Background Image

FEDERAL TECHNICAL COLLEGE YABA LAGOS STATE-INVITATION TO TENDER FOR EXECUTION OF PROJECT IN 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL TECHNICAL COLLEGE YABA
LAGOS STATE
INVITATION TO TENDER FOR EXECUTION OF PROJECT IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Technical College Yaba, Lagos State 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 Project:

2.1 SCOPE OF WORKS
LOT No | PROJECT TITLE | LOCATION
G1 | PROCUREMENT OF UTILITY VEHICLE | FTC YABA

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 N500 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 Technical College Yaba, Lagos 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;
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. 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;
k. For procurement of the vehicle, the Company must be OEM or OEM representative as listed by National Automotive Design and Development Council of Nigeria (Original).

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), 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.

3. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Principal, FTC Yaba, 2nd floor with the evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Federal Technical College Remitta account in any commercial bank in Nigeria. (The GIFMIS code for Tender fee should be indicated in the appropriate column while generating the RRR)

4. SUBMISSION OF TENDER DOCUMENT
Prospective bidders are to submit bid for each of the Lot desired, 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 sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to:
The principal,
Federal Technical College, Yaba,
Lagos State
and clearly marked with (the name of the project and the Lot number).
Furthermore, the reverse of each sealed envelope should bear the name, address of the bidder, and drop in the designated Tender Box at the Principal’s office, Federal Technical College Yaba, Lagos State not later than 12:00 noon on Monday 23rd February, 2026.

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

EJIGBO LOCAL COUNCIL DEVELOPMENT AREA, LAGOS STATE-INVITATION TO TENDER FOR VARIOUS CONSTRUCTION WORKS

EJIGBO LOCAL COUNCIL DEVELOPMENT AREA
INVITATION TO TENDER

1. Introduction
Ejigbo Local Council Development Area is seeking bids from reputable and competent companies with good track records to tender for the under listed projects at the L.C.D.A:

2. Projects:
LOT 1. Construction of Road at Abuna Street, Aigbaka Ward with Solar Street light
LOT 2. Construction of double Star Road, Jakande Estate, Oke-Afa Ward with Solar Street light
LOT 3. Construction of Primary Health Care Centre at Jakande Estate, Aliegun Ward
LOT 4. Construction of a Storey Building (Nursery and Primary School) Aigbaka Ward
LOT 5. Procurement of Official Vehicles for Political Office Holders and Management
LOT 6. Total Reconstruction of an existing Primary Health Centre at Oke–Afa, Jakande Estate
LOT 7. Installation of Solar Street Light to major Streets and Roads within Ejigbo LCDA

3. Eligibility Requirement
Prospective Bidders are expected to provide the under listed information and documents:
1. Cover letter duly signed by the Company’s authorized signatory indicating interest
2. Certificate of Incorporation/Registration with the Corporate Affairs Commission (CAC)
3. Evidence of Company Registration/Renewal with Ejigbo LCDA
4. Company’s Audited Accounts for the year 2022, 2023 and 2024
5. Company Profile and Organization Structure with the CV of 5 Key Personnel with Professional Certificates
6. Evidence of Financial capability (Reference letter from a reputable Bank capable and willing to provide line of Credit for Project execution, if required)
7. Current Tax Clearance Certificate of the Company and income Tax Certificate of two Directors for the last three years (2022, 2023, 2024)
8. Evidence of Technical capability (List of Equipment, Staffing etc)
9. Evidence of Experience as a prime Contractor in at least 5 Projects of similar nature and complexity with verifiable letters of Contract Award and Certificate of Job completion
10. Evidence of valid registration with Lagos State Public Procurement Agency (PPA) in the appropriate class and category

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

FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY, ABUJA-GENERAL PROCUREMENT NOTICE OF SERVICES, GOODS & WORKS UNDER 2025 APPROPRIATION

FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY
GENERAL PROCUREMENT NOTICE OF SERVICES, GOODS & WORKS UNDER 2025 APPROPRIATION

1. INTRODUCTION
Federal Ministry of Innovation, Science & Technology intends to undertake the Procurement of Good/Works & Services under the 2025 Appropriation in accordance with the provisions of the Public Procurement Act, 2007. To achieve this, the Ministry hereby invites submission of tender/expression of interest from interested and competent Contractors and Consultants with cognate experience wishing to participate in the bidding process in any areas listed in the Table Below:

2. SCOPE OF SERVICES/WORK/SUPPLIES

LOT CATEGORY / DESCRIPTION
CATEGORY A: SERVICES
LOT C1 Priming the Youths on Electric Motor Vehicle Assembling, Services and Maintenance in Nigeria
LOT C2 Training of Nigerian Youths on Geospatial Data Gathering for Crop Monitoring to Support Agricultural Production in Nigeria
LOT C3 Training and Equipping Youths in Technology Incubation
LOT C4 Organisation of Workshop and Conferences for stakeholders on Scientific Research and Development
LOT C5 Training & Workshop on Compressed Natural Gas (CNG) for Youths and Unemployed Graduates in Nigeria:
LOTA North Central
LOTB North East
LOTC North West
LOT D South East
LOTE South South
LOT F South West
LOT C6 Technological and Innovative Bioresources Intervention for Improved income and Livelihood
LOT C7 Promotion of Post-Harvest losses Technologies for Agricultural Produce: Application of Postharvest Loss Technology on Agricultural Produce to Ensure Resource Efficiency
LOT C8 Utilization of New and Improved Technologies for Crime Control and Public Security
LOT C9 Promotion of Teaching of Science Subjects in Nigerian Languages: Promotion of STEM Subjects
LOT C10 Provision of Transaction Adviser(s) (TA) Services for the Implementation of Federal Ministry of Innovation, Science and Technology (FMIST) projects.
CATEGORY B: NON-CONSULTANCY SERVICES
LOT C1 Technology and Innovation Expo (Commercialisation of R&D Results) Event
LOT C2 Coordination of Nigeria/China STI Collaboration
LOT C3 Coordination of Research and Development for a Sustainable Blue Economy for Policy Development
CATEGORY C: WORKS
LOT W1 Provision of Solar Boreholes in Osun State
LOT W2 Provision and Installation of Mini Grid as Alternative Energy Sources in Selected Locations in South East
LOT W3 Provision and Installation of Alternative Energy Sources to Support Rural Communities across Nigeria
LOT W4 Installation of off Grid PV in Locations across North Central
LOT W5 Provision and Installation of Transformers to Selected Communities in Nigeria
LOT W6 Pilot Model Compressed Natural Gas (CNG) Infrastructure Development for Sustainable and Energy Independence Transportation In Nigeria (Ongoing)
LOT W7 Construction of 1km Roads in Custom Barack Road/Ben Okoro Eweka Street, Egor LGA Egor/Kpoba-Okha Federal Constituency
LOT W8 Rural Electrification/Power Scheme in Kauru Federal Constituency, Kaduna State
CATEGORY D: GOODS
LOT G1 Provision of Equipment for Scientific Research
LOT G2 Acquisition of Science Equipment and facilities for Nationwide Coordination of STI activities:
LOTA Procurement Of Electronic/Electrical Equipments
LOTB Provision And Installation Of Inverter Energy Source
LOTC Procurement Of Working Material (Stationary)
LOT D Provision For Printing Of Statutory Document Items For Store
LOTE Procurement Of Computer Consumables
LOT F Procurement Of Office Furniture
LOTG Procurement Of Vehicle Parts
LOT G3 Provision of Security Vehicles for Vigilante Groups in Ogharu LGA, Anambra State.
LOT G4 Supply and Distribution of motorcycles to artisan in Wudil/Garko Constituency Federal.

MINISTRY CAPITAL PROJECTS AND CONSTITUENCY PROJECTS)

3. ELIGIBILITY REQUIREMENTS
Interested Contractors should submit the following documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:

a. Evidence of Certificate of incorporation issued by the Corporate Affairs Commission (CAC) including forms CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2022,2023,2024), valid till 31st, December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025. (this requirement is only applicable to bidders whose number of staffs 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 staffs is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Certificate of Clearance valid till December 31st 2025;
f. Evidence of Registration in the National Database of Federal Contractors, Consultants, and Services providers by submission of Interim Registration Report expiring in 31st, December, 2025; or valid certificate issued by BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of relevant Committees of the Federal Ministry of Innovation, Science &Technology or the Bureau of Public Procurement is a former or present Director, Shareholder or has any peculiar interest in the bidder and to confirm that information presented in its bid are corrected in all particulars;
– that personnel and components to be used in the execution of the proposed Works, Goods and Services shall form at least 60% composition to comply with the FGN’s Policy on Local Content;
– that the company is not receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings; and
– that the company is not having any Director who 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.
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 Curriculum Vitae of key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years, including or either Letters of Awards, Valuation Certificates and Job Completion Certificates plus Photographs of the projects;
l. Works: List of Plants/Equipment with proof of ownership/lease agreement;
m. Consultancy Services: Evidence of Firm’s current registration with relevant regulatory professional body(ies) such as CMD for Training, CBN Licence for the Payment Service Solution Provider; etc.;
n. Original Equipment Manufacturing (OEM) Certificate or Authorization letter from OEMs/Accredited dealers.
o. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating Lead Partner (CAC, TCC, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit) are compulsory for each JV partner;

NOTE: All documents for submission must be transmitted with a Covering/Forwarding letter under the Firm/Company’s Letterhead Paper bearing among others, the Registration Number (RC) as issued to the company by Corporate Affairs Commission (CAC), Contact Address, Telephone number (Preferable GSM No) and a valid e-mail address. The Letterhead Paper must bear the names and the nationalities of the Directors of the company at the bottom page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (NON-CONSULTANCY, GOODS & WORKS)
Interested bidders should collect bid documents from the Procurement Department on evidence of Payment of Non-refundable Tender Fees of N10,000.00 only per LOT through remita platform of Federal Ministry of Innovation, Science & Technology (FMIST) in any reputable Commercial Bank in Nigeria.

5. SUBMISSION OF DOCUMENTS (NON-CONSULTANCY, GOODS & WORKS)
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Permanent Secretary, Federal Ministry of Innovation, Science & Technology, Head of Service Complex, Abuja and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box in the office of the Director, Procurement Department of the Ministry (FMIST) at Phase II, Block ‘D’ Room 609, 6th Floor, Federal Secretariat Complex, Abuja not later than 12:00 noon Monday, 9th February, 2026.

6. SUBMISSION OF EXPRESSION OF INTEREST (EOI)
Interested Firms in Services are to submit the Expression of Interest (EOI) for each of the Lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00 noon, Monday, 2nd February, 2026.

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

OFFICE OF THE ACCOUNTANT-GENERAL OF THE FEDERATION, ABUJA-INVITATION TO TENDER/EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

FEDERAL GOVERNMENT OF NIGERIA
OFFICE OF THE ACCOUNTANT-GENERAL OF THE FEDERATION
PLOT 1570, SAMUEL LADOKE AKINTOLA BOULEVARD, GARKI, ABUJA.
INVITATION TO TENDER (ITT) NO.: OAGF/PROC/2025/NCB/1
INVITATION TO TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION

The Federal Government of Nigeria has allocated public funds to the Office of the Accountant-General of the Federation (OAGF) in the 2025 Appropriate Act for the procurement of Goods and Consultancy Services for the execution of projects and programs towards achieving the mandate of the Office. In compliance with the provisions of the Public Procurement Act, 2007 and other extant guidelines for the award of contracts in the Federal Public Services, OAGF wishes to invite experienced and eligible Contractors/Suppliers/Service Providers/Consultants to submit bids/Expression of Interest documents for the following projects:

2. SCOPE OF GOODS/WORKS/SERVICES

CATEGORY A: GOODS (INVITATION TO TENDER)

S/N LOT NO. PROJECT TITLE/DESCRIPTION LOCATION
1 G1 Purchase and Installation of Office Furniture and Fittings Abuja
2 G2 Purchase of Operational Vehicle Abuja
3 G3 Supply of Utility and Project Vehicles to Support various Revenue Drive Initiatives by the Treasury Abuja
4 G4 Procurement of Laptops, Computer Accessories and Network repair tools for Data Protection Abuja
5 G5 Provision of Office Equipment for Asset Tracking and Accounting Abuja
6 G6 Provision of Assets Tracking, Capturing and Verification Materials Abuja
7 G7 Provision of Stationery and Office Consumables for Assets Tracking and Accounting Abuja
8 G8 Provision of Computer Hardwares for Establishment and Deployment of E-Library for Research & Development Abuja
9 G9 Purchase of Computers and Computer Consumables for Treasury Single Account (TSA) Operations Abuja
10 G10 Purchase of Utility/Operational Vehicles for Treasury Single Account (TSA) Operations Abuja
11 G11 Purchase of Stationeries & IT Consumables for GIFMIS Operations Abuja
12 G12 Procurement of Office Equipment for AGF’s Office Abuja
13 G13 Printing of the Updated Accrual Accounting Manual Abuja

