FEDERAL CAPITAL TERRITORY ADMINISTRATION (FCTA)-INVITATION TO TENDER FOR THE SUPPLY OF GOODS AND NON-CONSULTANCY SERVICES FOR THE SECRETARIATS, DEPARTMENTS AND AGENCIES (SDA) OF THE FEDERAL CAPITAL TERRITORY ADMINISTRATION (FCTA) UNDER THE FCT 2025 STATUTORY APPROPRIATION ACT
FEDERAL CAPITAL TERRITORY ADMINISTRATION (FCTA)
TENDER BOARD SECRETARIAT
NO. 1 KAPITAL ROAD, AREA 11, GARKI – ABUJA
INVITATION TO TENDER FOR THE SUPPLY OF GOODS AND NON-CONSULTANCY SERVICES FOR THE SECRETARIATS, DEPARTMENTS AND AGENCIES (SDA) OF THE FEDERAL CAPITAL TERRITORY ADMINISTRATION (FCTA) UNDER THE FCT 2025 STATUTORY APPROPRIATION ACT
1. INTRODUCTION
The Federal Capital Territory Administration (FCTA) has provisions in the Financial Year (FY) 2025 FCT Statutory Appropriation Act for the Supply of Goods and Non-Consultancy Services for the Secretariats, Departments and Agencies (SDAs). Accordingly, in line with the Public Procurement Act, 2007 competent and interested Companies are hereby invited to submit Technical and Financial bids for Goods and Non-Consultancy Services. The Projects and their respective Projects Identification Numbers (PIN) are as follows:
2. SCOPE OF GOODS/SERVICES
SATELLITE TOWNS DEVELOPMENT DEPARTMENT (STDD)
| SN | PIN | PROJECT’S DESCRIPTION | EQUIPMENT | MINIMUM NUMBER REQUIRED |
|---|---|---|---|---|
| GOODS | ||||
| 1 | G1 STDD 25 01 | Supply of Fabricated 12 Cubic Meter RoRo Refuse Bins. | NA | NA |
| NON-CONSULTANCY SERVICES | ||||
| 1 | NCS1 STDD 25 01 | Sanitation activities at Bwari Town (from Ushafa roundabout through war college roundabout to SCC road and Old Bwari Road to the Market) | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 2 | NCS1 STDD 25 02 | Sanitation Activities at Low Cost Housing, Secretariat & Kaida Quarters Kuje. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 3 | NCS1 STDD 25 03 | Sanitation Activities from Giri Interchange through university Staff Quarters, Gwako to CKC Junction along both sides of the Gwagwalada highway and median. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 4 | NCS1 STDD 25 04 | Sanitation activities from Madalla, Zuba interchange through Tunga-Maje/ Anagada to Giri interchange. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 5 | NCS1 STDD 25 05 | Sanitation activities along critical roads, streets and open spaces in Kwali Township. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 6 | NCS1 STDD 25 06 | Sanitation activities along critical roads, streets and open spaces in Abaji Town Township | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 7 | NCS1 STDD 25 07 | Sanitation Activities from Kurudu, Orozo to Karshi bridge. | Compacting Truck Ten (10) Tons Tipper Slope Cutter RORO Truck RORO Bin | 2 2 5 1 6 |
| 8 | NCS1 STDD 25 08 | Sanitation Activities along critical roads, streets and open spaces from Kuje NNPC through Tipper Garage to | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 9 | NCS1 STDD 25 09 | Pasali in Kuje Town. Sanitation Activities from Nyanya Interchange through Jikwoyi to Kpeyegi Road. | Compacting Truck Ten (10) Tons Tipper Slope Cutter RORO Truck RORO Bin | 2 2 5 1 6 |
| 10 | NCS1 STDD 25 10 | Sanitation Activities along critical roads, streets and open spaces from Gado-Nasko FHA interchange to Kubwa second gate and Bakori Road by FHA Inter change connecting total filling Station by Gado-Nasko in Kubwa Town. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 3 2 5 |
