Background Image

FEDERAL MINISTRY OF AVIATION AND AEROSPACE DEVELOPMENT FEDERAL SECRETARIAT, ABUJA-INVITATION TO TENDER/ PREQUALIFICATION ON GOODS AND WORKS, EXPRESSION OF INTEREST (EOI) ON CONSULTANCY SERVICES FOR THE IMPLEMENTATION OF 2025 APPROPRIATION ACT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF AVIATION AND AEROSPACE DEVELOPMENT
FEDERAL SECRETARIAT, PHASE I, ABUJA
INVITATION TO TENDER/ PREQUALIFICATION ON GOODS AND WORKS, EXPRESSION OF INTEREST (EOI) ON CONSULTANCY SERVICES FOR THE IMPLEMENTATION OF 2025 APPROPRIATION ACT

1.0 INTRODUCTION
The Federal Ministry of Aviation and Aerospace Development intends to execute projects as contained in the 2025 Appropriation Act. In compliance with the provisions of the Public Procurement Act, 2007 as amended, and other extant guidelines for the Award of contracts in the Federal Public Service, the Ministry wishes to invite experienced and competent Contractors, Suppliers and Service Providers to obtain Bidding documents for the execution of Year 2025 projects.

2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects were grouped into categories A to C. Bidders are therefore, requested to obtain bidding documents and submit EoI where applicable in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and 9.0 of this publication. The projects are listed in the table below:

S/N LOT NO. PROJECT TITLE
Category A (Works)
1 A1 Rehabilitation and Development of Airstrips in selected Areas
2 A2 Establishment of Nigerian College of Aviation in selected Areas
Category B (Goods)
3 B1 Supply of Vehicles
4 B2 Supply, Design, Installation, Deployment and Upgrade of Aviation Infrastructure, Equipment and Technology in selected Airports
Category C (Services)
5 C1 Consultancy service for Aviation Media Projects and others

3.0 ELIGIBILITY REQUIREMENTS

3.1 The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 as amended and the Public Procurement Regulations for Works, Goods and Services, will carry out pre-qualification/short listing of companies/service providers that respond to this advertisement based on the following requirements:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7;
b) Evidence of Tax Clearance Certificate (TCC) 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

WATERAID NIGERIA-INVITATION TO TENDER FOR CONSTRUCTION / REHABILITATION OF WATER FACILITY

1.0 PREAMBLE
WATERAID NIGERIA with funding from Cummins Incorporated, under the Improving Access to Water Hygiene and Sanitation Project in Lagos in collaboration with Lagos state government, Ikorodu North Local Council Development Areas (LCDAs) hereby invites tenders from reputable and qualified companies for rehabilitation and construction of water sanitation and hygiene facilities in the above mentioned LCDA.

2.0 SCOPE OF WORK
Ikorodu North LCDA
• LOT 1: Rehabilitation/construction of one water facility, construction of two water kiosks at different locations and construction of one water drinking point in Agbede Olosugbo Community, Ikorodu

3.0 MANDATORY REQUIREMENTS
Companies interested in participating in the tendering process are to submit their company profiles which must contain the following:
i. Evidence of registration with the Lagos State Public Procurement Agency (PPA)
ii. Certificate of incorporation with Corporate Affairs Commission (CAC)
iii. Evidence of current Pension Compliance Certificate valid till 31st December 2026
iv. Evidence of current Industrial Training Fund (ITF) compliance certificate valid till 31st December 2026.

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

ONDO STATE UNIVERSAL BASIC EDUCATION BOARD, ODA ROAD, AKURE-INVITATION TO TENDER FOR YEAR 2025 UNIVERSAL BASIC EDUCATION INTERVENTION FGN/UBEC/SUBEB/PROJECTS

ONDO STATE GOVERNMENT
ONDO STATE UNIVERSAL BASIC EDUCATION BOARD, ODA ROAD, AKURE

INVITATION TO TENDER FOR YEAR 2025 UNIVERSAL BASIC EDUCATION INTERVENTION FGN/UBEC/SUBEB/PROJECTS

1.0 INTRODUCTION:
Ondo State SUBEB has been granted approval by the Universal Basic Education Commission (UBEC) to commence implementation of the UBEC/SUBEB 2025 Basic Education Action Plan on Universal Basic Education Intervention Fund Programme. Hence, the Ondo State Universal Basic Education Board wishes to invite interested registered, competent, capable and reputable vendors, contractors, consultant service providers and suppliers to submit their tender documents for the underlisted jobs:

