OYO STATE GOVERNMENT OYO STATE HOUSE OF ASSEMBLY INVITATION FOR BIDS (IFB)IFBAD3/384A/VOL.VI SEPTEMBER 2025
1.0. INTRODUCTION Oyo State House of Assembly under the contract for the supply of 2025 Constituency Empowerment Programme as presented below:
2.0 LIST OF PROJECTS
S/No
Description
Quantity
1.
Fumigation Sprayer, 16 Litres Capacity (KNAPSACK)
192
2.
Suntec Firman Key Starter Generator 3.2. KVA
64
3.
Bajaj Pulsar NS160 Motorcycle
32
4.
12.5KG Gas Cylinder
192
5.
Two Face Burner Gas Cooker
192
6.
Pepper Grinding Machine Complete with electric Motor (1 HP) belt, Pulley and Steel Stand
32
7.
Sewing Machine (Butterfly)
32
8.
Bajaj Tricycle
32
Bidding will be conducted through open competitive procedure as specified in the Oyo State Public Procurement Guidelines for Goods and are open to all bidders as defined in the guidelines. Oyo State House of Assembly now invites sealed bids from eligible and qualified contractors for the above contract as detailed in the bidding document.
3.0 QUALIFICATION REQUIREMENTS/ ELIGIBILITY CRITERIA Interested and competent contractors wishing to carry out the projects as described above will be required to submit the following documents.
i. Evidence of Registration with the Corporate Affairs Commission (CAC) with the inclusion of Certificate of Incorporation and Articles of Association. ii. Company Tax Clearance Certificate for the past Three (3) years (2022-2024) iii. Possession of experience as a Prime Contractor in at least (2) projects of similar nature and complexity with verifiable letter of contract award and certificate of job completion within the last five (5) years. iv. Detailed company profile and organization structure including names and telephone numbers of key personnel (Technical/Managerial) v. Evidence of Financial capability. (Reference letter from reputable bank) vi. Copies of VAT Registration with TIN number and evidences of VAT remittances for the last three (3) years (2022-2024) vii. Company’s Audited Accounts for the last three (3) years 2022-2024) viii. Evidence of Personal Income Tax clearance for two (2) Directors for (Limited Companies) or one (1) Director (Business name) (2022-2024) ix. Evidence of registration with Oyo State Bureau of Public Procurement (BPP)
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
DELTA STATE MINISTRY OF HIGHER EDUCATION PROF. CHIKE EDOZIEN SECRETARIAT, 2ND FLOOR CLUSTER E, MARYAM BABANGIDA WAY, P.M.B. 91005, ASABA, INVITATION TO TENDER
1. Tenders are hereby invited from suitably qualified companies to execute the project listed below:
i. THE FURNISHING OF FACULTY BUILDING ‘A’ AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OREROKPE CAMPUS ii. THE FURNISHING OF FACULTY BUILDING “C” AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OREROKPE CAMPUS iii. THE FURNISHING OF THE COLLEGE OF MEDICAL SCIENCES AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OZORO. iv. THE FURNISHING OF THE CLINIC, CAFETERIA, MALE AND FEMALE HOSTEL AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OREROKPE CAMPUS v. THE SUPPLY OF ICT EQUIPMENT TO THE FACULTY BUILDING “A” ICT ROOMS AND LECTURE ROOMS 1-3 AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OREROKPE CAMPUS vi. THE FURNISHING OF 500-SEATER AUDITORIUM AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OREROKPE CAMPUS vii. THE FURNISHING OF RESIDENTIAL QUARTERS AT THE DELTA STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY, NOW SOUTHERN DELTA UNIVERSITY, OREROKPE CAMPUS
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
ADVERTISEMENT – PR15563854 – SPARE COMPRESSORS FOR AIR STACK CHILLER
DUE: SEPTEMBER 12, 2025
The U. S. EMBASSY IN ABUJA is seeking a vendor to supply the following:
S/N
Item Description
Qty
Unit
Unit Price
Total
1
Tandem Copeland Compressors Model number: ZRT380KCE-TED-976, 460V, 3PH. 50/60Hz. R407C.
