Background Image

FEDERAL UNIVERSITY OF TECHNOLOGY, OWERRI-INVITATION TO TENDER FOR PARENTS MANAGEMENT FORUM PROJECT

FEDERAL UNIVERSITY OF TECHNOLOGY,
P.M.B. 1526, OWERRI
INVITATION TO TENDER FOR PARENTS MANAGEMENT FORUM PROJECT

1. INTRODUCTION
The Federal University of Technology, Owerri in compliance with the requirements of the Public Procurement Act (PPA) 2007 invites selected, qualified and competent Contractors with proven experience and good track record of performance to submit bids for its Parent Management Forum (PMF) Project as listed below:

S/N | PROJECT DESCRIPTION | CATEGORY
LOT 1 | CONSTRUCTION OF PROFESSORIAL OFFICE BUILDING | WORKS

2. ELIGIBILITY REQUIREMENTS
To be eligible, potential bidders should submit all the under listed verifiable documents and must be arranged in the following order and numbered.
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, 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 N200m;
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 31/12/2025 or valid Certificate issued by BPB.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal University of Technology, Owerri 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 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;
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 COREN, QSRBN, ARCON, CORBON etc.;
k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
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.

Note: Technical Bid Documents should be bound with a table of contents in order of listing above.

3. COLLECTION OF BID DOCUMENTS
Interested Companies are to collect the Standard Bidding documents (SBD) from the Assistant Chief Procurement Officer, Room 203, First floor, Senate Building, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten thousand Naira) per Lot, paid into Federal University of Technology Owerri’s “Tender Fees” remita account in any reputable Commercial Bank in Nigeria.

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

UNDP-INVITATION TO BID FOR CONSTRUCTION OF FIVE (5) BLOCKS OF VIP TOILETS AT DIKWA MARKET 

UNDP

CONSTRUCTION OF FIVE (5) BLOCKS OF VIP TOILETS AT DIKWA MARKET

INVITATION TO BID

REFERENCE:UNDP-NGA-01343

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:04-FEB-2026

DEADLINE ON:20-FEB-2026 08:00 (GMT -5.00)

Description

Please indicate whether you intend to submit a bid by creating a draft response without submitting directly in the system. This will enable the system to send notifications in case of amendments of the tender requirements.

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

INTERNATIONAL ORGANIZATION FOR MIGRATION(IOM)-REQUEST FOR EXPRESSION OF INTEREST (REOI) FOR CONSTRUCTION OF HOUSING UNITS AND SANITATION FACILITIES IN ADAMAWA AND YOBE STATES 

IOM

REQUEST FOR EXPRESSION OF INTEREST (REOI) FOR CONSTRUCTION OF HOUSING UNITS AND SANITATION FACILITIES IN ADAMAWA AND YOBE STATES

REQUEST FOR EOI

REFERENCE:30000019831

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:03-FEB-2026

DEADLINE ON:14-FEB-2026 12:00 (GMT 1.00)

Description

The International Organization for Migration (IOM) invites interested and eligible vendors to submit Expressions of Interest (EOIs) for the  Construction of Housing Units and Sanitation Facilities in Adamawa and Yobe States.

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

PARENTS MANAGEMENT FORUM (PMF)-FEDERAL UNIVERSITY OF TECHNOLOGY OWERRI-INVITATION TO TENDER FOR THE CONSTRUCTION OF SIXTY (60) ROOMS PMF PROFESSORIAL OFFICES AT THE FEDERAL UNIVERSITY OF TECHNOLOGY, OWERRI (FUTO)

PARENTS MANAGEMENT FORUM (PMF)
FEDERAL UNIVERSITY OF TECHNOLOGY OWERRI
P.M.B. 1526, OWERRi
E-mail: futoparentsmanagementforum@gmail.com
INVITATION TO TENDER FOR THE CONSTRUCTION OF SIXTY (60) ROOMS PMF PROFESSORIAL OFFICES AT THE FEDERAL UNIVERSITY OF TECHNOLOGY, OWERRI (FUTO)

The Parents Management Forum, PMF, Federal University of Technology, Owerri (FUTO), hereby Invites registered competent contractors, to urgently tender for the construction of Sixty (60) Rooms PMF Professorial Offices at the Federal University of Technology, Owerri (FUTO)

