FEDERAL HOUSING AUTHORITY, ABUJA-INVITATION FOR PREQUALIFICATION FOR THE EXECUTION OF PROJECTS
FEDERAL HOUSING AUTHORITY
26, JULIUS NYERERE CRESCENT, ASOKORO, PMB 101, GARKI, ABUJA
Email: info@fha.gov.ng Website: www.fha.gov.ng
INVITATION FOR PREQUALIFICATION
1. INTRODUCTION:
The Federal Housing Authority (FHA), a parastatal of the Federal Government of Nigeria, under the Federal Ministry of Housing and Urban Development intends to undertake the Procurement of the underlisted works at its site at Block 6, Julius Nyerere Crescent, Asokoro – Abuja, as well as the procurement of Smart Prepaid Electricity Meters for the FHA Electricity Distribution Company under its 2025 financial Year (Internally Generated Revenue) budget. Consequently, in strict compliance with provisions of the Public Procurement Act 2007, the Authority wishes to invite competent and experienced Contractors to submit their technical documents for prequalification.
2. SCOPE OF WORKS:
| S/N | LOT NO | PROJECT DESCRIPTION |
|---|---|---|
| 1 | 1 | COMPLETION OF BLOCK OF 1, 2 AND 3-BEDROOM FLATS |
| 2 | 2 | COMPLETION OF BLOCK OF 3- BEDROOM FLAT |
| 3 | 3 | PROCUREMENT OF SMART PREPAID METERS |
3. ELIGIBILITY CRITERIA:
Interested and competent bidders must fulfill the following criteria and submit all the documents outlined below to be considered eligible:
a. Evidence of Incorporation by Corporate Affairs Commission (CAC), by submitting Certificate of Incorporation including Articles of Association, Forms CAC2 and CAC7.
b. Evidence of current Tax Clearance Certificate (TCC) corresponding with declared Annual Turnover and expiring 31st December 2026.
c. Evidence of compliance with the National Pension Commission by submitting a valid PENCOM Clearance Certificate expiring 31st December 2026 (this requirement is applicable to bidders whose number of staff is 15 and above).
d. Evidence of Compliance with Industrial Training Fund Amendment Act 2011 by submitting a valid ITF Certificate expiring 31st December 2026 (this requirement is applicable to bidders whose number of staff is 5 and above, or bidders whose annual turnover is 50 million Naira and above).
e. Evidence of Compliance with Employers compensation Act issued by the Nigeria Social Insurance Trust Fund by submitting a valid NSITF Certificate expiring 31st December 2026.
f. Evidence of registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) issued by the Bureau of Public Procurement (BPP) by submitting a valid IRR Certificate expiring 31st December 2026.
g. Company Audited Accounts for the last three (3) years – (2025, 2024, 2023) which must tally with TCC.
h. Evidence of financial capability to execute the project by submitting a Reference letter from any reputable commercial Bank in Nigeria, indicating willingness to provide credit facility for execution of the project when needed.
i. Company profile with Curriculum Vitae of key staff to be deployed for the project, including copies of their Academic/Professional Qualifications (e.g. COREN, QSRBN, ARCON, CORBON, ICAN, ANAN etc).
j. Verifiable documentary evidence of at least THREE (3) relevant/related projects successfully executed in the last five (5) years (2021-2026) including letters of award, Job completion/valuation Certificates and photographs of the projects.
k. For joint Ventures/Partnerships, Memorandum of understanding (MOU) including the above for each JV partner. Note: Each JV Partner must meet all criteria.
l. List of plants/equipment with proof of ownership/lease.
m. Affidavit disclosing the following:
– That no Director of the company has been convicted in any country for any criminal offence related to fraud or corrupt practices.
– That no officer of Federal Housing Authority or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidder.
– That the company has not been declared Bankrupt.