CATEGORY B: CONSULTANCY SERVICES (EXPRESSION OF INTEREST)

S/N LOT NO. PROJECT TITLE/DESCRIPTION
1 C1 Specialized Capacity Training on Monitoring & Evaluation (M&E), Research Methodology and Data Analysis for PRS Middle Cadre Officers
2 C2 Training on Microsoft Excel package

3. ELIGIBILITY REQUIREMENTS

Interested and competent Contractors wishing to carry out the above listed jobs are required to submit the following documents which will be subjected to verification by the OAGF:
i. Evidence of Certificate of Incorporation/registration with Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1). Business Name with Form BN1 is also acceptable for Consultancy Services;
ii. Evidence of Company’s Tax Clearance Certificate (or personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last (3) years (2022, 2023 & 2024) valid till 31st December, 2025;
iii. 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);
iv. 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);
v. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till December 31, 2025;
vi. 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;
vii. Sworn affidavit:
– disclosing whether or not any officer of relevant committees of the Office of the Accountant-General of the Federation (OAGF), or Bureau of Public Procurement (BPP) 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 under receivership, the subject of any form of winding up petition or proceedings, insolvency or bankruptcy;
viii. Company’s Audited Accounts for the last three (3) years (2022, 2023 and 2024);
ix. Reference letter from any reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
x. Verifiable documentary evidence of at least three (3) similar projects executed in the last five (5) years accompanied by Letters Award, Valuation/Job Completion Certificates and Photographs of the projects;
xi. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professionals such as COREN, QSRBN, ARCON, CORBON etc (where applicable);
xii. Evidence of Company’s/Firm’s current registration with relevant regulatory professional body(ies), such as COREN, ARCON, CORBON, SURCON, ICAN/ANAN, NITDA/CPN/ for ICT Projects), QMD (for Training Services), etc;
xiii. Letter of Authorisation as representative of the Original Equipment Manufacturers (OEM) for Supply of Equipment;
xiv. Only companies included in the National Automobile Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for the Vehicles;
xv. For Joint Ventures/ Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension clearance certificate, ITF compliance Certificate, NSITF Clearance Certificate, IRR, Sworn Affidavit are compulsory for each JV Partner).

NOTE: All documents for submission must be transmitted with a Covering/forwarding under the Company’s /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 all Directors Company at the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (GOODS)

A complete set of Standard Bidding Documents (SBDs) are to be collected by interested bidders from Director Procurement’s office, Room WA1, 1st Floor, Office of the Accountant-General of the Federation (OAGF) Plot 1570, Samuel Ladoke Akintola Boulevard, Garki, Abuja, upon presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10,000.00) to Office of the Accountant-General of the Federation TSA/REMITA A/C in any reputable Commercial Bank in Nigeria for each Lot. The TSA Account Number is to be obtained from OAGF Central Pay Office (CPO) at Treasury House, Garki, Abuja.

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

NATIONAL CENTRE FOR AGRICULTURAL MECHANIZATION, ILORIN-INVITATION TO TENDER FOR THE EXECUTION OF 2025 CAPITAL AND CONSTITUENCY PROJECTS

FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY
NATIONAL CENTRE FOR AGRICULTURAL MECHANIZATION
(NCAM), KM 20 ILORIN- LOKOJA HIGHWAY, P. M. B. 1525, ILORIN
INVITATION TO TENDER FOR THE EXECUTION OF 2025 CAPITAL AND CONSTITUENCY PROJECTS

1.0 INTRODUCTION
1.1 The National Centre for Agricultural Mechanization (NCAM) is a Research Institute under the Agricultural Research Council of Nigeria (ARCN) of the Federal Ministry of Agriculture and Food Security (FMAFS) with the overall mandate to mechanize Nigerian Agriculture through innovative research that will lead to the development of simple and low-cost technologies for removing drudgery in farming and processing of agricultural produce, thereby improving food security.
1.2 The Centre hereby invites interested reputable and competent Contractors/Suppliers and Consultant/Service Providers with relevant experience and good track records to tender for the following projects:

2.0 SCOPE OF WORKS/GOODS

WORKS

S/N Lot No. Scope of Work
1 W001 CONSTRUCTION OF MODERN ICT CENTER WITH EQUIPMENT AT OBOBIRI COMMUNITY, OGBIA FEDERAL CONSTITUENCY, BAYELSA STATE
2 W002 CONSTRUCTION OF A MODERN 300-SEATER CIVIC CENTRE AT OGBIA TOWN, OGBIA FEDERAL CONSTITUENCY, BAYELSA STATE
3 W003 CONSTRUCTION AND EQUIPING OF HEALTH CARE FACILITY IN OTUEKPEN COMMUNITY IN OGBIA FEDERAL CONSTITUENCY, BAYELSA STATE
4 W004 COMPLETION OF THE ONGOING FENCING OF ROADS IN METHODIST PRIMARY SCHOOL, ASHIPA, BADAGRY WEST LGA, LAGOS STATE
5 W005 CONSTRUCTION AND INSTALLATION OF SOLAR POWERED STREET LIGHTS IN IJEBU ODE/ODOGBOLU/IJEBU NORTH-EAST FEDERAL CONSTITUENCY, OGUN STATE
6 W006 COMPLETION OF REHABILITATION OF ROADS IN OBOKUN/ORIADE FEDERAL CONSTITUENCY, OSUN STATE.
7 W007 CONSTRUCTION OF ASHPALT ROAD AND HYDRAULIC WORKS AT AKOBO OJURIN, AKINYELE LAGELU FEDERAL CONSTITUENCY, OYO STATE
8 W008 CONSTRUCTION OF ICT CENTER/SUPPLY OF ICT EQUIPMENT AND ACCESSORIES AT LALUPON COMMUNITY GRAMMER SCHOOL IN AKINYELE/LAGELU FEDERAL CONSTITUENCY, OYO STATE
9 W009 REHABILITATION OF GESINDE LAYOUT ROADS, OYO -IBADAN ROAD, FOLATRYE, OYO TOWN
10 W010 REHABILITATION OF RURAL ROAD AT ADEGBORO FARM SETTLEMENT, MONIYA, AKINLEYE OYO STATE
11 W011 REHABILITATION OF RURAL ROAD AT ALADA / ENI OSA VILLAGE LAGELU, OYO STATE
12 W012 REHABILITATION OF ALAFIA CRESENT ROAD, LABI, MONIYA AKINLEYE, OYO STATE
13 W013 REHABILITATION OF RURAL ROAD AT FATOKUN / ABEDO VILLAGE, MONIYA AKINYELE, OYO STATE
14 W014 CONSTRUCTION AND INSTALLATION OF 300/500KVA TRANSFORMERS IN SELECTED AREAS IN IBADAN
15 W015 CONSTRUCTION AND FURNISHING OF ICT CENTERS IN REMO AND IJEBU ODE, OGUN STATE
16 W016 CONSTRUCTION AND INSTALLATION OF ALL -IN-ONE SOLAR POWERED STREETLIGHTS IN JAHUN/MIGA FEDERAL CONSTITUENCY, JIGAWA STATE

GOODS

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

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

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

FEDERAL TECHNICAL COLLEGE YABA, LAGOS STATE-INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL TECHNICAL COLLEGE YABA, LAGOS STATE

INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Technical College Yaba, Lagos State 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
G1 PROCUREMENT OF UTILITY VEHICLE FTC YABA

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 CAC1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average turnover of N300 million
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025(this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
g. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Federal Technical College Yaba, Lagos 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;
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. 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;
k. For procurement of vehicle, the Company must be OEM or OEM representative as listed by National Automotive Design and Development Council of Nigeria (Original.

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), 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.

3. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Principal, FTC Yaba, 2nd floor with the evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Federal Technical College Remitta account in any commercial bank in Nigeria. (The GIFMIS code for Tender fee should be indicated in the appropriate column while generating the RRR)

4. SUBMISSION OF TENDER DOCUMENT
Prospective bidders are to submit bid for each of the Lot desired, 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 sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to:
The Principal,
Federal Technical College, Yaba,
Lagos State
and clearly marked with (the name of the project and the Lot number).
Furthermore, the reverse of each sealed envelope should bear the name, address of the bidder, and drop in the designated Tender Box at the Vice Principal Special Duties, Federal Technical College Yaba, Lagos State not later than 12:00 noon on Monday 26th January, 2026.