| 11 | NCS1 STDD 25 11 | Sanitation Activities in critical roads, streets and open spaces at Jikwoyi Phase II. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 12 | NCS1 STDD 25 12 | Sanitation Activities in critical roads, streets and open spaces from Paikon-Kore road (culvert) through Gwagwalada phase 1, 2, & 3 to SDP interchange Collection Point. | Pay Loader Ten (10) Tons Tipper Compacting Truck Slope Cutter | 1 4 2 2 |
| 13 | NCS1 STDD 25 13 | Sanitation activities at critical roads, streets and open spaces in Karshi Township. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 14 | NCS1 STDD 25 14 | Sanitation activities at collection points and open dumps from Arab road by Onex to Dutse Sokale Roundabout and Environs. | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 15 | NCS1 STDD 25 15 | Sanitation activities at the entrance of Gwagwalada from Tipper Garage area (right side to Dagiri GSS Gwagwalada Pedestrian Bridge) | Compacting Truck Ten (10) Tons Tipper Slope Cutter | 2 2 5 |
| 16 | NCS1 STDD 25 16 | Sanitation activities at the entrance of Gwagwalada from | Compacting Truck Ten (10) Tons Tipper | 2 2 |
| SN | PIN | PROJECT’S DESCRIPTION | EQUIPMENT | MINIMUM NUMBER REQUIRED |
|---|---|---|---|---|
| 17 | NCS1 STDD 25 17 | Tipper garage area (left side through Kuje old road bridge to Dabi Bako Junction). Sanitation Activities along critical roads, streets and open spaces from Karu Interchange through Karu Site/ Federal Housing to CBN Estate Junction. | Slope Cutter | 5 |
| Compacting Truck | 2 | |||
| Ten (10) Tons Tipper | 2 | |||
| Slope Cutter | 5 | |||
| 18 | NCS1 STDD 25 18 | Sanitation Activities at critical roads, streets and open spaces in Nyanya Federal Housing and its environs. | Compacting Truck | 2 |
| Ten (10) Tons Tipper | 2 | |||
| Slope Cutter | 5 | |||
| 19 | NCS1 STDD 25 19 | Sanitation Activities from Dutse underpass to Ushafa roundabout. | Compacting Truck | 2 |
| Ten (10) Tons Tipper | 2 | |||
| Slope Cutter | 5 | |||
| 20 | NCS1 STDD 25 20 | Sanitation Activities at collection point in Kurudu bridge and critical roads, open spaces in the adjoining village to Isah Bello Housing Estate Kurudu. | Pay Loader | 1 |
| Twenty-Five (25) Tons Tipper | 4 | |||
| Compacting Truck | 2 | |||
| 21 | NCS1 STDD 25 21 | Sanitation Activities at Collection Point in Bwari around Living Faith Church and its Environs. | Pay Loader | 1 |
| Twenty-Five (25) Tons Tipper | 4 | |||
| Slope Cutter | 2 | |||
| 22 | NCS1 STDD 25 22 | Sanitation Activities in Karu cemetery collection point/ Karu Village and Environs. | Pay Loader | 1 |
| Twenty-Five (25) Tons Tipper | 4 | |||
| Slope Cutter | 2 | |||
| 23 | NCS1 STDD 25 23 | Sanitation Activities in Jikwoyi Phase 1 Collection Point (Assemblies of God) and it’s Environs. | Pay Loader | 1 |
| Twenty-Five (25) Tons Tipper | 4 | |||
| Slope Cutter | 2 | |||
| 24 | NCS1 STDD 25 24 | Sanitation Activities in Zuba Fruit Market Collection Point. | Pay Loader | 1 |
| Twenty-Five (25) Tons Tipper | 4 | |||
| Slope Cutter | 2 | |||
| 25 | NCS1 STDD 25 25 | Sanitation Activities in Kuje Stadium Collection Point and its Environs. | Pay Loader | 1 |
| Twenty-Five (25) Tons Tipper | 4 | |||
| Slope Cutter | 2 | |||
| 26 | NCS1 STDD 25 26 | Maintenance of Dumpsite in Karshi. | D6 Bulldozer | 1 |
| Excavator | 1 | |||
| Twenty-Five (25) Tons Tipper | 2 | |||
| Water Tanker | 1 | |||
| 27 | NCS1 STDD 25 27 | Maintenance of Dumpsite in Bwari. | D6 Bulldozer | 1 |