4
each
SHIPPING: SUVI Global Services, LLC 2801 Route 130 Unit 1, North Brunswick, NJ 08902
Total
You are invited to submit a quotation with shipment to North Brunswick, NJ 08902.
Payment Terms: Net 30.
Evaluation Criteria:
The evaluation of this requirement will consider price, technical acceptability, and past performance.
Proposal Requirements:
To ensure your proposal is valid, please note the following:
Email all responses to this solicitation to AbujaProcurement@state.gov, including the solicitation number (PR15563854) in the subject line.
Include your performance schedule, specifications, samples, pictures, or complete drawings (where applicable) with your proposal.
Contractors must provide proof of active registration in Sam.gov, a Unique Entity ID (UEI) code, and evidence of compliance with the National Defense Authorization Act (NDAA).
Vendors must clearly state delivery terms, including how long it will take to deliver or if items are BACKORDERED.
Vendors must state it BOLDLY if offering alternatives.
Enclosure:
NDAA-DEI Representation Form
Submission Deadline:
The deadline for submission is September 12, 2025.
Please note that the Embassy may not contact those with unsuccessful offers.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
OGUN STATE UNIVERSAL BASIC EDUCATION BOARD (OGUN SUBEB) INVITATION TO BID
As part of efforts to provide a highly conducive learning environment in the basic education sector of Ogun State, the Executive Governor, His Excellency Prince Dapo Abiodun CON, in collaboration with the Universal Basic Education Commission (UBEC) Abuja has approved the implementation of year 2020 and 2021 FGN-UBEC/OGUN-SUBEB Intervention Funds and BESDA Projects for the facilities to be provided in various Public Basic Schools across Ogun State.
The Board therefore in compliance with the Public Procurement Act, invites interested, competent, reputable and suitably qualified contractors to tender for the underlisted jobs.
2. TENDER QUALIFICATION Each tender should be accompanied with the following: I. Evidence of Company’s Certificate of Registration with Corporate Affairs Commission (CAC). II. Evidence of a Company’s current Registration with Ogun State Bureau of Public Procurement. III. Evidence of verifiable list of previous/similar projects executed with Letters of Commission and Certificate of Practical Completion. IV. Evidence of Financial Capability/reference letter from a reputable Commercial Bank. V. Evidence of Company’s Registration with Federal Inland Revenue Services (FIRS). VI. Evidence of compliance with the Pension Reform Act 2004 (Current Certificate of Compliance issued by PENCOM)
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
OYO STATE GOVERNMENT (OYO STATE HOSPITAL’S MANAGEMENT BOARD) INVITATION FOR BIDS (IFB) IFB/OYS11MB2911 (PROCUREMENT OF BEDDINGS (MATTRESSES, PILLOW, BED SHEETS AND PILLOW CASE) TO ALL SECONDARY HEALTHCARE FACILITIES IN THE STATE.) DATE OF BID ISSUANCE: 4TH SEPTEMBER 2025
1.0 INTRODUCTION OYO STATE HOSPITAL’S MANAGEMENT BOARD under the contracts for the (PROCUREMENT OF BEDDINGS (MATTRESSES, PILLOW, BED SHEETS AND PILLOW CASE) TO ALL SECONDARY HEALTHCARE FACILITIES IN THE STATE FOR OYO STATE HOSPITAL’S MANAGEMENT BOARD) as presented in the table below:
2.0 LIST OF PROJECTS
S/N
Description
Qty
Location
Bid security
1.
Mattress: VITAFoAM
1,720
Central Store, State Hospital, Ring Road, Ibadan
2.
Pillow
1,720
3.
Bedsheet with Pillow Case Pack (White)
1,720
4.