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

NIGERIAN INSTITUTE OF TRANSPORT TECHNOLOGY (NITT), ZARIA-INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2025 CAPITAL APPROPRIATION

NIGERIAN INSTITUTE OF TRANSPORT TECHNOLOGY (NITT), ZARIA
P.M.B 1148, BASAWA ROAD, ZARIA
INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2025 CAPITAL APPROPRIATION

1.0 INTRODUCTION
The Nigerian Institute of Transport Technology (NITT), a parastatal under the Federal Ministry of Transportation (FMOT) with Headquarters in Zaria, Kaduna State saddled with the responsibility of Training, Research and Consultancy services in all modes of Transportation. In line with the Public Procurement Act, 2007 hereby invites reputable and experienced Contractors/ Consultants to submit Tenders for the under-listed projects contained in year 2025 Budget Appropriation.

2.0 SCOPE OF PROJECTS
A. INVITATION TO TENDER – (WORKS)
LOT1: CONSTRUCTION OF FOUNDATION ROAD TARAUNI LGA, KANO CENTRAL SENATORIAL DISTRICT, KANO STATE

B. INVITATION TO TENDER – (GOODS)
LOT2: PURCHASE OF MINI BUSES FOR LAGOS ISLAND FEDERAL CONSTITUENCY II, LAGOS STATE

2.1 SCOPE OF WORK
Details of Scope of works for all the projects above shall be provided in the Tender (Bidding) documents

3.0 ELIGIBILITY REQUIREMENT
a. Evidence of Incorporation with Corporate Affairs Commission [CAC] including Form CAC02 and CAC07.
b. Evidence of Filling of C.A.C Annual Returns for the last three years i.e. 2022,2023,2024
c. Evidence of Company Tax Clearance Certificate for the last three [3] years valid till 31st December 2025 i.e. 2022,2023,2024
d. Evidence of Pension Compliance Certificate valid till 31st December 2025
e. Evidence of Industrial Training Fund [ITF] Compliance Certificate valid till 31st December 2025.
f. Evidence of Nigeria Social Insurance Trust Fund [NSITF] Compliance Certificate valid till 31st December 2025.
g. 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.
h. i. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Institute of Transport Technology, Zaria or the Bureau of Public Procurement is not a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in the bid document are true and correct in all particulars.
ii. Sworn Affidavit certifying that the company is not in receivership, insolvency or bankruptcy.
i. Companies Audited Accounts for the last three [3] consecutive years [2022,2023,2024].
j. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
k. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/ Professional qualifications.
l. Verifiable documentary evidence of at least three [3] similar jobs executed in the last five [5] years including Letters of Awards, Valuation/Job Completion Certificates.
m. Works: List of Plants/Equipment with proof of Ownership/Lease.
n. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
o. 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/GSM No. and e-mail address. The letterhead paper must bear the Name of the Directors at the bottom of the page duly signed by an authorized officer of the firm;
p. GOODS: Authorization letter from the Original Equipment Manufacturer (OEM)

A. OPENING OF TECHNICAL BIDS
The Technical Bids will be opened immediately after the deadline for submission at 12:00noon prompt on Monday, 9th February, 2026 in the Main Auditorium, Nigerian Institute of Transport Technology, Zaria while Financial Bids will be kept un-opened. Please ensure that you sign the Bid Submission Register at the Main Auditorium, NITT, Zaria as NITT will not be held liable for misplaced or wrongly submitted bids.

4.0 TENDER COLLECTION
DOCUMENTS (CATEGORY A & B)
Interested companies are to collect the Standard Bidding Document (SBD) from the Procurement Unit NITT Zaria on presentation of evidence of payment of a non-refundable tender fee of N10,000.00 per lot, paid into Nigerian Institute of Transport Technology, Zaria Remitta Account in any reputable commercial bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
A. INVITATION TO TENDER
Prospective bidders are to submit two (2) hard copies each of the Technical and Financial bids with soft copy of Financial bid only in MS Excel format packaged separately in a sealed envelope and clearly marked “Technical Bid” or “Financial Bid” Thereafter, put the two (2) sealed envelopes in a bigger sealed envelope addressed to;
DIRECTOR GENERAL/CHIEF EXECUTIVE,
NIGERIAN INSTITUTE OF TRANSPORT TECHNOLOGY [NITT], BASAWA ROAD,
ZARIA and clearly marked with name of the project and lot number. Furthermore, the reverse side of the sealed envelope should have the name and address of the bidder and dropped in the designated tender box in the Institute’s MAIN AUDITORIUM, ZARIA not later than 12:00noon prompt on 9th February, 2026 Companies submitting bidding documents must sign tender register at the Reception Desk of the Main Auditorium, NITT, Zaria after dropping the bidding documents into the tender box.