CATEGORY S/N LOT NO PROJECT TITLE
CATEGORY A – CONSTRUCTION WORKS 1 A01 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT ADO-UGBO JUNIOR SCHOOL, APIN-AKOKO, AKOKO NORTH-WEST LGA
2 A02 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT PEACE AVENUE JUNIOR SECONDARY SCHOOL, ONIMAILU, AKURE, AKURE SOUTH LGA
3 A03 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT ST LUKES PRIMARY SCHOOL, IDI AGBA TITUN, AKURE, AKURE SOUTH LGA
4 A04 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT ST MARY ANNEX PRIMARY SCHOOL, ANNEX, PELU, AKURE SOUTH LGA
5 A05 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT COMMUNITY JUNIOR GRAMMAR SCHOOL, IMAFON, AKURE NORTH LGA
6 A06 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT ST LUKES PRIMARY SCHOOL, AYE, IFEDORE LGA
7 A07 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT COMMUNITY PRIMARY SCHOOL, TEMIDIRE (RAFT FOUNDATION), ILAJE LGA
8 A08 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT COMMUNITY PRIMARY SCHOOL, ONIROGBO, ODIGBO LGA
9 A09 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT LA PRIMARY SCHOOL, IDOGUN, IRELE LGA
10 A10 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT ALL SAINT PRIMARY SCHOOL, OLORUNKEMI-ROWA, ILE-OLUJI/OKENGB0 LGA
11 A11 CONSTRUCTION OF 3 CLASSROOM WITH OFFICE AND TOILET AT COMMUNITY PRIMARY SCHOOL, AGADAGBA (ANNEX) (RAFT FOUNDATION), ESE-ODO LGA
12 A12 CONSTRUCTION OF 3-CLASSROOM WITH OFFICE (WOODEN STRUCTURE) AT ST PETER FAC PRIMARY SCHOOL, OBE NLA, ILAJE LGA
13 A13 CONSTRUCTION OF 3-CLASSROOM WITH OFFICE (WOODEN STRUCTURE) AT LA PRIMARY SCHOOL, OBE REWOYE, ILAJE LGA
14 A14 CONSTRUCTION OF 4-BAY TOILETS WITH WELL, STANCHION AND GENERATOR AT ST ANDREWS P/S USO, OWO LGA
15 A15 CONSTRUCTION OF 4-BAY TOILETS WITH WELL, STANCHION AND GENERATOR AT CHRIST ANG P/S SHAGARI, AKURE, AKURE SOUTH
16 A16 CONSTRUCTION OF 4-BAY TOILETS WITH WELL, STANCHION AND GENERATOR AT ST PATRICKS RCM P/S, OKUNMO, OKITIPUPA LGA
17 A17 CONSTRUCTION OF 4-BAY TOILETS WITH WELL, STANCHION AND GENERATOR AT ST JAMES MEGA P/S, LEOLUJI, LEOLUJI, OKEGB0
18 A18 CONSTRUCTION OF ECCDE BUILDING AT SALVATION ARMY PRIMARY SCHOOL, ETORO, AKOKO SOUTH-WEST LGA
19 A19 CONSTRUCTION OF ECCDE BUILDING AT ST MATTHEWS ANGLICAN PRIMARY SCHOOL, OTAPETE, OWO LGA
20 A20 CONSTRUCTION OF ECCDE BUILDING AT ST GEORGES PRIMARY SCHOOL, ILEOLUJI, ILE-OLUJI/OKENGB0 LGA
21 A21 CONSTRUCTION OF ECCDE BUILDING AT ST MARK PRIMARY SCHOOL, BAGBE, ONDO WEST LGA,
22 A22 CONSTRUCTION OF ECCDE BUILDING AT LA PRIMARY SCHOOL, UGBO, LAJE LGA
23 A23 CONSTRUCTION OF ECCDE BUILDING AT COMMUNITY PRIMARY SCHOOL, KOFAWE, ILAJE LGA
CATEGORY B – PERIMETER FENCE 24 B01 CONSTRUCTION OF PERIMETER FENCE AT ST JOSEPH CAC PRIMARY SCHOOL, KARE AKOKO, AKOKO NORTH-EAST LGA (345M)
25 B02 CONSTRUCTION OF PERIMETER FENCE AT ST JAMES ANG PRIMARY SCHOOL, UGBE AKOKO, AKOKO NORTH-EAST LGA (625M)
26 B03 CONSTRUCTION OF PERIMETER FENCE AT ST SYLVERIUS PRIMARY SCHOOL, SIMERIN, OKA-AKOKO, AKOKO SOUTH-WEST LGA (664M)
27 B04 CONSTRUCTION OF PERIMETER FENCE AT AGBOGBO JNR GRAMMAR SCHOOL, SUPARE-AKOKO, AKOKO SOUTH-WEST LGA (805M)
28 B05 CONSTRUCTION OF PERIMETER FENCE AT IJUOLU PRIMARY SCHOOL, SUPARE AKOKO, AKOKO SOUTH-WEST LGA (275M)
29 B06 CONSTRUCTION OF PERIMETER FENCE AT HOLY TRINITY PRIMARY SCHOOL, AKUNGBA AKOKO, AKOKO SOUTH-WEST LGA (440M)
30 B07 CONSTRUCTION OF PERIMETER FENCE AT CHRIST A/C SCHOOL, OKA-AKOKO (COMPLETION), AKOKO SOUTH-WEST LGA (425M)
31 B08 CONSTRUCTION OF PERIMETER FENCE AT LA PRIMARY SCHOOL, IFON, OSE LGA (610M)
32 B09 CONSTRUCTION OF PERIMETER FENCE AT EBENEZER A/C PRIMARY SCHOOL, ISUA-AKOKO, AKOKO SOUTH-EAST LGA (380M)
33 B10 CONSTRUCTION OF PERIMETER FENCE AT LA PRIMARY SCHOOL, OKE ODO, OWO LGA (480M)
34 B11 CONSTRUCTION OF PERIMETER FENCE AT ST MICHAEL COMMUNITY PRIMARY SCHOOL, SABO, ONDO, ONDO WEST LGA (446M)
35 B12 CONSTRUCTION OF PERIMETER FENCE AT ST PATRICK RCM PRIMARY SCHOOL, ODEJA, DANRE LGA (349M)
36 B13 CONSTRUCTION OF PERIMETER FENCE AT COMMUNITY PRIMARY SCHOOL, ITAMERIN, ISTIJABAR (ANNEX), ODIGBO LGA (256M)
37 B14 CONSTRUCTION OF PERIMETER FENCE AT ST PETER C&S PRIMARY SCHOOL, IRELE LGA (276M)
38 B15 CONSTRUCTION OF PERIMETER FENCE AT ST PATRICK RCM PRIMARY SCHOOL, OKUNMO, OKITIPUPA LGA (644M)
39 B16 CONSTRUCTION OF PERIMETER FENCE AT ST ANNES RCM PRIMARY SCHOOL, IGBOEGUNRIN, LAJE LGA (654M)
CATEGORY C – RENOVATION/REHABILITATION WORKS 40 C01 RENOVATION BLOCKS OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT LA PRIMARY SCHOOL, IKARAM-AKOKO, AKOKO NORTH-WEST LGA
41 C02 RENOVATION OF BLOCKS OF TWO CLASSROOM WITH OFFICE AND STORE AT COMMUNITY PRIMARY SCHOOL, AJOWA-AKOKO, AKOKO NORTH-WEST LGA