Bedsheet with Pillow Case Pack (Blue)
1,720
5.
Bedsheet Embroidery (White)
1,720
6.
Bedsheet Embroidery (Blue)
1,720
7.
Pillow Case Embroidery (White)
1,720
8.
Pillow Case Embroidery (Blue)
1,720
Summary Description Bidding will be conducted through Open Tendering Method procedures as specified in the Oyo State Public Procurement Guidelines for Goods and are open to all bidders as defined in the Guidelines.
OYO STATE HOSPITAL’S MANAGEMENT BOARD now invites sealed bids from eligible and qualified contractors for the above contracts as detailed in the bidding document.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
INVITATION TO TENDER LOT 1- PROCUREMENT OF LEARNING MATERIALS 1 (PRIMARY & SIBLINGS) LOT 2- PROCUREMENT OF LEARNING MATERIALS 2 (OUT OF SCHOOL CHILDREN) LOT 3- TRANSPORTATION OF LEARNERS MATERIALS PUBLICATION DATE: 4TH SEPTEMBER, 2025 PUBLICATION CLOSING DATE: 12TH SEPTEMBER, 2025 REFERENCE NO: ROHI/PRCMT6/EFECT-SC/09/2025 CONTRACTING AUTHORITY: RESTORATION OF HOPE INITIATIVE (ROHI)
Scope Of Bid RESTORATION OF HOPE INITIATIVE (ROHI) MAIDUGURI is pleased to invite sealed bids from eligible contractors for Procurement and transportation of Learners mainstreaming materials to learners in all implementing locations of EFECT project in Borno state.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NWAFOR ORIZU COLLEGE OF EDUCATION NSUGBE, ANAMBRA STATE INVITATION TO TENDER FOR YEAR 2025 TETFUND SPECIAL INTERVENTION PROJECT
1.0 INTRODUCTION The Tertiary Education Trust Fund (TET Fund) has allocated funds to the College for the execution of the year 2025 TET Fund Special Intervention Project. The College in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations hereby invites interested, Competent and experienced contractors/firms with proven strength and relevant experience and good track record of prompt delivery of similar projects to submit bid for the following projects listed below under the Year 2025 Special intervention Project.
2.0 SCOPE OF WORKS AND GOODS
CATEGORY A. ANNUAL INTERVENTION Lot 1: Proposed Procurement, testing, Installation and Commissioning of School Equipment
3.0 ELIGIBILITY REQUIREMENT 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 valid till 31st December, 2025; (with minimum average annual turnover of N400 million and above; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 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. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Nwafor Orizu College of Education, Nsugbe, Anambra State 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; – that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
MSI NIGERIA REPRODUCTIVE CHOICES REQUEST FOR EXPRESSION OF INTEREST (REOI) SUBJECT: SUPPLY OF REUSABLE SANITARY PADS DATE OF THE REOI: 04/09/2025 CLOSING DATE FOR RECEIPT OF EOI: 17/09/202 REFERENCE: EOI/052/2025
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 Expression of Interest (EOIs) from eligible suppliers for the supply of underlisted item:
S/N
Description
Additional Information
Quantity
1
Reusable Sanitary Pads
• The pads should consist of multiple layers, including a top layer that comes in direct contact with the body, a transfer layer, and an absorbent material that effectively absorbs menstrual blood and other fluids. • It should come with a leak-proof layer at the bottom to prevent any leakage. • It must be free from harmful substances such as acids, alkali, dust, and particulate matter. • They should not emit bad odors or bleed colour Kindly indicate the quantity per pack
10,000 packs
All price quoted should include all statutory deductions of 2% WHT and MSI Nigeria makes payment for completed transactions within 21 days. Delivery will be made to the following states Sokoto, Kano, Gombe.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL REPUBLIC OF NIGERIA NIGERIA SOCIAL INSURANCE TRUST FUND (NSITF) PLOT 794 MUHAMMADU BUHARI WAY, CENTRAL BUSINESS DISTRICT, ABUJA INVITATION TO TENDER/EXPRESSION OF INTEREST FOR THE EXECUTION OF 2025 PROJECTS
1. INTRODUCTION The Nigeria Social Insurance Trust Fund, hereby invites interested contractors and consultants with proven relevant competence and experience to submit Bids/Expression of Interest for the execution of the following projects in compliance with the Public Procurement Act (PPA) 2007:
2. SCOPE OF WORKS/SUPPLIES/SERVICES 2.1. CATEGORY A (EXPRESSION OF INTEREST) – Interested Consultants are invited to submit Expression of Interest (EoI) for the following projects:
CONSULTANCY SERVICES
S/N
LOT NO
PROJECT TITLE/DESCRIPTION
1.