| Excavator | 1 | |||
| Twenty-Five (25) Tons Tipper | 2 | |||
| Water Tanker | 1 | |||
| 28 | NCS1 STDD 25 28 | Maintenance of Dumpsite in Abaji. | D6 Bulldozer | 1 |
| Excavator | 1 | |||
| Twenty-Five (25) Tons Tipper | 2 | |||
| Water Tanker | 1 | |||
| 29 | NCS1 STDD 25 29 | Maintenance of Dumpsite in Gwagwalada | D6 Bulldozer | 1 |
| Excavator | 1 | |||
| Twenty-Five (25) Tons Tipper | 2 | |||
| Water Tanker | 1 | |||
| 30 | NCS1 STDD 25 30 | Maintenance of Dumpsite in Kuje | D6 Bulldozer | 1 |
| Excavator | 1 | |||
| Twenty-Five (25) Tons Tipper | 2 | |||
| Water Tanker | 1 | |||
| 31 | NCS1 STDD 25 31 | Maintenance of Dumpsite in Kwali. | D6 Bulldozer | 1 |
| Excavator | 1 | |||
| Twenty-Five (25) Tons Tipper | 2 | |||
| Water Tanker | 1 |
HEALTH SERVICES AND ENVIRONMENTAL SECRETARIAT NON – CONSULTANCY SERVICES
CLEANING SERVICES
| SN | PIN | PROJECT DESCRIPTION |
|---|---|---|
| 1 | NCS1 HSES 25 01 | Provision of Cleaning Services at Asokoro District Hospital |
| 2 | NCS1 HSES 25 02 | Provision of Cleaning Services at Maitama District Hospital |
| 3 | NCS1 HSES 25 03 | Provision of Cleaning Services at Wuse District Hospital |
| 4 | NCS1 HSES 25 04 | Provision of Cleaning Services at Gwarinpa District Hospital |
| 5 | NCS1 HSES 25 05 | Provision of Cleaning Services at Kubwa General Hospital |
| 6 | NCS1 HSES 25 06 | Provision of Cleaning Services at Karu General Hospital |
| 7 | NCS1 HSES 25 07 | Provision of Cleaning Services at Nyanya General Hospital |
| 8 | NCS1 HSES 25 08 | Provision of Cleaning Services at Karshi General Hospital |
| 9 | NCS1 HSES 25 09 | Provision of Cleaning Services at Bwari General Hospital |
| 10 | NCS1 HSES 25 10 | Provision of Cleaning Services at Kuje General Hospital |
| 11 | NCS1 HSES 25 11 | Provision of Cleaning Services at Kwali General Hospital |
| 12 | NCS1 HSES 25 12 | Provision of Cleaning Services at Abaji General Hospital |
| 13 | NCS1 HSES 25 13 | Provision of Cleaning Services at Rubochi General Hospital |
| 14 | NCS1 HSES 25 14 | Provision of Cleaning Services at Zuba General Hospital |
| 15 | NCS1 HSES 25 15 | Provision of Cleaning Services at School of Nursing and Midwifery Gwagwalada |
| 16 | NCS1 HSES 25 16 | Provision of Cleaning Services at Abuja Central Medical Store (ACMS) Jabi Abuja. |
| 17 | NCS1 HSES 25 17 | Provision of Cleaning Services at FCT Health Insurance Scheme (FHIS), Gimbiya Street Area 11, Abuja and Seven (7) Zonal Offices in FCT |
SECURITY SERVICES
| SN | PIN | PROJECT DESCRIPTION |
|---|---|---|
| 18 | NCS1 HSES 25 18 | Provision of Security Services at Asokoro District Hospital |
| 19 | NCS1 HSES 25 19 | Provision of Security Services at Maitama District Hospital |
| 20 | NCS1 HSES 25 20 | Provision of Security Services at Wuse District Hospital |
| 21 | NCS1 HSES 25 21 | Provision of Security Services at Gwarinpa District Hospital |
| 22 | NCS1 HSES 25 22 | Provision of Security Services at Kubwa General Hospital |
| 23 | NCS1 HSES 25 23 | Provision of Security Services at Karu General Hospital |
| 24 | NCS1 HSES 25 24 | Provision of Security Services at Nyanya General Hospital |
| 25 | NCS1 HSES 25 25 | Provision of Security Services at Karshi General Hospital |
| 26 | NCS1 HSES 25 26 | Provision of Security Services at Bwari General Hospital |
| 27 | NCS1 HSES 25 27 | Provision of Security Services at Kuje General Hospital |
| 28 | NCS1 HSES 25 28 | Provision of Security Services at Kwali General Hospital |
