upholstery Chair, 1Nr.HDF 8feet by 7feet wooden Bookshelves, 1Unit of 8feet height by 4feet cone wide electronic and programmable road side signage, 2Units of wall mount programmable 0.5m by 1m indoor signage, 3Units of wall signage for direction (internal) 2feet by 1foot, 2Units of core value and information flex 8feet by 4feet, 5Units of advertising and eye-catching flex, and 2Units of 4 by 6 smart boards. In terms of Networking equipment, there is 1 network switch, 8 Ubiquiti Unifi AC Long Range UAP-AC-LR (EU) devices, 4Mercury UPS Elite 1200 Pro Units, 4, 5G LTE universal Wi-Fi internet routers, and a lot of installation and network consumables. The inverter work includes 2units of 5KVA Smarton inverter Machine (Hybrid) 48volts, 20Units 220AH tubular batteries, inverter installation work, minor electrical components, 20 Coleman (black), 20 Coleman (red), 20 Coleman (green), 2-watt bulbs 9C-Touch), lamp-holders, and electrical labor, Additional equipment includes 1 Dell projector, 4HP Desktop Computers with Core i3, 1 Sharp Electronics photocopying machine with an LCD screen display and double paper carrier tray, 1 Laser Jet Printer (Model: 182) Color, and 1 Laser Jet Printer (Model: 135) Black Toner.

4. PROCUREMENT OF CAREER COUNSELLING BOOKS
Procurement of Books, Articles & Journal/Periodicals, Software 123Nr.

YEAR 2025 TETFUND ANNUAL INTERVENTION

1. PROPOSED RENOVATION OF AJOSE HALL
Removal/Replacement and Maintenance of existing damaged roofing system, Maintenance of storm water drainage and drainage below ground, Rendering and Repainting of defective/cracked existing internal & external walls, Maintenance of deteriorated flooring & floor finishes, Removal and Replacement of defective ceiling with approved suspended ceiling, Maintenance of existing doors, Maintenance of existing windows, Replacement and maintenance of defective existing electrical and mechanical pipes fittings/works and sanitary appliances (plumbing fittings) etc, as per submission.

2. PROPOSED RENOVATION OF SCHOOL OF POSTGRADUATE STUDIES BUILDING
Removal/Replacement and Maintenance of existing damaged roofing system, Maintenance of storm water drainage and drainage below ground, Rendering and Repainting of defective/cracked existing internal & external walls, Maintenance of deteriorated flooring & floor Finishes, Removal and Replacement of defective ceiling with approved suspended ceiling, Maintenance of existing doors, Maintenance of defective existing electrical and mechanical pipes fittings/works and sanitary appliances (plumbing fittings) etc, as per submission.

3. PROPOSED RENOVATION OF ALUMNI STUDENTS’ HALL
Removal/Replacement and Maintenance of existing damaged roofing system, Maintenance of storm water drainage and drainage below ground, Rendering and Repainting of defective/cracked existing internal & external walls, Maintenance of deteriorated flooring & floor ceiling with approved suspended ceiling, Maintenance of existing doors, Maintenance of defective existing electrical and mechanical pipes fittings/works and sanitary appliances (plumbing fittings) etc, as per submission.

2. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁₁ or CAC₂ and CAC₇;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2022,2023&2024) valid till 31st December, 2025;

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN LAW REFORM COMMISSION, ABUJA-REQUEST FOR PROPOSALS FOR THE EXECUTION OF PROJECTS

NIGERIAN LAW REFORM COMMISSION
4TH & 5TH FLOOR, CENTRAL BUSINESS DISTRICT, C&C BUILDING, FEDERAL SECRETARIAT, PHASE 3, ABUJA.
REQUEST FOR PROPOSALS

1.0 INTRODUCTION
1.1 The Nigerian law Reform Commission was established in 1979 by the Nigerian Law Reform Commission Act Cap N118 LFN 2004 now amended Nigerian Law Reform Commission Act 2022. The function of the Commission as set out in sections 5 and 7 of the Act is generally to research, take and keep under review all Federal laws with a view to their systematic and progressive development and reform in consonant with the prevailing norms of the Nigerian society.
1.2 The Federal Government of Nigeria has provided funds in the 2025 Appropriation Act for the Nigerian law Reform Commission. The Commission in pursuant of its mandate hereby requests interested and experienced Suppliers, Contractors/ consultants to submit Expression of Interest (EOI)/ Tenders for the following projects:

2.0 SCOPE OF SUPPLY/ SERVICE

S/N  Project Title Lot
Category A – Goods
1 Procurement of Goods for up Grade of Office Infrastructure G2
Category B – Consultancy
2 Reform of the Import Prohibition Act Cap.L3 Laws of the Federation of Nigeria 2004. C1
3 Reform of Prevention of Crimes Act (1992 No. 25, 1936 No33) Cap.P27 LFN 2004. C2
4 Introduction of Legal Frame Work for the Regulation of Digital Currencies / Virtual Assets and Related Matters in Nigeria. C3
5 Reform of freedom of Information Act (FOIA) 2011 C4

3.0 ELIGIBILITY REQUIREMENT
(a) Evidence of certificate of incorporation issued by corporate Affairs Commission(CAC) including Form CAC 1.1 or CAC2 and CAC7
(b) Evidence of company income tax clearance certificate (or personal income tax clearance certificate of all partners in case of business name) valid till 31st December, 2025
(c) Evidence of current 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 current 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 whose annual turnover is 50m 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 data base of federal contractors, consultants and service providers by submission of interim registration report (IRR) – valid certificate issued by BPP (valid till 31st December, 2025) .

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT GIRLS COLLEGE, ABAJI, FCT-ABUJA-INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT GIRLS COLLEGE, ABAJI, FCT-ABUJA

INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Government Girls College, Abaji, Abuja in the year 2025 appropriation for the execution of projects towards achieving the mandate of the College. Accordingly, the College wishes to invite competent Contractors/Suppliers to submit tender for the execution of the following Projects:

2.1 SCOPE OF WORKS

LOT No  PROJECT TITLE LOCATION
W1 RENOVATION AND REHABILITATION OF 4 NOS. BUNGALOW VP STAFF QUARTERS FGGC ABAJI
W2 CONSTRUCTION OF SPORTS PAVILION COMPLEX FGGC ABAJI
W3 CONSTRUCTION AND REHABILITATION OF 410 METERS ROAD NETWORK FGGC ABAJI
W4 CONSTRUCTION OF 1 BLOCK OF 3-BEDROOM BUNGALOW (VICE PRINCIPALS QUARTERS) FGGC ABAJI

2. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed requirements to be eligible in this procurement process:
a. Evidence of Business Name or Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average turnover of N300 million
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025(this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

INVESTMENTS & SECURITIES TRIBUNAL, JABI, ABUJA-INVITATION TO TENDER FOR THE SUPPLY OF POWER GENERATING SET

INVESTMENTS & SECURITIES TRIBUNAL
PLOT 1072 CADASTRAL ZONE B10, ALONG JABI – AIRPORT ROAD,
OPPOSITE MAJOR OIL FILLING STATION, DAKIBIYA, JABI, ABUJA.
www.ist.gov.ng
INVITATION TO TENDER

1.0 INTRODUCTION
1.1 Brief Background
The Investments and Securities Tribunal (IST) the adjudicatory arm of the Capital Market established under Section 274 of the Investments and Securities Act (ISA) 2007.
1.2 In compliance with the Public Procurement Act (PPA), 2007, the Tribunal hereby invites experienced and competent contractors and suppliers with relevant experience for the under listed projects:

SCOPE OF WORKS/SUPPLY

LOT NO. PROJECT/TITLE LOCATION
Lot 1 Supply of Power Generating Set Abuja

3.0 ELIGIBILITY REQUIREMENTS
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 (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2022, 2023, 2024) valid till 31st December, 2025;
c. Evidence of current Pension Clearance Certificate valid till 31st December, 2025;
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP.
g. Evidence of Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Investments & Securities Tribunal 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;
i. Company’s Audited Accounts for the last three (3) years 2022, 2023 & 2024 duly acknowledged by the Federal Inland Revenue Services (FIRS);
j. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
k. Verifiable documentary evidence of manufactured and marketed specific goods for at least two (2) years, and similar for at least five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the supply;
l. List of Plants/Equipment with proof of Ownership/Lease (where applicable);
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
n. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Director Procurement 2nd floor, right wing, Procurement Dept., Plot 1072 Cadastral Zone B10, Along Jabi – Airport Road, Opposite Major Oil Filling Station, Daki-biyu, Jabi, Abuja on evidence of payment of a non-refundable tender fee of N10,000.00 per Lot, paid into the Investments & Securities Tribunal’s Remita account (3000045568) via generation of RRR on the Remita Platform in any reputable commercial bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the Technical and Financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Honourable Chairman, Investments & Securities Tribunal, Plot 1072 Cadastral Zone B10, Along Jabi – Airport Road, Opposite Major Oil Filling Station, Daki-biyu, Jabi, 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 and drop in the designated Tender Box at 2nd floor, Procurement Dept., Plot 1072 Cadastral Zone B10, Along Jabi – Airport Road, Opposite Major Oil Filling Station, Daki-biyu, Jabi, Abuja not later than Monday October 27th, 2025 by 12.00 noon.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL POLYTECHNIC OHODO, ENUGU STATE-INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR 2025 TETFUND LIBRARY INTERVENTION PROJECT

FEDERAL POLYTECHNIC
OHODO, ENUGU STATE
INVITATION FOR PRE-QUALIFICATION AND TENDER FOR YEAR
YEAR 2025 TETFUND LIBRARY INTERVENTION PROJECT

1. INTRODUCTION
The Federal Polytechnic ohodo Enugu State, in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations, the Institution intends to undertake the Procurement of Goods and Services for the implementation of YEAR 2025 TETFUNFD LIBRARY INTERVENTION PROJECT the allocation of funds. Competent and experienced Contractors/Firms with track record of prompt delivery of similar projects are hereby invited to submit bids for the under-listed projects:

2. SCOPE/DESCRIPTION OF PROJECTS
Lot 1: Procurement of Assorted Library books and Equipment.

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC)
b. Evidence of Current Tax Clearance Certificate (TCC) for the last three (3) years (2021, 2022 & 2023) valid till 31st December, 2025.
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2025
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025.
e. Evidence of Compliance with National Social Insurance Trust Fund (NSITF) 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 BPP
g. A sworn affidavit by a director of the company certifying that:
i. The document submitted for the pre-qualification exercises are genuine and correct:
ii. None of the Director(s) of the company had ever been convicted by a Court of Law:
iii. None of the officer of the relevant committees of the Federal Polytechnic Ohodo Enugu state, or the Bureau of Public Procurement, or a former or present Director, shareholder or has any pecuniary interest in the bidder.
iv. The company is not in receivership, insolvency or bankruptcy proceedings or the subject of any form of winding up petition.
h. Company Audited Accounts for the last three (3) years (2022, 2023 & 2024), certified by a Chartered Accountant/Auditor.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

USMANU DANFODIYO UNIVERSITY TEACHING HOSPITAL, SOKOTO, SOKOTO STATE-INVITATION TO TENDER FOR THE EXECUTION OF CAPITAL PROJECTS FOR THE 2025 APPROPRIATION UDUTH 2025

USMANU DANFODIYO UNIVERSITY TEACHING HOSPITAL,
SOKOTO, SOKOTO STATE
P.M.B. 2370, SOKOTO, SOKOTO STATE
INVITATION TO TENDER FOR THE EXECUTION OF CAPITAL PROJECTS FOR THE 2025 APPROPRIATION
UDUTH 2025

1.0 INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Usmanu Danfodiyo University Teaching Hospital (UDUTH), Sokoto, in the 2025 Appropriation Act for the execution of Capital Projects towards achieving its mandates.
The Usmanu Danfodiyo University Teaching Hospital, Sokoto therefore wishes to invite reputable Contractors/Suppliers and Consultants/Service Providers with relevant proven competence and experience for consideration for the execution of the following projects.