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

IMO STATE GOVERNMENT-REQUEST FOR PROPOSALS FOR DESIGN, BUILD, AND OPERATION (DBO) OF AGRO – INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER IN IMO STATE SAPZ

OFFICE OF THE GOVERNOR, IMO STATE.
IMO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES PROGRAM
NOTICE OF REQUEST FOR PROPOSALS
DESIGN, BUILD, AND OPERATION (DBO) OF AGRO – INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER IN IMO STATE SAPZ

EMPLOYER: IMO STATE GOVERNMENT
PROJECT: SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES
CONTRACT TITLE: DESIGN, BUILD, AND OPERATION (DBO) OF AGRO-INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER (ATC) IN IMO STATE.
COUNTRY: FEDERAL REPUBLIC OF NIGERIA.
LOAN NO.: 2000200005159/5050200001351
RFP NO: IM/SAPZ-1/DBO/01/1
ISSUED ON: 19 JANUARY 2026

1. The Federal Government of Nigeria (FGN has received financing from the African Development Bank toward the cost of the Special Agro-Industrial Processing Zones (SAPZ) Program Phase I being implemented in the five (5) participating states of Kaduna, Oyo, Cross River, Imo and Ogun, and intends to apply part of the proceeds toward payments under the contract for Design and Build of an Agro-Industrial Hub (AIH) and Agricultural Transformation Center (ATC) in Imo State. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines for Investment Project Financing.

2. The Imo State Project Implementation Unit now invites sealed Proposals from interested eligible applicants for the Design, Build, and Operation of the AIH and ATC located in Oloshi, Ohaji/Egbema Local Government Area of Imo State. The scope of work includes the Design, Build, and operation, using a site-and-services model, of a 150 Ha AIH and 20 Ha ATC. The facilities to be provided include fencing; administrative block, quality control and social buildings, roads, drainage, power supply and water, sewage/wastewater treatment and solid waste management.

3. The procurement will be conducted through the Open Competitive Bidding (International), OCBI procedures as specified in the Procurement Policy for the Bank Group Funded Operation (October 2015), which is available on the Banks website at http://www.afdb.org/en/projectsandoperations/procurements/new-procure-policy, and is open to all eligible Proposers.

4. Interested eligible Proposers may obtain further information from State Project Coordinator, Imo State Project Implementation Unit, and inspect the RFP Document during office hours i.e. 09:00 to 17:00 hours local time at the address given below.

5. The RFP Document in English may be purchased by interested eligible Proposers upon the submission of a written application to the address below and upon payment of a nonrefundable fee of N250,000.00 (two hundred and fifty thousand Naira). The method of payment will be Bank Draft payable to ImoSpecial Agro-Industrial Processing Zones Counter-Part Fund. The document will not be sent by delivery procedure.

6. A single-stage, two envelope RFP process will be used, and the Proposal will consist of (i) the Technical Part, without any reference to prices; and (ii) the Financial Part, as detailed in the RFP Document. The Technical and Financial Parts of the Proposals shall be submitted simultaneously in two separate sealed envelopes.

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

FEDERAL TEACHING HOSPITAL, GOMBE-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

FEDERAL TEACHING HOSPITAL, GOMBE
INVITATION TO TENDER

1. INTRODUCTION
1.1 The Federal Teaching Hospital Gombe, a Tertiary Health Institution located along Ashaka Road Gombe, Gombe State wishes to execute Projects under 2025 Capital Budget
1.2 The Hospital therefore, invites experience and competent contractors/suppliers/consultants to submit bids for execution of the under listed Works Goods and services:

2. SCOPE OF WORKS/GOODS AND SERVICES

LOT No. DESCRIPTION
LOT 1 Establishment Of Cancer Centre
lot 2 Construction Of Extension And Furnishing Of Sickle Cell Clinic Phase II
lot 3 Completion Of Ear, Nose And Throat (ent) Complex (phase II) In Federal Teaching Hospital, Gombe
lot 4 Construction, Furnishing And Equipping Of Medical And Surgical Emergency Complexes Phase I
lot 5 Provision of Modern Radio-diagnostics Centre
lot 6 Completion of Infrastructure And Furnishing Of College Of Nursing Complex
lot 7 Construction of Internal Road Roads And Drainage In Selected Hospital Areas
GOOD
lot 15 Procurement Of Toyota Hiace Mini Ambulance And Operational Vehicles
lot 16 Supply And Installation of Solar Street Lights In Aleiro/Wandu/Jega Federal Constituency, Kebbi State
lot 17 Supply And Installation of Solar Streetlights In Jakusko Lga In Bade/Jakusko Federal Constituency, Yobe State
lot 18 Supply And Installation of Solar Streetlights In Various Locations In Bade/Jakusko Federal Constituency, Yobe State
lot 19 Procurement And Distribution of Food Items In Yamaltu-deba Federal Constituency, Gombe State
SERVICES
lot 20 Consultancy Service for the Provision of Modern Radio diagnostics Centre
lot 21 Consultancy Services for the Establishment of Cancer Centre
Lot 22 Consultancy Service For The Construction ,furnishing And Equipping Of Medical And Surgical Emmergency Complexes
Lot 23 Provision of Medical Outreach And Free Medical Support For Less Privileged People In Balanga/billiri Federal Constituency, Gombe State

3. ELIGIBILITY REQUIREMENTS

a. Evidence of Incorporation with the Corporate Affairs Commission (CAC) Including Form CAC2 and CAC7;
b. Evidence of Company Income’s Tax Clearance Certificate for the Last 3 Years valid till 31st December, 2025;

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

TRANSMISSION COMPANY NIGERIA (TCN)-INVITATION FOR BIDS FOR PROCUREMENT FOR DESIGN AND CONSTRUCTION OF 330/132/33 KV SUBSTATIONS – LAGOS AND OGUN POWER TRANSMISSION SYSTEM IMPROVEMENT PROJECT (PACKAGE 3 – LOT 3A)

TRANSMISSION COMPANY NIGERIA (TCN)
INVITATION FOR BIDS
FOR PROCUREMENT FOR
DESIGN AND CONSTRUCTION OF 330/132/33 KV SUBSTATIONS – LAGOS AND OGUN POWER TRANSMISSION SYSTEM IMPROVEMENT PROJECT (PACKAGE 3 – LOT 3A)
Invitation for Bid No: LG-TSIP 3a
JICA Loan Contract No.: NI-P4
Transmission Company of Nigeria (TCN)
JICA – Project Implementation Unit
Office Address:
Telephone: +2348036684300
E-mail: jica.piu@tcn.org.ng
engrvinchukwu@gmail.com
chukwu.vincent@tcn.org.ng
Web Site: http://www.tcn.org.ng
No. 1226 Aminu Kano Crescent,
Wuse 2, Abuja, Nigeria
January, 2026
Invitation for Bids
Employer: Transmission Company of Nigeria
Project: Lagos and Ogun Power Transmission System Improvement Project
Contract title: Design and Construction of 330/132/33 kV Substation and line bays at Ejio(Arigbajo), Ogun state (Package 3 – Lot 3a)
Country: Nigeria
JICA Loan No: NI-P4
Issued on: 12th January, 2026

1. The Federal Republic of Nigeria has applied for financing from the Japanese International Cooperation Agency toward the cost of the Lagos and Ogun Power Transmission System Improvement Project and intends to apply part of the proceeds toward payments under the Contract for Design and Construction of 330/132/33 kV Substation and line bays (Package 3-Lot 3a).

2. The Transmission Company of Nigeria- JICA- Project Implementation Unit now invites sealed Bids from eligible Bidders for the design, construction and completion of one (1) 330/132/33 kV transmission substation(Package 3 – Lot 3a ). International Competitive bidding will be conducted in accordance with “single stage Two Envelop” Bidding Procedure.
The scope of works is Design, Procurement and Construction total of one (1) transmission substations across 330/132kV Transmission network at Ejio , , of Ogun state. The completion period of the contract is twenty-four (24) months.

