Background Image

ECOWAS COMMISSION, ABUJA-INVITATION FOR PREQUALIFICATION FOR THE PROVISION OF CAFETERIA/CANTEEN AND CAFE SERVICES FOR THE NEW ECOWAS COMMISSION HEADQUARTERS

ECOWAS COMMISSION
COMMISSION DE LA CEDEAO
COMISSÃO DA CEDEAO
INVITATION FOR PREQUALIFICATION
FOR THE PROVISION OF CAFETERIA/CANTEEN AND CAFE SERVICES
FOR THE NEW ECOWAS COMMISSION HEADQUARTERS
REF NO: ECW/PP-2026-IN-GOODS-007/004
ISSUE DATE: FRIDAY 20TH FEBRUARY, 2026.
CLOSING DATE AND TIME: MONDAY 9TH MARCH 2026 BY 11:00 AM (GMT+1)

1. INTRODUCTION
The ECOWAS Commission intends to pre-qualify experienced and reputable catering service providers for the management and operation of the corporate staff canteen located at the new ECOWAS Headquarters in Abuja.

The objective is to obtain information on the competence, technical capacity, experience, compliance, and operational capability of interested firms/companies. No financial proposals or pricing information are required at this stage.

2. INVITATION FOR SUBMISSION OF TECHNICAL PROPOSALS
The ECOWAS Commission invites qualified catering service providers to submit Technical Proposals only for:
• Lot 1 – Café: Provision and operation of a café offering barista coffee/tea, beverages, pastries, snacks, and light-bites with a strong customer experience focus.
• Lot 2 – Canteen/Cafeteria: Provision and operation of a full corporate cafeteria serving daily hot meals (lunch and, where applicable, breakfast/dinner), with diverse menu cycles, nutrition, hygiene, and efficient peak-hour service.

Bidders may compete for one or both Lots. A separate Technical Proposal shall be submitted for each Lot. No financial or price information is to be included in any proposal at this stage.

Shortlisted and technically ranked firms will enter commercial negotiations beginning with the highest-ranked bidder for each Lot. If negotiations fail, the Purchaser may proceed to the next ranked firm.

3. PROCUREMENT METHOD & PROCESS OVERVIEW
Procurement Method: Quality-Based Selection (QBS), Technical-Only. No financial submissions at this stage.
Stages:
1) Technical Proposal Submission & Evaluation
2) Site Inspection of bidder’s current operating facility (pass/fail)
3) Tasting & Service Demonstration (scored)
4) Ranking and Due Diligence
5) Commercial Negotiations with the top-ranked bidder per Lot
6) Contract Award & Deployment

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

NASARAWA STATE VALUE CHAIN DEVELOPMENT PROGRAMME-PREQUALIFICATION NOTICE FOR CONSULTANCY SERVICE AND NON-CONSULTANCY SERVICES

NASARAWA STATE
VALUE CHAIN DEVELOPMENT PROGRAMME
PREQUALIFICATION NOTICE

1.0 INTRODUCTION
The FGN and IFAD are jointly implementing a Value Chain Development Programme (VCDP) since 2025 to “enhance incomes and food security” of poor rural households (HHs) engaged in the rice and cassava value chains (VCs). Starting with six States of Anambra, Benue, Ebonyi, Niger, Ogun, Taraba, and in five (5) Local Government Areas each in all the States (30 LGAs in total). The programme was expanded to cover three (3) additional states of Enugu, Kogi and Nasarawa states from 2019 through IFAD Additional Financing (AF I and II). The programme strategically targeted 135,000 direct beneficiaries (121,000 producers and 14,000 processors & traders) including youths, women and people with disabilities (PWD). The Programme Development Objective (PDO) is “to enhance on a sustainable basis income and food security of poor rural household engaged in the production, processing and marketing of rice and cassava in the nine (9) states for a total of 63 LGAs.

The programme Includes the following components: (a) Agricultural Market Development which includes Support to value addition and market linkages, Support to market infrastructure); (b) Small Holders Production Enhancement which includes (Support to farmers organization and Support to small holders’ production) and (c) Programme Management and Coordination.

The VCDP National Programme Management Unit (NPMU) intends to expand/update her data base of consultants. Eligible individual consultants and consulting firms are invited to indicate interest in working for our programme.