2.0 SCOPE OF GOODS AND WORKS
The scope of Works/Supply for the projects earmarked for execution are categorised as follows

CATEGORY A – INVITATION TO TENDER – WORKS AND GOODS
Interested Contractors/Suppliers are invited to submit bids for the following procurements:

LOT DESCRIPTION  LOCATION
A1 Upgrade of Theatre and ICU In Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
A2 Equipping of Theatre and ICU In Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOOTO
B Upgrade and Equipment of Laboratories in Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
C1 Advanced Medical Equipment for Dental/ENT in Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
C2 Advanced Medical Equipment for Ophthalmology/Radiology in Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
D1 Wing A Construction of GOPC Clinic and other Specialities Clinics UDUTH SOKOTO
D2 Wing B Construction of MOPC Clinic and other Specialities Clinics UDUTH SOKOTO
E Establishment of Laboratory Complex (Haematology , Chemical Pathology and Microbiology Labs) at UDUTH Annex Kebbi UDUTH ANNEX, Argungu, Kebbi State

2.1 CATEGORY B – EXPRESSION OF INTEREST (EOI) – SERVICES
Interested Consultants/Service Providers are invited to submit their Expression of Interest on the following procurement:

LOT  DESCRIPTION LOCATION
F Assets Register and Computerisation UDUTH SOKOTO

3.0 ELIGIBILITY REQUIREMENTS:
(a) Evidence of Certificate of Incorporation with 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 (3) years (2022, 2023, 2024) valid till 31st December, 2025; with minimum turnover of N500 million for Lot A1, Lot A2, Lot B, Lot D1, Lot D2, Lot E and N250 million for Lot C1 and Lot C2.
(c) Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 10 and above);
(d) Evidence of current 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);
(e) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
(g) A Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Usmanu Danfodiyo University Teaching Hospital (UDUTH) or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars.
– that no Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter;
– that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months
– that all the submitted documents are GENUINE AND UP TO DATE;
Evidence of Particulars of Directors;
(h) Company’s Audited Accounts for the last three (3) years 2022, 2023, 2024;
(i) Reference letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s profile with the Curriculum vitae of key staff to be deployed for the Project, including copies of their Academic/Professional qualifications such as SURCON, COREN, QSRBN, ARCON, CORBON for renovation and construction projects etc;
(k) Verifiable documentary evidence of at least (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including letter of awards, Valuation Certificates, Job Completion Certificate and Photograph of Projects;
(l) List of Plants/Equipment with proof of ownership/lease for renovation and construction projects; and
(m) For Medical Equipment: Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, as evidence of eligibility to bid for relevant projects.
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

YOBE STATE UNIVERSITY, DAMATURU-INVITATION FOR BID FOR CONSTRUCTION AND RENOVATION WORKS

YOBE STATE GOVERNMENT OF NIGERIA
YOBE STATE UNIVERSITY, DAMATURU
OFFICE OF THE REGISTRAR
KM 7, SIR KASHIM WAY, P.M.B 1144, DAMATURU, YOBE STATE.
INVITATION FOR BID

Yobe State Government having been committed to the development of the State University to world class standard, the institution has created an enabling environment for eligible interested bidders/suppliers to submit their tender for the:

• LOT I – Construction and Equipping of University Printing Press
• LOT II – Construction of New Faculty Building
• LOT III – Construction of Blocks of Students Hostel
• LOT IV – Construction of Lecture Theatre
• LOT V – Renovation of University Wall Fence/Retrenching

1. The Entity hereby invites sealed Bids from eligible interested bidders/vendors for the execution of the above described project:

2. To qualify for consideration, interested companies/bidders are required to respond to this invitation with the following documents for consideration. Failure to submit any of the under-listed documents may lead to disqualification.
• Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) of Nig;
• Company Income Tax Clearance Certificate for the last Three (3) years (2022,2023 & 2024)
• Company Audited Accounts for three (3) years (2022,2023 & 2024)
• Company’s profile;
• Evidence of Financial Capability including Bank reference letter indicating willingness to provide credit facility if/when necessary and needed.
• Evidence of Registration with Yobe State Bureau on Public Procurement.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

MINISTRY OF LIVESTOCK DEVELOPMENT, DAMATURU, YOBE STATE-INVITATION FOR BID FOR THE PROCUREMENT OF DRUGS AND VACCINES AND PROCUREMENT OF LIVESTOCK FEEDS

YOBE STATE GOVERNMENT OF NIGERIA
MINISTRY OF LIVESTOCK DEVELOPMENT
IBB STATE SECRETARIAT, DAMATURU, YOBE STATE.
INVITATION FOR BID

The Ministry of Livestock Development in accordance with the due process requirement in the Public Procurement Law (2016), has created an enabling environment for eligible interested bidders/suppliers to submit their tender for the procurement of;