42 C03 RENOVATION OF BLOCKS OF TWO CLASSROOM WITH NO STORE AT ST MATTHEW PRIMARY SCHOOL, OKEAGBE-AKOKO, AKOKO NORTH-WEST LGA
43 C04 RENOVATION OF BLOCK OF THREE CLASSROOM WITH DEEP DRAINAGE FOR PROTECTION OF FOUNDATION AT EBENEZER A/C PRIMARY SCHOOL, KARE-AKOKO, AKOKO NORTH-EAST LGA
44 C05 RENOVATION OF BLOCKS OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT ST THOMAS ANG PRIMARY SCHOOL, ESE, KARE-AKOKO, AKOKO SOUTH-WEST LGA
45 C06 RENOVATION OF SIX-CLASSROOM BLOCK WITH OFFICE AND STORE EACH AT OWALUSI PRIMARY SCHOOL, IWARO, OKA-AKOKO, AKOKO SOUTH-WEST LGA
46 C07 RENOVATION OF SIX-CLASSROOM BLOCK WITH OFFICE AND STORE EACH AT AFRICAN CHURCH JUNIOR GRAMMAR SCHOOL, OKA-AKOKO, AKOKO SOUTH-WEST LGA
47 C08 RENOVATION OF SIX-CLASSROOM BLOCK WITH OFFICE AND STORE EACH AT ST JOSEPH RCM PRIMARY SCHOOL, ISUA-AKOKO, AKOKO SOUTH-EAST LGA
48 C09 RENOVATION OF SIX-CLASSROOM BLOCKS WITH OFFICE AND STORE EACH AT LA PRIMARY SCHOOL, UAGBA, OSE LGA
49 C10 RENOVATION OF SIX-CLASSROOM BLOCKS WITH OFFICE AND STORE EACH AT APOSTOLIC PRIMARY SCHOOL, IDOANI, OSE LGA
50 C11 RENOVATION OF SIX-CLASSROOM BLOCKS WITH OFFICE AND STORE EACH AT ST JOHN PRIMARY SCHOOL, AMUNRIN, OWO LGA
51 C12 RENOVATION OF BLOCK OF TWO-CLASSROOM WITH OFFICE AT THE APOSTOLIC PRIMARY SCHOOL, LORO, OWO, OWO LGA
52 C13 RENOVATION OF BLOCKS OF THREE-CLASSROOM WITH OFFICE AT THE APOSTOLIC PRIMARY SCHOOL, LORO, OWO, OWO LGA
53 C14 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT SUBEB ANNEX PRIMARY SCHOOL, OKE-OGBA, AKURE, AKURE SOUTH LGA
54 C15 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH (WITH RETAINING WALL) AT VICTORY PRIMARY SCHOOL, KAJOLA, AKURE SOUTH LGA
55 C16 RENOVATION OF BLOCK TWO-CLASSROOM WITHOUT OFFICE AT ST JOHN PRIMARY SCHOOL, IGBARA-OKE, IFEDORE LGA
56 C17 RENOVATION OF BLOCK OF THREE-CLASSROOM WITH OFFICE AND STORE AT ST MICHAEL PRIMARY SCHOOL, IJU, AKURE NORTH LGA
57 C18 RENOVATION OF BLOCKS OF SIX-CLASSROOM WITH 2 OFFICES AND 2 STORES AND 2 TOILETS EACH AT ST JOSEPH RCM JUNIOR GRAMMAR SCHOOL, DANRE, DANRE LGA
58 C19 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT ST MATTHEW PRIMARY SCHOOL, OKE PAADI, ONDO, ONDO WEST LGA
59 C20 RENOVATION OF BLOCKS OF THREE-CLASSROOM WITH OFFICE AND STORE AT LA PRIMARY SCHOOL, ATOSIN, DANRE, DANRE LGA
60 C21 RENOVATION OF BLOCK OF THREE-CLASSROOM WITHOUT OFFICE AT ST PIUS RCM PRIMARY SCHOOL, LIPEFEYE, ONDO EAST LGA
61 C22 RENOVATION OF BLOCK OF FOUR-CLASSROOM WITH 2 OFFICES AND STORE AT ST ENDA’S RCM PRIMARY SCHOOL, LARAJI, ONDO EAST LGA
62 C23 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH NO OFFICE AT CHRIST ANGLICAN PRIMARY SCHOOL, ABOTO, LAJE LGA
63 C24 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT COMMUNITY PRIMARY SCHOOL, MOFERERE, LAJE LGA
64 C25 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT ST PHILIP ANGLICAN PRIMARY SCHOOL, EREKE, LAJE LGA
65 C26 RENOVATION OF BLOCK CLASSROOM WITH OFFICE AND STORE EACH (WOODEN) AT LA PRIMARY SCHOOL, AWoye, LAJE LGA
66 C27 RENOVATION OF BLOCK OF TWO-CLASSROOM AT ST PAUL PRIMARY SCHOOL, ORE, ODIGBO LGA
67 C28 RENOVATION OF BLOCK OF THREE-CLASSROOM WITH OFFICE AND STORE AT ST PETER C&S PRIMARY SCHOOL, IRELE, IRELE LGA
68 C29 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT LA PRIMARY SCHOOL, KOYA, OKITIPUPA LGA
69 C30 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT AYETORO CPS PRIMARY SCHOOL, AYETORO, OKITIPUPA LGA
70 C31 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT LA PRIMARY SCHOOL, AYETORO-RAHAMONI, LEOLUJI/OKEGB0 LGA
71 C32 RENOVATION OF BLOCK OF SIX-CLASSROOM WITH OFFICE AND STORE EACH AT UAW JUNIOR GRAMMAR SCHOOL, AROGB0, ESE-ODO LGA
72 C33 RENOVATION OF BLOCK OF THREE-CLASSROOM WITH OFFICE AT ST COLUMBUS PRIMARY SCHOOL, OJUALA, ESE-ODO LGA
CATEGORY D – SUPPLY OF FURNITURE ITEMS TO DIFFERENT LOCATIONS ACROSS THE STATE 73 D01 SUPPLY OF PUPILS’ FURNITURE TO SELECTED SCHOOLS IN ONDO STATE
74 D02 SUPPLY OF ECCDE FURNITURE TO SELECTED SCHOOLS IN ONDO STATE
CATEGORY E – WATER SUPPLY AND SANITATION 75 E01 DRILLING OF SOLAR POWERED BOREHOLES
CATEGORY F – ICT 76 F01 UPGRADING OF ICT NODAL STATION/SCHOOLS ACROSS THE STATE
77 F02 DESIGN, DEVELOPMENT, LAUNCHING AND MAINTENANCE OF ONDO SUBEB EDUSUITE WEB/MOBILE APP & SUPPLY OF EQUIPMENTS
78 F03 PROCUREMENT OF LAPTOPS, DESKTOP COMPUTERS, PRINTERS, PHOTOCOPERS AND ACCESSORIES
CATEGORY G – SPORTS EQUIPMENT 79 G01 PROCUREMENT OF SPORTS EQUIPMENT
CATEGORY H – PROCUREMENT OF MOTOR VEHICLES 80 H01 PROCUREMENT OF MINIBUS
81 H02 PROCUREMENT OF 4WD, DOUBLE CABIN PICKUP VEHICLES & 16 SEATER BUS
CATEGORY I – PROCUREMENT OF TEACHING AND LEARNING MATERIALS 82 I01 PROCUREMENT OF TEACHING AND LEARNING MATERIALS