– That all information presented in this Bid are true, genuine and correct in all particulars.
n. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), E-mail address, names and nationalities of the Directors of the Company at the bottom of the page and duly signed by the authorized officer of the firm.
o. Bidding Companies must have an average annual turnover of at least Five Hundred (500) Million Naira for LOT 1 and LOT 2, and Three Hundred (300) Million Naira for LOT 3.
p. Affidavit disclosing the following:
– That no Director of the company has been convicted in any country for any criminal offence related to fraud or corrupt practices.
– That no officer of Federal Housing Authority or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidder.
– That the company has not been declared Bankrupt.
– That all information presented in this Bid are true, genuine and correct in all particulars
q. In addition to the above requirement, Companies bidding for LOT 3 must have the following licenses:
– Valid NERC certificate for Installers of Electrical Energy Metering Systems.
– Valid NEMSA certification to undertake Electrical Installation Contracting Works in Nigeria.
4. SUBMISSION OF DOCUMENTS:
Prospective bidders are to submit two (2) hard copies along with their soft copies in a flash drive. The Bids for each of the Lot desired are to be packaged separately in sealed envelopes and clearly marked as “Technical Bid”. Thereafter, put the two (2) sealed envelopes in a single (Bigger, sealed) envelope clearly indicating ‘the Description of the Project and the location, as well as name and address of the bidder’.
Documents must be properly BOUND, SIGNED BY THE COMPANY REP, PAGINATED and addressed to:
The Managing Director/CE’
Federal Housing Authority,
26 Julius Nyerere Crescent, Asokoro – Abuja.
And submitted at the office of the General Manager (Procurement), at the Head Office, Asokoro – Abuja on or before the deadline of MONDAY 9th of MARCH 2026 by 12:00 Noon.
– Time for submission of bid documents shall be during work hours (from 8:00am to 5:00pm, Mondays to Fridays) starting from the date of this advertisement.
5. OPENING OF BIDS:
Bids will be opened immediately at the close of submissions on MONDAY 9th of MARCH 2026 by 12:00 Noon at the office of the General Manager (Procurement), at the Head Office, Asokoro – Abuja in presence of the Bidders or their representatives.
6. GENERAL INFORMATION:
– Items in (A – Q) above are mandatory, and failure to produce any shall lead to automatic disqualification of the bid.
– Documents are to be submitted on lot-by-lot basis and no Company is allowed to bid for more than one (1) lot. Violators shall be disqualified.
– The FHA reserves the right to verify the authenticity of any claims made on the bid documents submitted by companies.
– Failure to comply with the instructions to provide any required documents may automatically result in disqualification.
– Original of all the above-listed eligibility documents may be requested for sighting as and when needed.
– Late submissions will be returned un-opened.
– Duplicate bidding by any company shall be automatically disqualified except a written notification addressed to the MD/CEO is received before the bid opening date which must clearly be labelled as ‘CORRECTED BID’.
– All submissions must be in English language and all pages must be duly paginated and signed by the company representative.
– Submissions should be very clear on the Lot of interest.
– Bidders can submit through Post (Courier Services), provided the bid is received before deadline.
– Only technically qualified bidders will be invited at a later stage for collection of financial tender documents.
– This advertisement shall not be construed to be a commitment on the part of FHA, nor shall it entail the bidder to make any claims whatsoever and/or seek any indemnity from FHA, by virtue of such bidder having responded to this publication.
– FHA is not bound to shortlist 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.
– FHA will not be responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to the invitation and/or the preparation or submission in response to an enquiry.
7. INQUIRIES:
All inquiries should be directed to:
The (FRONT DESK) Procurement/General Duties
Federal Housing Authority,
26 Julius Nyerere Crescent, Asokoro – Abuja.
Tel: 07039332572
All enquiries shall be entertained during working hours (from 8:00am to 5:00pm, Mondays to Fridays).
SIGNED
MANAGEMENT
No Comments
Sorry, the comment form is closed at this time.