• LOT. I:  PROCUREMENT OF DRUGS AND VACCINES
• LOT. II: PROCUREMENT OF LIVESTOCK FEEDS

1.The Entity hereby invites sealed Bids from eligible interested bidders/vendors for the execution of the above described supplies:

2. To qualify for consideration, interested companies/bidders are required to respond to this invitation with the following documents for consideration. Failure to submit any of the under-listed documents may lead to disqualification.
• Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) of Nig;
• Company Income Tax Clearance Certificate for the last Three (3) years (2022,2023 & 2024)
• Company Audited Accounts for three (3) years (2022,2023 & 2024)
• Company’s profile;
• Evidence of Financial Capability including Bank reference letter indicating willingness to provide credit facility if/when necessary and needed.
• Evidence of Registration with Yobe State Bureau on Public Procurement.

3. Bidding will be conducted through National Competitive Bidding procedures as specified in the Yobe State Bureau on Public Procurement’s Guidelines (Procurement of Goods, Works and related Services) and is open to all eligible bidders as defined in the Procurement Guidelines.

4. Interested eligible bidders/vendors may obtain further information from the Director, Planning Research and Statistics Ministry of Livestock Development and collect bidding documents during office hours (0900 to 1500 hours).

5. A Complete set of bidding documents may be purchased by interested eligible bidders/vendors upon payment of non-refundable fee of Fifty Thousand Naira Only (N150, 000.00).

6. Bids must be delivered to the office of the Director, Planning Research and Statistics Ministry of Livestock Development on or before 23th October, 2025.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

MSI NIGERIA REPRODUCTIVE CHOICES-REQUEST FOR EXPRESSION OF INTEREST FOR PRINTING OF FAMILY PLANNING COUNSELLING FLIP CHART

MSI NIGERIA REPRODUCTIVE CHOICES
REQUEST FOR EXPRESSION OF INTEREST (REOI)
SUBJECT: PRINTING OF FAMILY PLANNING COUNSELLING FLIP CHART
DATE OF THE REOI: 10/10/2025
CLOSING DATE FOR RECEIPT OF EOI: 23/10/2025
REFERENCE: EOI/056/2025

Background
MSI Nigeria Reproductive Choices is a social enterprise established in Nigeria in 2009 and is a leading provider of family planning and a range of contraceptive options to women, girls, and families across the 36 states of Nigeria and the FCT. With a mission to ensure children by choice not chance, MSI Nigeria envisions a world where every birth is wanted. Through collaborations with government at the national, state, and community levels, MSI Nigeria offers accessible and comprehensive reproductive healthcare services using operational approaches, such as Marie Stopes Medical Centres, community outreach teams, public sector strengthening support, and a toll-free contact centre.

Description of requirements:
MSI Nigeria is inviting Expressions of Interest (EOIs) from eligible suppliers for supply of the item below:

S/N Description of Item Quantity
1 Family Planning Counselling Flip Chart
Specification:
• Straw Board Cover
• Binding Type: Wire O binding/Spiral at the top
• Paper Type: Matt card gloss laminated 250gsm.
• Dimension of straw board
• Height 8.2” inch, Width 11.6” inch, Base 3.8” inch
• Dimension of flip chart: Height 7.9” inch, Width 11.3” inch,
• No of pages: 79(Front and back print)
• All prints and logos in full colour print.
6048 pieces

All price quoted should include all statutory deductions of 2% WHT and MSI Nigeria makes payment for completed transactions within 21 days.

Delivery Location: Plot 59 Anthony Enahoro Street, off Okonjo-Iweala Road, Utako District, FCT, Abuja, Nigeria.

Potential Suppliers
This REOI is addressed to printing vendors who must have a printing press in country. Applicable due diligence will be carried out on successful vendor before award.

Submission of EOI:
Quotation, Company Profile, Corporate Capability (copies of certificate of Incorporation, Memorandum of Association, CAC Form CO2 and CO7 or Status Report, Evidence of tax clearance for 2021-2023, and should be submitted to: MSI Nigeria Reproductive Choices Nigeria, Plot 59 Anthony Enahoro Street, off Okonjo-Iweala Road, Utako District, FCT, Abuja, Nigeria.

All documentation should not exceed 25 pages as this will be strictly adhered to during selection process.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us