2.0 REQUIREMENTS FOR TENDERING/ELIGIBILITY CRITERIA
i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including forms CAC 1.1 or CAC2 and CAC7

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

OJODU LOCAL COUNCIL DEVELOPMENT AREA, LAGOS STATE-INVITATION FOR PRE-QUALIFICATION/REQUEST FOR EXPRESSION OF INTEREST

OJODU LOCAL COUNCIL DEVELOPMENT AREA
1-3 SECRETARIAT ROAD, POWERLINE OKE-IRA
INVITATION FOR PRE-QUALIFICATION/REQUEST FOR EXPRESSION OF INTEREST

INTRODUCTION: Sequel to the executive chairman HON. ODUNMBAKU OLUSEGUN DAVID decision to embark on construction of roads, Rehabilitations and building of infrastructures. Ojodu Local Council Development Area has secured necessary approval to execute the above capital projects as part of its statutory mandates. Therefore, we hereby invite interested companies with relevant experience in building/road construction/goods to make submission of expression in the execution of underlisted projects in the following categories;

WORKS:
LOT1. CONSTRUCTION OF DRAINAGE AND ROAD AT SILIFATU ABIOYE STREET.
LOT 2. CONSTRUCTION OF ROAD AND DRAINAGEAT MAOYASKY.
LOT3. CONSTRUCTION OF DRIANAGE AND ROAD AT OGO OLUWA STREET.
LOT4. CONSTRUCTION OF DRIANAGE AND ROAD AT AGBEDINA STREET.
LOT5. CONSTRUCTION OF DRIANAGE AND ROAD AT SURA STREET.
LOT6. CONSTRUCTION OF DRAINAGE AND ROAD AT SUNMONU STREET.
LOT7. CONSTRUCTION OF DRAINAGE AND ROAD AT AKEWUSOLA STREET
LOT8. CONSTRUCTION OF DRAINAGE AND ROAD AT OLADIPUPO ODUWOLE STREET.
LOT9. CONSTRUCTION OF DRAINAGE AND ROAD AT OYEDIRAN STREET
LOT10. CONSTRUCTION OF DRAINAGE AND ROAD AT ADEKUNLE FAJUYI/ODEGBAMI
LOT11. CONSTRUCTION OF DRAINAGE AND ROAD AT OREMEJI STREET
LOT12. CONSTRUCTION OF DRAINAGE AND ROAD AT RISIKATU OJIKUTU STREET
LOT13. CONSTRUCTION OF DRAINAGE AND ROAD AT ADEBISI OMOLARA
LOT14. CONSTRUCTION OF DRAINAGE AND ROAD AT OSAYEMI STREET.
LOT15. CONSTRUCTION OF SOGUNRO VOCATIONAL CENTER
LOT 16. CONSTRUCTION OF JTF TACTICAL SQUAD BUILDING
LOT17. CONSTRUCTION AND REMODELING OF COUNCIL SECRETARIAT 3 FLOOR STRUCTURE
LOT18. CONSTRUCTION OF OKE IRA POLICE POST
LOT19. CONSTRUCTION OF AGIDINGBI PHC

REHABILITATION OF ROADS
LOT1. REHABILITATION OF LSDPC OMOLE
LOT2. REHABILITATION OF GBOLAHAN OWOLABI
LOT3. REHABILITATION OF OTUNBA FUNMILAYO
LOT4. REHABILITATION OF AINA LINK
LOT5. REHABILITATION OF SHONOLA
LOT 6. REHABILITATION OF OLUTOYE CRESCENT

LOT7. REHABILITATION OF OLA STREET
LOT8. REHABILITATION OF DAPSON
LOT9. REHABILITATION OF UNITY CLOSE
LOT10. REHABILITATION OF PRIMARY SCHOOL

SPORT FACILITIES
LOT 1. SPORTS COMPLEX OKE IRA
LOT2. OLUWOLE FOOTBALL FIELD

GOODS:
LOT1. UTILITY VEHICLES
LOT2. PROVISION SOLAR STREET LIGHTS
LOT3 PROVISION OF FURNITURE TO THE COUNCIL’S SECRETARIAT AND HEALTH CENTERS
LOT4. PROVISION SOLAR STREET LIGHTS TO THE COUNCIL SECRETARIAT
LOT5. PROVISION OF SCHOOL UNIFORMS FOR PUBLIC PRIMARY SCHOOL PUPILS IN OJODU LCDA

SCOPE:
The primary objective of the project is to develop standard Drainages, roads and Construction of a befitting office complex.

BID Security 0.5%.

DELIVERY PERIOD:
a. 6 months for the works.
b. 2 months for Agidingbi Health Center
c. 3 months for the painting/Artwork. Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the Lagos State Public Procurement Guidelines for works and will be open to bidders from eligible contractors as defined in the guidelines.

Ojodu Local Council Development Area now invites sealed BIDs from eligible contractors for above contract as detailed in the bidding document obtained from the Procurement unit of Ojodu local council development area in Lagos State.

1.0 QUALIFICATION REQUIREMENT/ELIGIBILITY CRITERIA:
Interested and competent contractor wishing to carry out the project as described above will be required to submit the following documents.
I. Evidence of registration with corporate affairs commission (CAC) with the inclusion of certificate of incorporation and articles of association.
II. Last 3 years company tax clearance certificate. Possession of experience as a prime contractor/ supplier in at least (2) projects of similar nature and complexity with variable letter of contract award and certificate of job completion within last three (3) years.
III. Detailed company profile and organizational structure including names and telephone numbers of key personnel (technical/managerial).
IV. Evidence of financial capability (reference letter from reputable bank).
V. Copies of VAT registration with TIN number and evidences of VAT remittances for the last 3 years.
VI. Company’s audited accounts for the last three (3) years.
VII. Evidence of three (3) years development levy for two (2) directors.
VIII. Evidence of registration as a contractor with appropriate class with the Lagos State Government.
IX. Sworn affidavit confirming that all document submitted are authentic.

2.0. NOTE:
I. Successful pre-qualified Companies will be issued bidding documents upon payments of NON-REFUNDABLE FEE OF N100,000.00 on the above stated project. (Copy of receipt of payment for the bidding document should be attached).
II. Bid security as specified above should be provided.
III. Additional details that would aid processing to be provided in the bidding documents.
IV. All claims must be adequately sustained with documents and must be Verifiable.
V. The Local Council Development Area shall deal directly with only the authorized officers of interested companies.

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

IMO STATE RURAL WATER SUPPLY & SANITATION AGENCY (RUWASSA) SURWASH-INVITATION TO TENDER FOR 2025 NG-SURWASH SANITATION, CONSTRUCTION AND REHABILITATION PROJECTS

GOVERNMENT OF IMO STATE OF NIGERIA
THE MINISTRY OF WATER RESOURCES, OWERRI IMO STATE
RURAL WATER SUPPLY & SANITATION AGENCY (RUWASSA) SURWASH
INVITATION TO TENDER FOR 2025 NG-SURWASH SANITATION, CONSTRUCTION AND REHABILITATION PROJECTS

1. Introduction
Imo State Government through Rural Water Supply & Sanitation Agency under the Ministry of Water Resources, Owerri Imo State, hereby invites tender from reputable companies for the Rural Waters Supply and Sanitation Construction/Rehabilitation Works in Oru East, Ehime Mbano and Nkwerre under Nigeria Sustainable Urban and Rural Water Supply, Sanitation and Hygiene (NG-SURWASH) program as detailed in the following scope of works:

Scope of Work Lot 1 (Sanitation facilities in Primary Schools in Oru East Area)
Job description: Construction Of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OE/EKPIS/CONST/TF/BH/001 Umuezike Primary School Awo Omamma
2 RUWASSA/SURWASH/25/OE/EWPIS/CONST/TF/BH/002 Umuezukwe Primary School Awo Omamma
3 RUWASSA/SURWASH/25/OE/OKPIS/CONST/TF/BH/003 Umukwe Primary School Awo Omamma
4 RUWASSA/SURWASH/25/OE/OHPIS/CONST/TF/BH/004 Progressive Primary School Ohuba Awo-omamma
5 RUWASSA/SURWASH/25/OE/OBPIS/CONST/TF/BH/005 Obibi Primary School Ezi Awo 1

Scope of Work Lot 2 (Sanitation facilities in Primary Schools in Oru East Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OE/NKPIS/CONST/TF/BH/001 Nkwest Town School
2 RUWASSA/SURWASH/25/OE/ORPIS/CONST/TF/BH/002 Primary School Orsu Obodo
3 RUWASSA/SURWASH/25/OE/AMPIS/CONST/TF/BH/003 Peoples Primary School/Central School Amagu
4 RUWASSA/SURWASH/25/OE/ORPIS/CONST/TF/BH/004 Unity Primary School Orsu Obodo
5 RUWASSA/SURWASH/25/OE/DOPIS/CONST/TF/BH/005 Central School Umuduruogba