The project consists as follows:
Package 3. Substations Construction

LGTSIP- LOT 3a
Design and Construction 330/132/33kV substation at Ejio(Arigbajo)
330/132/33kV,2×150/165MVA transformer,
1X75Mvar Reactor Bay
132/33 kV, 2x 60/66 MVA transforar,
330 kV bay (Olorusogo-4nos, Ajegunle -2nos, Likosi –2nos, Ikeja West – 1, Ayede -1), 132 kV bay,
2X330kV,150/165MVA Transformer Bay
2X 132kV,150/165MVA Transformer Bay
2X132kV,60/66MVA Transformer Bay
2X132kV Line Bay (New Abeokuta1, New Abeokuta-2)
2X33 kV,60/66MVA Transformer bay.
6X33kV Feeder Bay
1x33kV Bus Coupler Bay

3. Bidding will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans, and is open to all Bidders from eligible source countries, as defined in the Bidding Documents.

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

IOM-REQUEST FOR QUOTATION FOR CONSTRUCTION OF WAITING AREA FOR MEDICAL CENTER IN MALLAM SIDI CAMP GOMBE 

IOM

CONSTRUCTION OF WAITING AREA FOR MEDICAL CENTER IN MALLAM SIDI CAMP GOMBE

REQUEST FOR QUOTATION

REFERENCE:30000017501-2

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:07-JAN-2026

DEADLINE ON:10-JAN-2026 11:27 (GMT 0.00)

Description

RFQ_ NG10_2025_255_30000017501 for Construction of waiting area. Building is constructed using 3x40ft containers on concrete pedestals

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

IKOSI ISHERI LOCAL COUNCIL DEVELOPMENT AREA, LAGOS STATE-INVITATION TO TENDER/ PRE-QUALIFICATION/ EXPRESSION OF INTEREST

KOSOFE LOCAL GOVERNMENT
IKOSI ISHERI LOCAL COUNCIL DEVELOPMENT AREA
INVITATION TO TENDER/ PRE-QUALIFICATION/ EXPRESSION OF INTEREST

1.0 INTRODUCTION
Ikosi Isheri Local Council development Area hereby invites reputable, competent and qualified contractors, service providers with relevant proven competence and duly registered with Lagos State Public Procurement Agency and Ikosi Isheri Local Council Development Area to submit bids for execution of the following projects as provided for in the year 2026 fiscal budget.

2.0 PROJECTS
CATEGORY A: WORKS
LOT PROJECT TITLE LOCATION
1. Construction of Oba Onikosi Palace Oba Onikosi Road,Ikosi
2. Construction of Fire Service Station Secretariat
3. Construction of Idera PHC Area Office
4. Construction of Canteen/ Offices Secretariat
5. Construction of Primary School Isheri Primary School
6. Rehabilitation and remodeling of Ikosi Pry.School Ikosi Primary School
7. Rehabilitation of Roads within Ikosi- Isheri LCDA
8. Flooring,Interlocking and Landscaping Council promises
9. Construction of perimeter fencing Council Secretariat
10. Construction of Refuse Transfer Loading Station Council Secretariat
11. Construction of Roads and Drainages Ikosi Isheri

CATEGORY B: GOODS
LOT PROJECT TITLE LOCATION
12. Procurement of Vehicles Secretariat
13. Procurement of Tricycles Secretariat
14. Procurement of various empowerment tools Secretariat
15. Procurement of food pallatives Secretariat
16. Procurement and installation of CCTV camera Secretariat,
17. Procurement and installation of solar power Streetlight Ikosi- Isheri community
18. Procurement of Stationeries and Store Items Secretariat
19. Printing of Documents

CATEGORY C : SERVICES
LOT PROJECT TITLE LOCATION
20 Clearing and Desilting of Drainages Ikosi-Isheri Community
21 Catering and Services Management
22. Design and Build on Public Private Partnership
23. Consultancy Services on Title Documents

3.0. QUALIFICATION REQUIREMENTS
The Tender/ Pre-qualification/ Expression of Interest must be submitted in the following order
A. Covering letter duly signed by the company’s authorized signatory indicating the specific area of interest under the lots
B. Certificate of incorporation with Corporate Affairs Commission(CAC)
C. Tax Clearance Certificate for the last three years
D. Evidence of registration with Lagos State Public Procurement Agency and Ikosi Isheri Local Council Development Area.
E. Evidence of similar job executed with letters of award and completion certificates
F. Evidence of Technical and financial capacity to execute the project.

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