Background Image

GOVERNMENT OF ENUGU STATE OF NIGERIA-INVITATION FOR CONSOLIDATED PRE-QUALIFICATION FOR THE YEAR 2026

GOVERNMENT OF ENUGU STATE OF NIGERIA
PROCUREMENT NOTICE
INVITATION FOR CONSOLIDATED PRE-QUALIFICATION FOR THE YEAR 2026

The Government of Enugu State is committed to the provision of adequate physical and socio-economic infrastructure and essential services for sustainable and equitable development across the State. In furtherance of this commitment, the State Government intends to undertake various projects and services during the 2026 fiscal year and hereby invites Expressions of Interest (EOI) from competent and qualified Contractors, Consultants, and Service Providers for pre-qualification.

SCOPE OF WORKS AND SERVICES
1. ENGINEERING WORKS
* Roads
* Buildings
* Electrical Works
* Streetlight Installation and Maintenance
* Mechanical Works
* Water Supply and Related Infrastructure

2. CONSULTANCY SERVICES
Engineering Consultancy (Roads, Buildings, Electrical, Streetlights, Mechanical, Water, etc.)
* Health Services
* Accounting and Financial Services
* Management and Advisory Services
* Agro-Veterinary Services

3. PROCUREMENT SERVICES

ELIGIBILITY AND SELECTION CRITERIA
Interested organizations must possess proven experience, technical competence, and financial capacity in the relevant field and shall submit the documents outlined below.

1. ENGINEERING WORKS
(A) Administrative, Legal and Financial Requirements
Applicants shall provide:
i. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Forms CAC 2 and CAC 7.
ii. Evidence of registration as a Contractor (Category D) with the Enugu State Ministry of Works and Infrastructure.
iii. Company Tax Clearance Certificates for the last three (3) financial years (2023, 2024, and 2025).
iv. Audited Accounts for the last three (3) financial years (2023, 2024, and 2025), duly certified by ICAN or ANAN (for Limited Liability Companies).
v. Evidence of VAT registration and remittance.
vi. Evidence of Industrial Training Fund (ITF) compliance.
vii. Summary of the company’s bank account statement for the year 2025.
viii. Written authority allowing verification of the company’s financial standing by its bankers.
ix. Bank reference from a reputable commercial bank.
x. Evidence of payment of a non-refundable pre-qualification fee as follows:
N200,000.00 for Road Construction
N100,000.00 for Buildings, Electrical, Streetlight, Mechanical, and Water Works
Payment Details
Bank: Any Commercial Bank
Account Name: Enugu State IGR-TSA
Purpose: Tender Fee – Ministry of Works and Infrastructure
Depositor: Name of Company

Evidence of payment must be presented to the Finance and Accounts Department of the Ministry for issuance of an official State receipt, a copy of which must accompany the submission.

(B) Technical Requirements
i. Company profile.
ii. List of key technical personnel with functional contact details.
iii. Curriculum Vitae, evidence of academic qualifications, relevant professional registrations (COREN; CORBON, ARCON, etc.), and valid current practising licences issued by the appropriate professional bodies for all key technical personnel.
iv. Evidence of relevant and verifiable similar projects supported by signed completion certificates.
v. List of plants and equipment with evidence of ownership or lease, where applicable.

2. CONSULTANCY SERVICES
(A) Administrative, Legal and Financial Requirements
i. Certificate of Incorporation with CAC (including CAC 2 and CAC 7) for Limited Liability Companies.
ii. Business Registration with CAC for Sole Proprietorships or Partnerships.
iii. Evidence of registration as a Consultant (Category D) with the Enugu State Ministry of Works and Infrastructure.
iv. Tax Clearance Certificates for the last three (3) financial years (2023, 2024, and 2025) or Personal Income Tax receipts for proprietors/partners.
v. Audited Accounts for the last three (3) financial years (2023, 2024, and 2025), where applicable.
vi. Evidence of VAT registration and remittance or Tax Identification Number (TIN).
vii. Summary of bank statement for the year 2025.
viii. Authority to verify financial capability from the organization’s bankers.
ix. Bank reference from a reputable commercial bank.
x. Evidence of payment of N100,000.00 non-refundable pre-qualification fee.
Payment procedures are as stated under Engineering Works.

(B) Technical Requirements
i. Organization profile.
ii. Evidence of registration with relevant professional bodies (COREN, ARCON, QSRBN, CORBON, SURCON, ICAN, ANAN, NIM, etc.) and valid current practising licences for the year 2025, where applicable.
iii. List of key professional personnel with contact details.
iv. Curriculum Vitae, evidence of academic qualifications, relevant professional registrations, and valid current practising licences issued by the appropriate professional bodies for all key professional personnel.
v. Evidence of relevant and verifiable consultancy experience supported by letters of award.
vi. Evidence of implementation tools and resources.

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

admin@publicprocurement.ng

No Comments

Sorry, the comment form is closed at this time.