STATE UNIVERSAL BASIC EDUCATION BOARD (SUBEB), BAUCHI STATE-INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS TO TENDER FOR 2025 FGN- UBEC/SUBEB INTERVENTION PROJECTS
BAUCHI STATE GOVERNMENT STATE UNIVERSAL BASIC EDUCATION BOARD (SUBEB) P.M.B. 0109 NEAR AWALA ROUND ABOUT AJIYA ADAMU ROAD, BAUCHI, BAUCHI STATE INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS TO TENDER FOR 2025 FGN- UBEC/SUBEB INTERVENTION PROJECTS
The Bauchi State Universal Basic Education Board (BASUBEB) hereby invites interested experienced contractors to express their interest in the pre-qualification to bid for the following projects:
II. SCOPE OF THE PROJECT 1. Construction of blocks 2/3 classrooms with office and store 2. Renovation of blocks of 2/3 classrooms with office and store 3. Construction of Perimeter Fencing 4. Construction of Assembly Hall 5. Construction of School Laboratory 6. Construction of 4 pits VIP Toilet 7. Drilling of Handpump Borehole 8. Procurement of ECCDE Desk and Chairs 9. Procurement of Pupils/Students of Primary & Junior Secondary School Desk Chairs and Tables 10. Procurement of Primary/Junior Secondary School Teacher Chairs & Tables 11. Procurement of working materials and equipments
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL GOVERNMENT OF NIGERIA NATIONAL BLOOD SERVICE AGENCY PLOT 621, 37 ROAD, 3RD AVENUE GWARIMPA, ABUJA
INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS FOR 2025 BUDGET OF NATIONAL BLOOD SERVICE AGENCY (NBSA)
1. INTRODUCTION The Federal Government of Nigeria has allocated funds to the National Blood Service Agency (NBSA), an Agency of the Federal Ministry of Health, in the 2025 Appropriation Act for the financial year 2025 for the procurement of Goods, Works and Services for the execution of its policies, programmes, and projects towards achieving the mandate of the Agency. In compliance with the Public Procurement Act, 2007 as regards procurement of Goods, Works and Services, NBSA invites interested and qualified bidders for the procurement of the following under listed Projects in 2025 Appropriation:
2. PROJECT DESCRIPTION
S/N
Projects / Item Description
Lot No.
1
PURCHASE OF MOBILE COUCHES FOR NBSA FCT OPERATIONAL CENTER/ STATE CENTERS, AND SIX GEO-POLITICAL ZONAL CENTERS ACROSS THE COUNTRY
NBSA/04/A1
4
PROCUREMENT AND INSTALLATION OF SOLAR POWER SYSTEMS TO NBSA NORTHERN ZONE, SOUTHERN ZONAL CENTRE AND FCT OPERATIONAL CENTER OF THE COUNTRY.
NBSA/04/B1 – B3
5
CONSTRUCTION AND FURNISHING OF NBSA GOMBE STATE CENTE.
NBSA/04/B4
6
ENGAGEMENT OF CONSULTANT FOR SUPERVISION OF RENOVATION AND UPGRADE OF NBSA GOMBE STATE CENTER.
NBSA/04/C1
7
ENGAGEMENT OF CONSULTANTS FOR CAMPAIGN ON BLOOD DONATION / BLOOD DRIVE IN THE SIX GEO-POLITICAL ZONES (NORTH EAST, NORTH WEST, NORTH CENTRAL, SOUTH EAST, SOUTH WEST, SOUTH SOUTH) OF THE FEDERATION AND FCT ABUJA
NBSA/04/C2 – C8
8
ENGAGEMENT OF CONSULTANTS FOR MEDIA AWARENESS CAMPAIGN FOR VOLUNTARY BLOOD DONATION IN NIGERIA
NBSA/04/C9
3. ELIGIBILITY REQUIREMENTS: Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects listed above are required to submit the following documents which will be subjected to verification and due diligence by the Agency:
A. Mandatory/Responsive Requirements: Failure to fulfil any of the under-listed requirements will render a bid, disqualified: (i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services (ii) 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 expiring 31st December 2025; with minimum average annual turnover of ₦400million for Works, ₦120million for Goods & ₦100 million for Services; (iii) Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024; (iv) 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); (v) 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); (vi) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025; (vii) Evidence of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement (BPP); (viii) Reference Letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed. (ix) List of Plants/Equipment with Proof of Ownership/Lease for Construction Works; (x) A Sworn Affidavit: – that none of the Directors 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; and – disclosing whether or not any officer of relevant committees of the National Blood Service Agency or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars. (xi) Detailed Company’s profile with Curriculum Vitae of key Officers/Professional Personnel including photocopies of relevant Professional/Technical Certificates/Qualifications: at least 3 COREN(1 Civil, 1 Mechanical & 1 Electrical), 1 QSRBN, 1 ARCON, 1 CORBON (for Works); (xii) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and photographs of the projects. Only jobs that are similar in nature (i.e type of goods supplied, nature of the works or services carried out) shall be considered. (xiii) Consultancy Services: Evidence of Firm’s current registration with relevant regulatory professional body(ies) such QSRBN, ARCON, CORBON, COREN, etc.;