Scope of Work Lot 3 (Sanitation facilities in Primary Schools in Nkwerre Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/NKWOBPIS/CONST/TF/BH/001 Nomadic Primary School Obinugwu Umueshi
2 RUWASSA/SURWASH/25/NKWOMPIS/CONST/TF/BH/002 Central School 1 Umuchima
3 RUWASSA/SURWASH/25/NKWORPIS/CONST/TF/BH/003 Eziorsu Community Primary School
4 RUWASSA/SURWASH/25/NKWUFPIS/CONST/TF/BH/004 Premier Town School Umufeke
5 RUWASSA/SURWASH/25/NKWUEPIS/CONST/TF/BH/005 Community School 2 Umueshi
6 RUWASSA/SURWASH/25/NKWCAPIS/CONST/TF/BH/006 Central School Akwu Akokwa
7 RUWASSA/SURWASH/25/NKWUAPIS/CONST/TF/BH/005 Umuopia Primary School Akokwa

Scope of Work Lot 4 (Sanitation facilities in Primary Schools in Ehime Mbano Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/EHINKPIS/CONST/TF/BH/001 Community Primary School Nkwumeato
2 RUWASSA/SURWASH/25/EHIAMPIS/CONST/TF/BH/002 Community Primary School Umunoha Amakohia
3 RUWASSA/SURWASH/25/EHUDIPIS/CONST/TF/BH/003 Umuderim Community Primary School
4 RUWASSA/SURWASH/25/EHIOKPIS/CONST/TF/BH/004 Ndiokohia Afombara Primary School Okeohia

Scope of Work Lot 5 (Sanitation facilities in Primary Schools in Ehime Mbano Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/EHIAIPIS/CONST/TF/BH/001 Amainyi High School
2 RUWASSA/SURWASH/25/EHUDIPIS/CONST/TF/BH/002 Umuderim Community Primary School
3 RUWASSA/SURWASH/25/EHIOKPIS/CONST/TF/BH/003 Ndiokohia Afombara Primary School Okeohia
4 RUWASSA/SURWASH/25/EHIUZPIS/CONST/TF/BH/004 Ndiowere Primary School Umuezegwu

Scope of Work Lot 6 (Sanitation facilities in Health facilities in Oru East Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OE/UZHIC/CONST/HF/BH/001 Umuezukwe Health Care
2 RUWASSA/SURWASH/25/OE/AGHIC/CONST/HF/BH/002 Amagu Health Care
3 RUWASSA/SURWASH/25/OE/OKHIC/CONST/HF/BH/003 Umukwe Health Center Awo Omamma

Scope of Work Lot 7 (Sanitation facilities in Health facilities in Oru East Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OEKDHIC/CONST/HF/BH/001 Umuelem Healthcare Centre Okwudor
2 RUWASSA/SURWASH/25/OEIAZHIC/CONST/HF/BH/002 Abiaziem Health post
3 RUWASSA/SURWASH/25/OENKHIC/CONST/HF/BH/003 PHC Nkwesi

Scope of Work Lot 8 (Sanitation facilities in Health facilities in Nkwerre Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/NKWUKHIC/CONST/HF/BH/001 Umukabia Health Centre
2 RUWASSA/SURWASH/25/NKWONHIC/CONST/HF/BH/002 MDG Health Center Onusa Nkwerre
3 RUWASSA/SURWASH/25/NKWOHHIC/CONST/HF/BH/003 Obioba Community Health Center
4 RUWASSA/SURWASH/25/NKWAAAHIC/CONST/HF/BH/004 Akwu Health Centre Akwu Akowa
5 RUWASSA/SURWASH/25/NKWUAHIC/CONST/HF/BH/005 Umukwara Health Center Akokwa
6 RUWASSA/SURWASH/25/NKWOAHIC/CONST/HF/BH/006 Owerre Akokwa Health Center

Scope of Work Lot 9 (Sanitation facilities in Health facilities in Nkwerre Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UG/NKWHIC/CONST/HF/BH/001 Umuego Community Health Center
2 RUWASSA/SURWASH/25/UK/NKWHIC/CONST/HF/BH/002 Umukam Community Health Center
3 RUWASSA/SURWASH/25/CH/NKWHIC/CONST/HF/BH/003 Umucheke Community Health Center

Scope of Work Lot 10 (Sanitation facilities in Health facilities in Ehime Mbano Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UMEHHC/CONST/HF/BH/001 Umukabia Health Centre
2 RUWASSA/SURWASH/25/OSEHHIC/CONST/HF/BH/002 Osuru Health Centre
3 RUWASSA/SURWASH/25/AMEHHIC/CONST/HF/BH/003 Dispensary Health Centre Amaimo Umukabia
4 RUWASSA/SURWASH/25/DNEHHIC/CONST/HF/BH/004 Onicha Uboma PHC Dinmeze
5 RUWASSA/SURWASH/25/EKEHHIC/CONST/HF/BH/005 Ekeikpa PHC

Scope of Work Lot 11 (Sanitation facilities in Health facilities in Ehime Mbano Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UM/EHHIC/CONST/HF/BH/001 Umuderim H/C (Health Centre) Umuhi
2 RUWASSA/SURWASH/25/AT/EHHIC/CONST/HF/BH/002 Amainyinta Community PHC
3 RUWASSA/SURWASH/25/EZ/EHHIC/CONST/HF/BH/003 Ezimba Community PHC
4 RUWASSA/SURWASH/25/IK/EHHIC/CONST/HF/BH/004 Afor Umukpa Ikperejere
5 RUWASSA/SURWASH/25/OK/EHHIC/CONST/HF/BH/005 Okata PHC

Scope of Work Lot 12 (Sanitation facilities in Health facilities in Ehime Mbano Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/IH/EHHIC/CONST/HF/BH/001 Nkwo Ihite Market Ihite
2 RUWASSA/SURWASH/25/UMEHHIC/CONST/HF/BH/002 Umuderim PHC
3 RUWASSA/SURWASH/25/AMEHHIC/CONST/HF/BH/003 Amakohia PHC
4 RUWASSA/SURWASH/25/AB/EHHIC/CONST/HF/BH/004 Abueke PHC
5 RUWASSA/SURWASH/25/UZEHHIC/CONST/HF/BH/005 Uzinomi PHC

Scope of Work Lot 13 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/EZ/NKWRH/CONST/SBH/001 Eziamo Obaire Water Scheme
2 RUWASSA/SURWASH/25/UO/NKWRH/CONST/SBH/002 Umuagu Onusa Water Scheme
3 RUWASSA/SURWASH/25/ON/NKWRH/CONST/SBH/003 Onusa Nkwerre Water Scheme
4 RUWASSA/SURWASH/25/AK/NKWRH/CONST/SBH/004 Akuzurumba Water Scheme
5 RUWASSA/SURWASH/25/UM/NKWRH/CONST/SBH/005 Umushieke Water Scheme5