2.0 PURPOSE OF NOTICE
Value Chain Development Programme (VCDP) will undertake various procurement activities in the course of programme implementation and would require the services of reputable companies and qualified professionals to support programme implementation. This notice is seeking the submission of relevant documents both statutory and activity specific for the purpose of updating its database.

3.0 PROCUREMENT CATEGORIES REQUIRED
• Consultancy Service and Non-consultancy services

3.1 CONSULTANCY AND NON-CONSULTANCY SERVICE
1) Agricultural Production Services
2) Market Enterprise and Development Advisory Services
3) Agro Processing and Quality Enhancement Services
4) Market/Value Chain Infrastructure Services
5) The Monitoring & Evaluation / Management Information System Services
6) Procurement Advisory Services
7) Financial Management Services
8) Knowledge Management and Communication services
9) Rural Institution, Youth and Gender Advisory services
10) General services

4.0 GENERAL PREQUALIFICATION REQUIREMENTS
4.1 Statutory pre-qualification requirements:
I. Evidence of Registration with Corporate Affairs Commission (CAC) including the Annual Returns Report (2023, 2024 2025)
II. Evidence of Tax Clearance for the last three years (2023, 2024 and 2025)
III. Audited Accounts for the past three years (2023, 2024 and 2025)
IV. National Pension Commission – Pension Clearance Certificate, 2026
V. Industrial Training Fund (ITF) Certificate of compliance, 2026
VI. National Social Insurance Trust Fund (NSITF) Clearance Certificate, 2026
VII. Bureau of Public Procurement – Registration, 2026

4.2 Agricultural Production Services
• Company technical profile with documentary evidence showing the firm’s competence in agronomy, soil science and extension services.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below:
A first degree in Agriculture/field crop production/Agronomy (or related fields). Holder of an advanced degree in relevant fields will be an added advantage;
(I) Must have demonstrated ten (10) years minimum work experience in field crop production/agribusiness/value chain development
(II) Should have sound knowledge of agricultural extension service delivery system
(III) Should have proven track record in communication/training skills; and have the competence to interact with farmers and other locals in their rural environments;

5.0 Market Enterprise and Development Advisory Services
• Company technical profile with documentary evidence showing the firm’s competence in market enterprise and development and farm-gate to contract deliveries
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below:
(I) First degree in Agriculture Economics, Economics or Business Administration or Marketing Holders of an advanced degree in relevant field will be an added advantage.
(II) Up to Ten (10) years’ experience in the field of agribusiness marketing with the private or public sector

NATIONAL BOARD FOR ARABIC AND ISLAMIC STUDIES (NBAIS), KADUNA-INVITATION TO TENDER FOR THE EXECUTION OF 2025 SUPPLEMENTARY CAPITAL PROJECTS

NATIONAL BOARD FOR ARABIC AND ISLAMIC STUDIES (NBAIS)
KM5, KADUNA-ZARIA EXPRESSWAY, RIGACHIKUN, KADUNA NIGERIA

INVITATION TO TENDER FOR THE EXECUTION OF 2025 SUPPLEMENTARY CAPITAL PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria (FGN) has allocated funds to the National Board for Arabic and Islamic Studies (NBAIS) under the 2025 Appropriation Act (Amendment) for execution of Projects towards achieving the mandate of the Board. Accordingly, the Board, in pursuance of that, wishes to invite reputable contractors with relevant proven competence and experience to submit tender for the execution of the following Projects.

2. SCOPE OF WORKS/GOODS

2.1 CATEGORY A (WORKS)

LOT NO. PROJECT TITLE/DESCRIPTION
Lot W1 Installation of Solar Street Lights in Some Communities in Musawa/Matazu Federal Constituency, Katsina State
Lot W2 Construction of Damaged Mosques affected by Bandits in Shanono/Bagwai Federal Constituency, Kano State

2.2 CATEGORY B (GOODS)

LOT NO. PROJECT TITLE/DESCRIPTION
Lot G1 Supply of Motorcycles to Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G2 Supply of Food Stuff to Members of Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G3 Supply of Millet to Members of Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G4 Supply of Maize to Members of Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G5 Supply of Rice to Members of Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G6 Supply of Instructional Materials to Schools in Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G7 Supply of Grains to Members of Anka/Talata Mafara Federal Constituency, Zamfara State
Lot G8 Supply of Motorcycles to Musawa/Matazu Federal Constituency, Katsina State
Lot G9 Printing of 2026 SAISSC Examination Materials
Lot G10 Supply of 2026 SAISSC Examination Materials

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following requirements to be eligible:

a. Evidence of 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 – (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 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 31st December, 2025 or valid Certificate issued by BPP.