5. OPENING OF BID
The Technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 26th January, 2026 at the College Hall, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the Vice Principal Special Duties. Federal Technical College Yaba, Lagos will not be held liable for any misplaced or wrongly submitted bids.

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

FCT-IRS, ABUJA-INVITATION TO PREQUALIFICATION FOR THE PROCUREMENT OF OPERATIONS VEHICLES SUCH AS BUSES AND SALOON CARS/SUV

FCT-IRS
FEDERAL CAPITAL TERRITORY
INTERNAL REVENUE SERVICE
NO. 3 ABRIBA CLOSE, GARKI AREA 7, ABUJA.
WWW.FCTIRS.GOV.NG

INVITATION TO PREQUALIFICATION

INTRODUCTION:
The FCT Internal Revenue Service (FCT-IRS) of Nigeria is an agency established by an Act of National Assembly (FCT-IRS Act 2015) to administer tax and non-tax revenues accruable to the Federal Capital Territory, and is thus responsible for the collection of all the taxes collectible by a state government in accordance with the Constitution of the Federal Republic of Nigeria, 1999 and relevant tax laws. The Service is also responsible for the coordination of collection of all other revenues accruable to the Federal Capital Territory. Its vision is to be a model Internal Revenue Service to serve as a benchmark for Africa. While Its mission is to provide an effective & efficient Tax Administration through continuous innovation. The FCT-IRS hereby invites Competent vendors to Pre-qualify for the procurement of operations vehicles.

2. SCOPE OF WORK/SPECIFICATION:
The scope of the project involves the procurement of operations vehicles such as buses and saloon cars/SUV, as specified in the Standard Bidding Document to be issued to prequalified bidders and summarized below:
Lot 1: Supply of Buses
Lot 2: Supply of Sport Utility Vehicle and Salon Car

3.ELIGIBILITY REQUIREMENTS:
Prospective vendors with requisite experience are expected to possess the following:
i. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 or Status Report from CAC;
ii. Evidence of Tax Clearance Certificate for the last three (3) years valid till December, 2025;
iii. Evidence of current Pensions Compliance Certificate valid till 31st December, 2025;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025;
vi. Evidence of current registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of interim Registration Report (IRR) expiring 31st December, 2025 or valid Certificate issued by BPP;
vii. Sworn affidavit stating:
• whether or not any officer of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder, none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety, and to confirm that all information presented in its bid are true and correct in all particulars;
• A sworn affidavit that the company is not in receivership or Financially/Legally Encumbered; and
• A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.
viii. Delivery Period of 2 weeks and validity period of 120 days.
ix. Company’s audited accounts for the last three (3) years – 2022, 2023 and 2024, evidencing average turnover of not less than N40million as evidence on Tax Clearance Certificate;
x. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank indicating willingness to provide credit facility of not less than N200million, for the execution of the project when needed;
xi. Verifiable documentary evidence of similar jobs executed by the company for any Federal Government Ministry, Department and Agency/FCT Departments and Agencies. (i.e. at least 3 Letters of Awards and Job Completion Certificates for procurement of vehicles of not less than N200Million);
xii. Warrantee Letter for a minimum of 3 months;
xiii. 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 CAC, Contact Address; Telephone Number; 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 authorized signatory.

4. Not Eligible:
All Contractors who have defaulted on previous contract(s) awarded to them by FCT-IRS/FCTA/ Federal Government.

5. Disqualification:
Any Bidder(s) who directly or indirectly attempts to influence in any manner this procurement process to obtain an unfair advantage in the award of this procurement contract in contravention of Section 58(4c) of the PPA 2007 (as amended), shall be disqualified and reported to appropriate authority for prosecution.

6.Submission of Prequalification Document:
Prospective bidders are to submit their prequalification documents for the project, two (2) hard copies, enclosed in a sealed envelope and clearly marked on the top left corner of the envelope as Prequalification Documents for “Procurement of Operations Vehicles” and addressed to the undersigned. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder. The marked sealed envelope should be registered in the Office of the Head Procurement and drop in the designated Tender Box at the location stated below not later than 12:00noon, on Monday January 26th, 2025.
The Ag. Head Procurement Department,
FCT Internal Revenue Service,
No. 3 Abriva Close, Area 8 Garki, Abuja.

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