Scope of Work Lot 14 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/DI/NKWRH/CONST/SBH/001 UmuchokeCommunity Dikenafai
2 RUWASSA/SURWASH/25/NN/NKWRH/CONST/SBH/002 Nnenato Ogwugwu Dikenafai
3 RUWASSA/SURWASH/25/AL/NKWRH/CONST/SBH/003 Umuonyejaku Awala
4 RUWASSA/SURWASH/25/AW/NKWRH/CONST/SBH/004 Awala Civic Center Awalla
5 RUWASSA/SURWASH/25/UM/NKWRH/CONST/SBH/005 Eke Umugo Water Scheme

Scope of Work Lot 15 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UM/NKWRH/CONST/SBH/001 Umuezedike Water Scheme Umuobom
2 RUWASSA/SURWASH/25/AB/NKWRH/CONST/SBH/002 Umuobom Amanabo Water Scheme Ogbosa
3 RUWASSA/SURWASH/25/AU/NKWRH/CONST/SBH/003 Afor Ukwu Isiekenesi
4 RUWASSA/SURWASH/25/CM/NKWRH/CONST/SBH/004 Umuchima Water Scheme
5 RUWASSA/SURWASH/25/EJ/NKWRH/CONST/SBH/005 Umuejem Water Scheme Nnenato Ogwugwu

Scope of Work Lot 16 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/KL/NKWRH/CONST/SBH/001 Umukalu Water Scheme Nkwerre
2 RUWASSA/SURWASH/25/HS/NKWRH/CONST/SBH/002 Ohusieke Water Scheme Nkwerre
3 RUWASSA/SURWASH/25/UD/NKWRH/CONST/SBH/003 Umudi Water Scheme
4 RUWASSA/SURWASH/25/DK/NKWRH/CONST/SBH/004 Duruokata Nkwerre Water Scheme
5 RUWASSA/SURWASH/25/KA/NKWRH/CONST/SBH/005 Okoroabasi Water Scheme Umukam

Scope of Work Lot 17 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OU/NKWRH/CONST/SBH/001 Orie Water Scheme Umuobom
2 RUWASSA/SURWASH/25/OF/NKWRH/CONST/SBH/002 Ofeorie Owerre Nkworji Water Scheme
3 RUWASSA/SURWASH/25/DM/NKWRH/CONST/SBH/003 Durumba Water Scheme
4 RUWASSA/SURWASH/25/EB/NKWRH/CONST/SBH/004 Ezlaboh Water Scheme
5 RUWASSA/SURWASH/25/ED/NKWRH/CONST/SBH/005 Ezialaodu Water Scheme
6 RUWASSA/SURWASH/25/UAA/NKWRH/CONST/SBH/006 Umunukpa Community Water Scheme Akwu-Akokwa
7 RUWASSA/SURWASH/25/UA/NKWRH/CONST/SBH/007 Umukovara-Akokwa Water Scheme
8 RUWASSA/SURWASH/25/UOOO/NKWRH/CONST/SBH/008 Umubi Oke Okuvato Okwelle-water Scheme

Scope of Work Lot 18 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UZ/OERH/CONST/SBH/001 Umuezike Water Scheme Awo Omamma
2 RUWASSA/SURWASH/25/UO/OERH/CONST/SBH/002 Umukwe Water Scheme Awo Omamma
3 RUWASSA/SURWASH/25/UA/OERH/CONST/SBH/003 Umualuo Village Hall Water Scheme
4 RUWASSA/SURWASH/25/MB/OERH/CONST/SBH/004 Mbubu Water Scheme Amiri
5 RUWASSA/SURWASH/25/OF/OERH/CONST/SBH/005 Ofekata II Water Scheme

Scope of Work Lot 19 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/001 Eke umuekpu Water Scheme Market Square
2 RUWASSA/SURWASH/25/BE/OERH/CONST/SBH/002 Obeabomuowere Water Scheme Izombe
3 RUWASSA/SURWASH/25/UD/OERH/CONST/SBH/003 Umuduru Water Scheme Amaukwu
4 RUWASSA/SURWASH/25/UH/OERH/CONST/SBH/004 Ubahazu Water Scheme Amiri
5 RUWASSA/SURWASH/25/FK/OERH/CONST/SBH/005 Ofekata III Water Scheme

Scope of Work Lot 20 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/001 Umueze Umueze Water Scheme
2 RUWASSA/SURWASH/25/AW/OERH/CONST/SBH/002 Awo Omamma Water Scheme
3 RUWASSA/SURWASH/25/AG/OERH/CONST/SBH/003 Amagu Water Scheme
4 RUWASSA/SURWASH/25/UI/OERH/CONST/SBH/004 Umuibe Amanze Water Scheme
5 RUWASSA/SURWASH/25/NA/OERH/CONST/SBH/005 Nwto Amagu Water Scheme

Scope of Work Lot 21 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UM/OERH/CONST/SBH/001 Umunyem Etti Water Scheme
2 RUWASSA/SURWASH/25/AB/OERH/CONST/SBH/002 Abia Omuma Water Scheme
3 RUWASSA/SURWASH/25/AK/OERH/CONST/SBH/003 Akuma Water Scheme
4 RUWASSA/SURWASH/25/BH/OERH/CONST/SBH/004 Umubahanyi Water Scheme
5 RUWASSA/SURWASH/25/OZ/OERH/CONST/SBH/005 Ozuh Omuma Water Scheme

Scope of Work Lot 22 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UN/OERH/CONST/SBH/001 Amakpu Umunweama Izombe Water Scheme
2 RUWASSA/SURWASH/25/OD/OERH/CONST/SBH/002 Umuopara Odili Egbuoma Water Scheme
3 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/003 Umuezike Ubaraehe Egbuoma Water Scheme
4 RUWASSA/SURWASH/25/UF/OERH/CONST/SBH/004 Uwacie Umuofeke Water Scheme
5 RUWASSA/SURWASH/25/ND/OERH/CONST/SBH/005 Ndiulukwu Ndiolauche Water Scheme
6 RUWASSA/SURWASH/25/UA/OERH/CONST/SBH/006 Umuagwuruchi Achi Mbieri Water Scheme

Scope of Work Lot 23 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/AD/OERH/CONST/SBH/001 Amaudarobeabo Water Scheme Izombe
2 RUWASSA/SURWASH/25/EZ/OERH/CONST/SBH/002 Umuapu Water Scheme Ezi orsu
3 RUWASSA/SURWASH/25/OA/OERH/CONST/SBH/003 Okwu Aborshi Izombe
4 RUWASSA/SURWASH/25/NE/OERH/CONST/SBH/004 Ndiezoma Water SchemeMgbele
5 RUWASSA/SURWASH/25/KO/OERH/CONST/SBH/005 Okwucha Mgballa Agba Okwucha
6 RUWASSA/SURWASH/25/OB/OERH/CONST/SBH/006 Umuobigwe Water Scheme Mgbele