NSITF/25/C/001
Provision of Consultancy Services for Training on Inculcating Negotiation Skills and Debt Recovery Mechanism
2.
NSITF/25/C/002
Provision of Consultancy Services for Training on Core Values/Work Ethics and Customer Relationship Management for Inspection Officers
3.
NSITF/25/C/003
Provision of Consultancy Services for Training on Process Improvement and Performance Benchmarking
4.
NSITF/25/C/004
Provision of Consultancy Services for Compliance Enforcement Capacity Building Training
5.
NSITF/25/C/005
Provision of Consultancy Services for Training on Negotiation Skills: Achieving Successful Outcomes
6.
NSITF/25/C/006
Provision of Consultancy Services for Training on Team Work & Interpersonal Skills
7.
NSITF/25/C/007
Provision of Consultancy Services for Training on Problem Solving and Analytical Skills in ECS for Informal Sector
8.
NSITF/25/C/008
Provision of Consultancy Services for Training on ECS in the Informal Sector (Framework and Processes)
9.
NSITF/25/C/009
Provision of Consultancy Services for Training on International Public Sector Accounting Standards (IPSAS)
10.
NSITF/25/C/010
Provision of Consultancy Services for Training on Claims Administration/Payroll Preparation, and Payment Process
11.
NSITF/25/C/011
Provision of Consultancy Services for Training on Informal Technology Infrastructure Library ITIL
12.
NSITF/25/C/012
Provision of Consultancy Services for Training on Project Management (PRINCE2)
13.
NSITF/25/C/013
Provision of Consultancy Services for Training on Legal Drafting and Negotiation Skills
14.
NSITF/25/C/014
Provision of Consultancy Services for Training on Managing People for Strategic Advantage
15.
NSITF/25/C/015
Provision of Consultancy Services for Soft Skill Training on Leadership and Time Management
16.
NSITF/25/C/016
Provision of Consultancy Services for Training on Human Resources Masterclass on Future Changes in Human Resources
17.
NSITF/25/C/017
Provision of Consultancy Services for Claims and Compensation Capacity Training
18.
NSITF/25/C/018
Provision of Consultancy Services for Training on Medical Vetting Processes
19.
NSITF/25/C/019
Provision of Consultancy Services for Training on Rehabilitation, Reskilling, and Return to Work Program
20.
NSITF/25/C/020
Provision of Consultancy Services for Training on Fraud Detection in Government Accounting
21.
NSITF/25/C/021
Provision of Consultancy Services for Training on Forensic Accounting/Computer-Based Accounting Software on SAGE and Peach Tree
22.
NSITF/25/C/022
Provision of Consultancy Services for Training on the International Standard for Auditing (ISA)
23.
NSITF/25/C/023
Provision of Consultancy Services for NEBOSH IGC Training
24.
NSITF/25/C/024
Provision of Consultancy Services for Training on Safety Regulations, Policy, and Standards
25.
NSITF/25/C/025
Provision of Consultancy Services for Training on Workplace Tools, Safety, and Accident Investigation
26.