| 29 | NCS1 HSES 25 29 | Provision of Security Services at Abaji General Hospital |
| 30 | NCS1 HSES 25 30 | Provision of Security Services at Rubochi General Hospital |
| 31 | NCS1 HSES 25 31 | Provision of Security Services at Zuba General Hospital |
| 32 | NCS1 HSES 25 32 | Provision of Security Services at School of Nursing and Midwifery Gwagwalada |
| 33 | NCS1 HSES 25 33 | Provision of Security Services at Abuja Central Medical Store (ACMS) Jabi Abuja. |
| 34 | NCS1 HSES 25 34 | Provision of Security Services at FCT Health Insurance Scheme (FHIS), Gimbiya Street Area 11, Abuja and Seven (7) Zonal Offices in FCT |
2.0 PREQUALIFICATION/ELIGIBILITY REQUIREMENT
All interested companies are to submit copies of the following documents and the original to be made available for sighting during due diligence exercise.
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC 2 and CAC7. Business Name is also acceptable;
b. Evidence of company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for three (3) years (2022, 2023 and 2024) valid till 31st December, 2025;
c. Evidence of Pension Clearance Certificate as provided in Section 16 Subsection 6 (d) of the Public Procurement Act, 2007 valid till 31st December, 2025. (This requirement is only applicable to bidders whose number of staff is 15 and above in line with the PENCOM ACT. However, bidders with less than 15 (fifteen) staff are to provide a Sworn Affidavit to that effect).
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate in Compliance with ITF Act, 2011 as amended 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. However, bidders with less than 5 (five) staff or the bidder’s annual turnover less than N50M are to provide a Sworn Affidavit to that effect).
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 31st December 2025 or valid Certificate issued by BPP.
g. A recently Sworn Affidavit disclosing (Date not earlier than the date of this advertisement and addressed to FCTA):
i. Whether or not any officer of the relevant committees of the Federal Capital Territory Administration (FCTA) 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;
ii. That the company is not in receivership, insolvency or bankruptcy; and
iii. That the company does not have any Director who has been convicted by any court in Nigeria and any other country for criminal offences in relation to fraud or financial impropriety.
h. Company’s Audited Accounts for the last three (3) years for 2022, 2023 and 2024 Stamped/Sealed by a Chartered Accountant.
i. Reference letter from a reputable Commercial Bank in Nigeria, addressed to FCT Administration indicating their 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 relevant academic/professional qualifications such as EHOCON etc.
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, interim payment/valuation certificates, job completion certificates/practical completion certificate and photographs of the projects;
l. List of Plants/ Equipment with proof of ownership/lease to be deployed for the Sanitation Activities/Maintenance of Dumpsites and Cleaning projects.
m. All documents for submission must be transmitted with a covering letter/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 email address. The letterhead paper must bear the names and nationality of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.
n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).