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL UNIVERSITY OF TECHNOLOGY P.M.B. 1526, OWERRI INVITATION TO TENDER FOR YEAR 2024 TETFUND SPECIAL INTERVENTION UPGRADE/MODELLING OF THE INNOVATION HUB (ENTREPRENEURSHIP FOR INNOVATION HUB)
1. INTRODUCTION The Federal University of Technology, Owerri in compliance with the requirements of the Public Procurement Act (PPA) 2007 invites selected, qualified and competent Contractors with proven experience and good track record of performance to submit bids for its Year 2024 TETFund Special Intervention Upgrade/Modelling of the Innovation Hub (Entrepreneurship for Innovation Hub) Project as listed below:
S/N | PROJECT DESCRIPTION | CATEGORY LOT 1 | RENOVATION AND FURNISHING OF INNOVATION HUB BUILDING | WORKS
2. ELIGIBILITY REQUIREMENTS To be eligible, potential bidders should submit all the under listed verifiable documents and must be arranged in the following order and numbered. a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁₁ or CAC₃ 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 annual turnover of N500m; 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 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 University of Technology, Owerri 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; – 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 in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings; 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 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 (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects; l. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications; m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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)
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
TRANSMISSION COMPANY OF NIGERIA (TCN) REQUEST FOR BIDS GOODS (TWO-ENVELOPE BIDDING PROCESS) COUNTRY: NIGERIA NAME OF PROJECT: DISTRIBUTION SECTOR RECOVERY PROGRAM (DISREP) CONTRACT TITLE: SUPPLY AND INSTALLATION OF SMART METERS TO ELEVEN (11) DISTRIBUTION COMPANIES-PHASE 2 CREDIT NO: 9206-NG RFB REFERENCE NO: DREP-PP4A DATE: 12TH JANUARY, 2026
1. The Federal Republic of Nigeria has received financing from the World Bank toward the cost of the DISTRIBUTION SECTOR RECOVERY PROGRAM (DISREP), and intends to apply part of the proceeds toward payments under the contract for the Supply and Installation of Smart Meters to Eleven (11) Distribution Companies. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.
2. The Transmission Company of Nigeria Plc-Project Management Unit (TCN-PMU) now invites sealed bids from eligible Bidders for the Supply of Smart meters to Eleven (11) Distribution Companies. The contract involves the supply and installation of smart meters for the eleven (11) Discos with a delivery period of fifteen (15) months. The total number of smart meters to be supplied and installed is one million, five hundred and fifty smart meters (1,550,000) consisting of single-phase and three-phase smart meters.
Lots
Disco covered/Location
Communication and software systems
The applicable margin of preference
Lot 1
Supply and Installation of Smart meters to KEDCO and KAEDC
4G Cellular & Head End System Software (HES)
15%
Lot 2
Supply and Installation of Smart meters to IKEDC and EEDC
4G Cellular & Head End System Software (HES)
15%
Lot 3
Supply and Installation of Smart meters to PHEDC and BEDC
4G Cellular & Head End System Software (HES)
15%
Lot 4
Supply and Installation of Smart meters to AEDC, JED and YEDC
4G Cellular & Head End System Software (HES)
15%
Lot 5
Supply and Installation of Smart meters to EKEDC and IBEDC
4G Cellular & Head End System Software (HES)
15%
3. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 6th Edition, February 2025 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): twenty percent (20%) and for Bid cost: eighty percent (80%).
5. Interested eligible Bidders may obtain further information from Transmission Company of Nigeria Plc, Project Management Unit (TCN-PMU)-Engr. T. M. Bamalli. tcnwbpmu@gmail.com, tbamalli@gmail.com & bamalli.tukur@tcn.org.ng. Also, bidders may inspect the bidding documents online via the link provided in the 5th paragraph below.
6. The bidding document in English language may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of One hundred thousand Naira (N100,000.00).
The method of payment will be via Remita (https://www.remita.net/) by generating Remita Retrieval Reference (RRR) in favor of Transmission Company of Nigeria-Project Management Unit. Kindly follow these steps: (i) Enter Remita platform (ii) Select Pay FGN and State TSA (iii) Select FGN (iv) Under Who do you want to pay-Select Transmission Company of Nigeria–Project Management Unit (v) Under Name of Services/Purpose-Select Transmission Company of Nigeria –Project Management Unit (note: do not select Tender Fees) (vi) Complete the form and submit. The bidding documents may also be accessed and downloaded via this link
No Comments
Sorry, the comment form is closed at this time.