NSITF/25/C/026
Provision of Consultancy Services for Training on Work Ethics for Team Leaders, Branch & Regional Managers
27.
NSITF/25/C/027
Provision of Consultancy Services for Training on General Administrative Working Procedures and Ethics for Admin Officers
28.
NSITF/25/C/028
Provision of Consultancy Services for Training on Emotional Intelligence and Managing a Difficult Boss
29.
NSITF/25/C/029
Provision of Consultancy Services for Training on Communication and Presentation Skills
30.
NSITF/25/C/030
Provision of Consultancy Services for Training on New Public Service Rules: Provisions, Implementation and Challenges
31.
NSITF/25/C/031
Provision of Consultancy Services for Training on Pre-Retirement Planning: Life after Retirement
32.
NSITF/25/C/032
Provision of Consultancy Services for the Deployment of ManageEngine Unified Service Management
33.
NSITF/25/C/033
Provision of Consultancy Services for the Deployment of ManageEngine Identity and Access Management
34.
NSITF/25/C/034
Provision of Consultancy Services for the Deployment of ManageEngine IT Operations Management and Observability
35.
NSITF/25/C/035
Provision of Consultancy Services for the Deployment of Fortinet Unified Threat Management System
36.
NSITF/25/C/036
Provision of Consultancy Services for the Servicing and Maintenance of Power and LAN Cabling Infrastructure
37.
NSITF/25/C/037
Provision of Consultancy Services for the Deployment of Safetica Data Loss Prevention System
2.2. CATEGORY B: GOODS (INVITATION TO TENDER) – Interested Contractors are invited to submit technical and financial bids for the following projects:
S/N
LOT NO
PROJECT TITLE/DESCRIPTION
1.
NSITF/25/G/001
Procurement and Installation of Printers and Peripherals Fund-wide
2.
NSITF/25/G/002
Procurement of Clean Energy Infrastructure and Digital Registration Centres Fund-wide
3.
NSITF/25/G/003
Supply and Assembling of Office Furniture Fund-wide
4.
NSITF/25/G/004
Supply and Installation of Air Conditioners Fund-wide
5.
NSITF/25/G/005
Supply and Installation of Generating Plants
3. ELIGIBILITY REQUIREMENTS Prospective bidders should submit the under-listed requirements to be eligible in this procurement process and arrange them in the same sequential order for ease of reference:
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL MINISTRY OF INDUSTRY, TRADE AND INVESTMENT OLD FEDERAL SECRETARIAT COMPLEX, AREA I, GARKI, ABUJA INVITATION FOR PREQUALIFICATION/EXPRESSION OF INTEREST (EoI) FOR WORKS, GOODS AND SERVICES
1.0 INTRODUCTION The Federal Ministry of Industry, Trade and Investment intends to execute some Capital Projects as contained in the 2025 Appropriation Act. In compliance with the Provisions of the Public Procurement Act, 2007, Finance Act 2020 and other Extant Guidelines for the award of contracts in the Federal Public Service, the Ministry wishes to invite experienced, competent Contractors, Suppliers and Service Providers to submit Pre-qualification and Expression of Interest (EoI) documents for the execution of the Ministry’s selected projects as contained in the 2025 Appropriation Act.
2.0 SCOPE OF WORKS/ASSIGNMENTS Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects are grouped into categories A to C. Bidders are therefore, requested to submit Pre-qualification, Technical and Expression of Interest documents in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and 6.0 of this publication. The projects are listed as contained in categories in the table below:
LOT PROJECT TITLE
CATEGORY
LOT
PROJECT TITLE
CATEGORY ‘A’: WORKS
A-1
Office Maintenance/ Rehabilitation
CATEGORY ‘B’: GOODS
B-1
Supply of Project/Utility Vehicles
B-2
Provision of Equipment/Machinery for Improvement of Field Operations
B-3
Acquisition of Office Working Tools (Computer Hardware, Accessories, Consumables, Printers etc.)