Scope of Work Lot 24 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/001 Umusoegbulu Water Scheme
2 RUWASSA/SURWASH/25/UA/OERH/CONST/SBH/002 Umujumba OgutaWater Scheme
3 RUWASSA/SURWASH/25/AT/OERH/CONST/SBH/003 Abatu Water Scheme
4 RUWASSA/SURWASH/25/AR/OERH/CONST/SBH/004 Aroghafor Orsubodo Izombe
5 RUWASSA/SURWASH/25/BO/OERH/CONST/SBH/005 Obeabo Ogbelere Izombe
6 RUWASSA/SURWASH/25/EW/OERH/CONST/SBH/006 Ndiokwara Water Scheme Egwe

Scope of Work Lot 25 (Rehabilitation of Water Scheme in Ehime Mbano Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/PO/EHMRH/CONST/SBH/001 Umupara Onicha Uboma Dinmeze Water Scheme
2 RUWASSA/SURWASH/25/EZ/EHMRH/CONST/SBH/002 UmuezeEzimbaDinmeze Water Scheme
3 RUWASSA/SURWASH/25/AU/EHMRH/CONST/SBH/003 Abochaumualkperejere Water Scheme
4 RUWASSA/SURWASH/25/ED/EHMRH/CONST/SBH/004 Umuezaaladurkperejere Water Scheme
5 RUWASSA/SURWASH/25/AF/EHMRH/CONST/SBH/005 Abomalpenwalonkperejere Water Scheme

Scope of Work Lot 26 (Rehabilitation of Water Scheme in Ehime Mbano Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

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

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

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, RUBBOCHI
INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Government College Rubbochi, FCT, 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 OF TEN (10) BLOCK OF CLASSROOM FGC, RUBBOCHI
W2 CONSTRUCTION OF MODERN ADMINISTRATIVE BLOCK WITH FURNISHING FGC, RUBBOCHI
W3 CONSTRUCTION OF TWO BLOCKS EACH FOR BOYS AND GIRLS HOSTEL FGC, RUBBOCHI

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 N350 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;
g. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Federal Government College, Rubbochi 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;
h. Company’s Audited Accounts for the last three 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 executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. List of Equipment with proof of Ownership/Lease Agreement.
m. For Vehicle, the Company must provide OEM(Original Equipment Manufacturer)Certificate.
n. List of equipment must be accompanied by ELRA’s Registration Certificate.
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 authorized officer of the firm.

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

FEDERAL MINISTRY OF WATER RESOURCES & SANITATION-REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY SERVICES FOR SUPERVISION OF REHABILITATION WORKS OF TIGA DAM PHASE II (IMPROVEMENT OF EMBANKMENT) IN KANO STATE, NIGERIA

FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES AND SANITATION
SUSTAINABLE POWER AND IRRIGATION FOR NIGERIA (SPIN) PROJECT
IDA CREDIT NO: IDA-76370
REQUEST FOR EXPRESSIONS OF INTEREST
FOR CONSULTANCY SERVICES
SUPERVISION OF REHABILITATION WORKS OF TIGA DAM PHASE II (IMPROVEMENT OF EMBANKMENT) IN KANO STATE, NIGERIA
REFERENCE NO: FMWR&S/SPIN/QCBS/CS/2025/021

The Federal Government of Nigeria on behalf of the Federal Ministry of Water Resources and Sanitation (FMWRS) has received financing from the World Bank toward the cost of implementing the Sustainable Power and Irrigation for Nigeria (SPIN) Project and intends to apply part of the funds to procure Consultancy Services for the Supervision of Rehabilitation works of Tiga Dam Phase II (Improvement of Embankment) in Kano State, Nigeria.

The consulting services (“the Services”) include providing international-standard Engineering Supervision of the Phase 2 remedial works on Tiga Dam in Kano State Nigeria. The assignment is aimed at enhancing the Dam safety, standards including the appurtenant structures as per the detailed designs, bidding documents, construction plans, implementation schedules, etc. The implementation period is for 18 months.

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

JIGAWA STATE MINISTRY OF WORKS AND TRANSPORT-INVITATION FOR PRE-QUALIFICATION/TENDER FOR ROADS CONSTRUCTION AND REHABILITATION

JIGAWA STATE GOVERNMENT
MINISTRY OF WORKS AND TRANSPORT
BLOCK B, Q4 NEW SECRETARIAT, P.M.B. 7023 DUTSE
REF: MOW&T/POL/S/GEN/151/I

INVITATION FOR PRE-QUALIFICATION/TENDER FOR ROADS CONSTRUCTION AND REHABILITATION

In line with His Excellency Governor Umar Namadi fca 12 point Agenda among which is Urban Infrastructure and Rural Transformation. The Jigawa State Ministry of Works and Transport is hereby inviting interested reputable Civil Engineering Construction Companies to submit Pre-qualification/Tender for the following proposed roads Construction and Rehabilitation projects across the State:

A. CONSTRUCTION OF RURAL FEEDER ROADS
1. Construction of Tasawa-Adegul-Kyankyaro Feeder Road 8km
2. Construction of Rungo-Jurin-Sharifofi-Dabo-Tungisa-Tudu-Dankazagi-Babban Gida Feeder Road 13.5km
3. Construction of Unguwar Gamji-Kwadage-Mal. Tashir-Jirima-Toye-Gangara-Mahuta Feeder Road 25km
4. Construction of Kwanar ‘Ya-Tsamiya Kwance – Kakiyema Feeder Road 9.3km
5. Construction of Gumel- Baikarya Feeder Road 6km
6. Construction of Babban Sara-Sharbi-Tsuru-Zaro With Spur From Tsuru To Gijigami-Akwai Allah Feeder Road 29km
7. Construction of Unguwar Gamji-Jirima-Toye-Gwarzon Garki-Lautai-Zaidawa Feeder Road 24.5km
8. Construction of Majawa-Shakato Feeder Road 14.5KM
9. Construction of Kwanar Kashin Dila-Mairakumi-Garin Gabas Feeder Road 25KM
10. Construction of Bulangu-TuminJira -Malamawa-Busori Feeder Road 17km
11. Construction of Dunguzu -Shatari- Lunkude- Kalagari – Shabiri- Tsaliya –Danfusan-Ruba Feeder Road 17KM
12. Construction of Zaburan-Jalami-Dumbari-Kaidila-Majeri-Mallam Madori Feeder Road 18.5KM
13. Construction of Budinga- Kiyako- Zrena-Kagadama-Kwalele-Marawa, Dakatsalle-Shungurun-Ringa-Marawa-Bandir-Dan’amaryagiwa Feeder Road 22km
14. Construction of Gidan Radio-Zanga-Kadane-Dokoki-Arobade-Iggi Feeder Road 22km
15. Construction of Gwaram -Sumangara – Lambuna Feeder Road 10km
16. Construction of Jahun Kwana-Kullera-Harbo Sabuwa Feeder Road 13km
17. Construction of L & Z Farm – Kafin Gana Feeder Road 14km
18. Construction of Maiganjara – Sarawuya Feeder Road 6km
19. Construction of Jigawar Dan’ali – Giginya – Botsotsowa Feeder Road 11.5km
20. Construction of Kewaya,- Gambasha-Cirbin-Buji Spur From Cirbin to Unguwar Maina Feeder Road 20KM