3.0 SPECIFIC ADDITIONAL REQUIREMENTS FOR PREQUALIFICATION
3.1 Bidders for the Provision of Sanitation Activities under STDD & Cleaning Services under HSES must be registered with Environmental Council of Nigeria (EHOCON) in the appropriate category (EHOCON Waste Certificate for Sanitation Activities/Maintenance of Dumpsites and EHOCON Cleaning Certificate for Cleaning Services) of the services to be provided, shall provide evidence of valid practicing license expiring 31st December, 2025 and shall have a Minimum Average Annual Turnover of N35,000,000.00 (Sanitation Activities) & N15,000,000.00 (Cleaning Services) for three (3) years.
3.2 Bidders for the Provision of Security Services must be registered with the Nigerian Security and Civil Defence Corps (NSCDC) and shall have a Minimum Average Annual Turnover of N15,000,000.00 for three (3) years.
3.3 In addition, Bidders for the Provision of Sanitation Activities (STDD) must provide proof of ownership of the following Plants/Equipment (in the number required for each project) which must be accompanied with evidence of ownership such as Receipt, Licences and Permits issued by FCT DRTS or States (where applicable). The Receipt, Licences and Permits must be in the name of the bidder (if owned) or Lessor (if leased). The Plants/Equipment are as follows:
a. Compacting Truck;
b. Tipping Truck;
c. PayLoader;
d. Water Tanker;
e. RORO Truck & Bin;
f. Bulldozer & Excavator (Maintenance of Dumpsite); and
g. Slope Cutter.
3.4 In the case of Leasing of the above-mentioned Plants/Equipment, for the Provision of Sanitation Activities, Bidders shall lease from a reputable Lessor or Lease Vendor with a known address/location where the Equipment will be inspected and shall also provide a valid Agreement for unconditional release of the Plants/Equipment when needed by STDD/FCTA with evidence of ownership of the equipment by the Lessor.
3.5 Bidders for the Provision of Sanitation Activities, Cleaning & Security Services must have an operational office in Abuja.
3.6 Prospective bidders for Supply of Fabricated 12 Cubic Meter RoRo Refuse Bins shall possess a minimum Average Annual Turnover of N30,000,000.00 for three (3) years accompanied with evidence of Manufacturer’s Authorisation from Original Equipment Manufacturer (OEM).
4.0 COLLECTION, SUBMISSION AND OPENING OF PREQUALIFICATION DOCUMENT:
4.1 Interested companies are to collect Tender Document for the respective projects of interest as in Schedule of Collection; Submission; Venue and Opening Date Table upon the presentation of evidence of payment of non-refundable Tender fee of Thirty Thousand Naira (N30,000.00) for the respective projects of interest into FCT Treasury Single Account (TSA) e-collection project powered by Remita:
4.2 How to Make Payment:
a. Access the e-Collection platform via www.remita.net
b. Click on “pay TSA & States”
c. Click on FEDERAL CAPITAL TERRITORY ADMINISTRATION
d. Click on “who do you want to pay” and enter “FCTA PROCUREMENT DEPARTMENT”.
e. Click on “Name of service/purpose” to display a drop down list of services type provided by the SDA and select your choice.
f. Enter other payment details as required and click “SUBMIT” to generate Remita Retrieval Reference (RRR).
g. Select any preferred electronic payment channel (Card, Internet Banking, USSD, Wallet, Phone Number or select Bank Branch to walk to any closest bank branch of your choice to complete your payment). Payers will be issued an electronic receipt following payment, which you can take to the specific SDA to receive the applicable service.
If you have any queries or require any assistance on making payments to FCTA and any of its Secretariats, Department and Agencies (SDAs), please contact the SDA or the Treasury Department, Federal Capital Territory Administration (FCTA) or send a mail to fsupport@remita.net.