CATEGORY ‘C’: CONSULTANCY AND OTHER SERVICES
C-1
Consultancy Services for Digitization and Innovation Ideas, Archiving of Documents, Statistical Survey/Research/Production of Annual Report, Stakeholders Sensitization/workshop etc.
C-2
Consultancy Services for Clean Energy, Validation of the harmonized NIRP, Ease of Doing Business Implementation/PEBEC Mandate Review
C-3
Consultancy Services for Economic Reform Initiatives for growth, development and expansion, diversification of the Manufacturing and Creative Art Sectors
C-4
Consultant Services for Feasibility Studies and Market Access of proposed Agro-based Processing and Export Free Trade Zones
3.0 ELIGIBILITY REQUIREMENTS
3.1 Interested bidders should submit the following documents: a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable for Consultancy Services; b) Evidence of filling of Company’s current Annual Returns with CAC; c) Evidence of Company’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2025. d) 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); e) 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; f) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025; g) Evidence of Registration on the BPP’s National Database of Federal Contractors, Consultants and Service Providers by submission of a valid Certificate of Registration or Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP; h) Detailed Company’s Audited Accounts for the last three (3) years -2022, 2023 & 2024 duly stamped by Federal Inland Revenue Service (FIRS); i) A Sworn Affidavit: i. disclosing whether or not any officer of the relevant committees of the Federal Ministry of Industry, Trade and Investment 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; ii. that the company does not at the time of bidding period have existing loan or financial liability with any bank or 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. iii. 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. j) Local Content, Safety and Social Responsibility: (for Categories A, B, C, the following shall be further considered at the financial bid submission stage for projects value greater/equal to N300M). Submit a plan on how to give first consideration to services provided within Nigeria, raw materials and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content; k) Bidders’ Experience: Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years (2020 to date) including letters of awards and Valuation/Job Completion Certificates and photographs of the projects; l) Equipment and Equipment/Warehouse: Verifiable evidence (Machinery Registration Particulars/Identification details and location, including Registration Numbers) Proof of Ownership and /or Lease Agreement;
Financial Capacity k) Reference letter from a reputable Commercial Bank in Nigeria, indicating willingness to fund the project if awarded; l) Registration with Relevant Professional Regulatory Bodies: Insurance Companies/insurers/underwriter: Operational License issued by valid and adequate reinsurance Treaty arrangement and Certified True Copy of Audited Accounts approved by NAICOM; m) For Training Programmes: Evidence of firm’s current Registration with Centre for Management Development (CMD); n) ICT Jobs: Evidence of firm’s current registration/accreditation with Computer Professionals Council of Nigeria (CPN) and National Information Technology Development Agency (NITDA); o) Cleaning Services: Evidence of firm’s registration with Environmental Health Officers Registration Council of Nigeria (ENHORECON); p) For Mapping/Satellite Imaging and related services, contractors/service providers must be registered with National Space Research and Development Agency (NASDRA), The Repository of Satellite Images over Nigeria as required by Law ; q) For Security Services: Evidence of firm’s registration with Nigeria Security and Civil Defence Corps (NSCDC); r) Electricity jobs: Evidence of current Licence by Nigerian Electricity Management Services Agency (NEMSA); s) Consultancy Services: Evidence of firm’s registration with relevant regulatory professional body(ies) such as COREN/QSRBN/ARCON/CORBON/SURCON ESVARBON etc. t) Manpower: Company’s Profile with Curriculum Vitae of Key personnel with including copies of their Academic/Professional Certificates such as COREN, QSRBN, ARCON, SURCON, CORBON, TOPREC, NIESV, CIPSMN etc.; u) OEMs/Authorized Dealership: For Supply of specialized Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs); v) For Joint Venture/Partnership: Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pencom Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each partner.
Note: 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), current Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letter head 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 that indigenous companies have an advantage in these categories.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us