B. DUTSE CAPITAL ROADS 15KM
C. Township Roads in Urban Centers
1. Construction of Kafin Hausa Township Road 12km
2. Construction of Gumel Bye pass Road 7.6km
3. Construction of Dangyaturn Township Road 3km
4. Construction of Doko Township Road 3km

D. UPGRADING OF RURAL FEEDER ROADS
1. Construction of Birninkudu-Kwangara-Zazika-Nafara Road 33km
2. Construction of Garin Kailu-Majingini-Hanun Giwa-Dankumbo Road 28km
3. Construction of Dolen Kwana-Dagacere-Kupsa Road 34KM
4. Construction of Auyo-Gataka-Yamidi-Ganuwar Kuka Road 17.5KM

E. NEW CONSTRUCTION OF REGIONAL ROADS
1. Construction of Gamayin-Jabo-Gabiri-k/Hausa Road 17.5KM
2. Construction of Guri-Lafiya Road 30KM
3. Construction of Achau-Jabarna-Magama-Kanwa Road 20km
4. Construction of Medu – Dan Madai-Dandidi-Madaka Road 17.5km

F. ASPHALTIC CONCRETE OVERLAY
1. Rehabilitation of Limawa-Warwade-Sakwaya-Jigawar Tsada Road 35km
2. Rehabilitation of Gwaram- Farin Dutse – Fagam – Sagi Road 58km
G. Roads network in Government Institutions
1. EPZ Maigatari-Asphact 2.5km
2. Khadija University Majiya 7.7km
3. Dutse Polythecnic 3km
4. Sule Lamido University K/Hausa 5km
5. Government Tech College Auyo 2km
6. Fanisau Housing Estate 11.6 km
7. Ringim Housing Estate 3km

SCOPE OF WORKS:
The Scope of works includes but not limited to the following: Clearance, Filling, Construction of Culverts, provision of 150mm lateritic sub-base and base course on carriageway and shoulder,surface dressing/asphaltic concrete overlay, Drainages and associated Road furniture of the entire Road section for roads.

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

FEDERAL MINISTRY OF WATER RESOURCES AND SANITATION-REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY: REHABILITATION WORKS OF TIGA DAM PHASE II (IMPROVEMENT OF EMBANKMENT) IN KANO STATE, NIGERIA

FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES AND SANITATION
SUSTAINABLE POWER AND IRRIGATION FOR NIGERIA (SPIN) PROJECT
IDA CREDIT NO: IDA-76370
REQUEST FOR EXPRESSIONS OF INTEREST
FOR CONSULTANCY SERVICES
SUPERVISION OF REHABILITATION WORKS OF TIGA DAM PHASE II (IMPROVEMENT OF EMBANKMENT) IN KANO STATE, NIGERIA
REFERENCE NO: FMWR&S/SPIN/QCBS/CS/2025/021

The Federal Government of Nigeria on behalf of the Federal Ministry of Water Resources and Sanitation (FMWRS) has received financing from the World Bank toward the cost of implementing the Sustainable Power and Irrigation for Nigeria (SPIN) Project and intends to apply part of the funds to procure Consultancy Services for the Supervision of Rehabilitation works of Tiga Dam Phase II (Improvement of Embankment) in Kano State, Nigeria.

The consulting services (“the Services”) include providing international-standard Engineering Supervision of the Phase 2 remedial works on Tiga Dam in Kano State Nigeria. The assignment is aimed at enhancing the Dam safety, standards including the appurtenant structures as per the detailed designs, bidding documents, construction plans, implementation schedules, etc. The implementation period is for 18 months.

The detailed Terms of Reference (TOR) for the assignment can be found at the following Link:
https://1drv.ms/w/c/bea66a6a0847ee73/EQ1Y7vRi8q9Cn1ucPSbDQIEB92sbTmse2J3ZQhYKVXmCRA?e=uLPELa

The Federal Ministry of Water Resources and Sanitation through its Federal Project Management Unit (FPMU) of the Sustainable Power and Irrigation for Nigeria (SPIN) project now invites eligible Consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:

i. The firm shall be in the business of providing engineering consultancy services related to infrastructure for at least 15 years.
ii. The firm must demonstrate successful supervision of concrete dam construction, rehabilitation, or remedial works, especially embankment stabilization and hydraulic structures and familiarity with instrumentation and monitoring systems for dam safety.
iii. The firm shall demonstrate its technical and managerial capabilities in supervision of infrastructure projects

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

GECHAAN INVITATION TO TENDER – REHABILITATION OF HAND PUMP BOREHOLES

GECHAAN
GIVERS OF HOPE
INVITATION TO TENDER – REHABILITATION OF HAND PUMP BOREHOLES

GECHAAN is a faith-based, non-profit, non-political, community-driven, non-governmental organization.
The organization was incorporated in the year 2004 with the registration number (CAC, No: 19247)

The areas of operation include;
• Provision of care for persons infected and affected by HIV/AIDS
• Provision of treatment and care (Holistic Medical Care) including a fully functional Eye Clinic
• Feminine Hygiene and Reproductive Health Education (Days for Girls)
• Skills acquisition programs (TTP) for orphans and vulnerable adults and
• Humanitarian interventions

Preamble
We are pleased to inform interested and eligible service provider(s) / contractors that GECHAAN in partnership with Christian Blind Mission (CBM) with Funding from BMZ is also Implementing the 4380 Multi-Year Project (MYP) to Strengthen the resilience of conflict-affected communities through structural support for food security and inclusive access to Water, Sanitation, and Hygiene (WASH) services, Gender Based Violence/Disability Based Violence (GBV/DBV), and Mental Health and Psychosocial Support (MHPSS) in Kurmi and Sardauna Local Governments Areas of Taraba State.

The intervention is to help build the resilience of communities as well as increase household income through income-generating activities and provide clean and safe drinking water to these communities of intervention.

With respect to the WASH component contained in the project as mentioned in the preceding paragraph, GECHAAN invites interested and eligible service provider(s) / contractors to express interest by submitting application for the following work;

Applications are invited for:
Title: Invitation to Tender – Rehabilitation of Six (6) Hand pumps (Boreholes) in Sardauna (Gembu) and Kurmi (Didan, Baissa, Ndafro) LGAs of Taraba State.

Tender No: NIG/TR/BMZ00116

Eligibility Criteria
• A copy of the business registration document (CAC)
• A copy of the tax certificate and/or Tax Clearance
• Previous experience and knowledge of the terrain

Application Closing Date
13th of September, 2025

Submission of Documents
Proposal Subject: “NIG/TR/BMZ00116: Rehabilitation of Six (6) Hand pump (Boreholes) in Sardauna (Gembu, Maisamari, Kakara, Yerimaru) and Kurmi (Didan, Baissa, Kurmi) LGAs of Taraba State.” At
Gembu Centre for HIV/AIDS Advocacy, Nigeria (GECHAAN),
No: 17 Dabon Warwar Street, Gembu,
Sardauna Local Government,
Taraba State,
Nigeria

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