4.3 SUBMISSION OF TENDER DOCUMENTS
4.3.1. Three (3) copies [one original and two photocopies each] of Technical and Financial Bid Document should each be sealed, packed and labelled in different envelopes tagged “Technical Bid” and “Financial Bid” as appropriate. The two sealed envelopes should be repacked into one bigger envelope, sealed and labelled as stating the project title, Tender Identification Number & Lot. The envelope should be address as in the Schedule of Collection; Submission; Venue and Opening Date Table.
4.3.2. Note that it is mandatory to fill the relevant Tendering Forms attached to the Standard Bidding Document, as non-filling of these documents will attract outright disqualification.
4.3.3. All pages of the “Financial Bid” documents are to be duly endorsed by authorized representative of the bidder.
4.3.4. The Documents are to be dropped at the Tender Boxes as in the Schedule of Collection; Submission; Venue and Opening Date Table.
5.0 SCHEDULE OF COLLECTION, SUBMISSION, VENUE OF OPENING AND OPENING DATE.
| SN | SECRETARIAT, DEPARTMENT AND AGENCIES/ CATEGORY | CLOSING DATE & TIME | TENDER DOCUMENT COLLECTION POINT | TENDER DOCUMENT SUBMISSION POINT | DATE, TIME & VENUE FOR OPENING OF TENDER/ PREQUALIFICATION |
|---|---|---|---|---|---|
| 1 | FCT SATELLITE TOWNS DEVELOPMENT DEPARTMENT (STDD) | ||||
| Goods & Non- Consultancy Services | 24th March, 2026 at 11.00am | Room 1004, FCT Procurement Dept., Block B, FCTA Secretariat, Area 11, Abuja | Tender Box at Tender Annex Office, Archives and History Bureau Building Area 11 Garki-Abuja. | 24th March, 2026 by 11.00am at FCT Archives and History Bureau, Area 11, Abuja. | |
| 2 | FCT HEALTH SERVICES AND ENVIRONMENT SECRETARIAT (HSES) | ||||
| Non- Consultancy Services | 24th March, 2026 at 11.00am | Room 2036, FCT HSES Procurement Unit Office, Second Floor, Health Services and Environment Secretariat Block B, FCTA Secretariat, Area 11, Abuja | Tender Box at FCT HSES Procurement Unit Office, Second Floor, Health Services and Environment Secretariat Block B, FCTA Secretariat, Area 11, Abuja Garki-Abuja. | 24th March, 2026, by 11.00am at FCT Archives and History Bureau, Area 11, Abuja. |
6.0 NOTE THAT:i. Late submission will be returned un-opened;
ii. This advertisement to tender shall not be construed to be commitment on the part of the FCT Administration and its SDAs nor shall it entitle the bidder to make any claim whatsoever and seek any indemnity from the FCT Administration and its SDAs by virtue of having responded to the advertisement;
iii. Bidders should be very clear about the Lot being bided for and Bids must be in English Language;
iv. Tenders Register must be signed on the submission of bid(s);
v. Due diligence would be carried out on companies to verify claims included in the bids submitted;
vi. The submission of fake documents is a fraudulent practice punishable under the relevant laws and Violators shall be referred to investigating Authorities;
vii. No company shall bid for more than TWO (2) Lot;
viii. Bidders/representatives, Private Sector Professional Bodies, Civil Society Organization in the areas of Anti-Corruption/Transparency and members of the public are invited to witness the bid opening ceremony.
ix. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened;
x. The FCTA is not bound to pre-qualify any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.
xi. A bid security in form of Bank Guarantee from a reputable Nigerian Bank and whose value is not less than 2% of the tender sum shall be submitted with tender sum greater than N100 Million for Category of GOODS/CONSULTANCY/NON-CONSULTANCY SERVICES in the format as approved in the Standard Bidding Document;
xii. Successful companies may be requested to provide Performance Guarantee/Bond, whose value shall not be less than 10% of the Contract Sum before signing the contract;
xiii. On this publication, clarifications can be sort from Room 1006, FCT Procurement Department, Block B, FCTA Secretariat, Area 11, Abuja.
SIGNED:
FCTA MANAGEMENT
No Comments
Sorry, the comment form is closed at this time.