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

NWAFOR ORIZU COLLEGE OF EDUCATION NSUGBE, ANAMBRA STATE-INVITATION FOR TENDER FOR YEAR 2026 TETFUND LIBRARY DEVELOPMENT INTERVENTION PROJECT

NWAFOR ORIZU COLLEGE OF EDUCATION
NSUGBE, ANAMBRA STATE
INVITATION FOR TENDER FOR YEAR 2026 TETFUND LIBRARY DEVELOPMENT INTERVENTION PROJECTS

1.0 INTRODUCTION
The Nwafor Orizu College of Education, Nsugbe, Anambra State in compliance with the requirements of the public procurement Act 2007 and other extant government regulations intends to undertake the procurement of Works for the implementation of YEAR 2026 TETFUND LIBRARY DEVELOPMENT INTERVENTION PROJECT following the Approval of the allocation of funds. Competent and experienced contractor/firms with relevant experience and good track record of prompt delivery of similar projects are hereby invited to submit bids for pre-qualification and tender exercise for the projects listed below.

2.0 SCOPE OF WORK
Lot 1: Proposed Procurement and Supply of assorted Textbooks and Journals.

3.0 Eligibility Requirements
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁₁ or CAC₂ and CAC₇;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2023, 2024 & 2025) valid till 31st December, 2026 with Minimum Average Annual Turnover of N100m and above;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (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, 2026 (this requirement is applicable to bidders whose number of staff is 5 and above or bidders’ annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Fund (NSITF) Clearance Certificate valid till 31st December, 2026;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026 or valid Certificate issued by Bureau of Public Procurement (BPP);
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Nwafor Orizu College of Education Nsugbe, Anambra 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;
– 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 (2023, 2024 & 2025);
i. Company’s Profile with the Curriculum Vitae of Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON, ICDL, NITDA, CPN, and Current Practicing Licences etc.;
j. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
k. Verifiable documentary evidence of at least three (3) similar jobs (in size & nature) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. For Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
m. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs); is required
n. Evidence of Certificate of Registration with the Books Sellers Association of Nigeria
o. 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)

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 authorised officer of the firm.

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

FEDERAL HOUSING AUTHORITY, ABUJA-INVITATION FOR PREQUALIFICATION FOR THE EXECUTION OF PROJECTS

FEDERAL HOUSING AUTHORITY26, JULIUS NYERERE CRESCENT, ASOKORO, PMB 101, GARKI, ABUJAEmail: info@fha.gov.ng Website: www.fha.gov.ngINVITATION 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...

Read More

DELTA STATE MINISTRY OF WOMEN AFFAIRS AND SOCIAL DEVELOPMENT-REQUEST FOR QUOTATION FOR VARIOUS SUPPLIES

DELTA STATE GOVERNMENT
DELTA STATE MINISTRY OF WOMEN AFFAIRS AND SOCIAL DEVELOPMENT
REQUEST FOR QUOTATION
NIGERIA FOR WOMEN PROJECT SCALE-UP (NFWP-SU)
CREDIT NUMBER – P179447

1. The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) towards the cost of Nigeria for Women Program Scale-Up. Delta State is a beneficiary of the credit and now intends to apply part of the credit towards payments for the following contracts below:

SN DESCRIPTION PROCUREMENT METHOD CONTRACT REF: NO
A Procurement Of 3,600 Savings Kits (1 Box, 2 Notebooks 25 Passbooks, 1 Stamp Pad, 1 Ink, 1 Calculator, 3 Padlocks, 1 Red And 1 Blue Pen, 1 Ruler, 2 Fabric Money Bags, 2 Collection Bowls) for NFWP-SU Request for Quotation NG-DELTA STATE NFWP-SU-496037-GO-RFQ
B Procurement of 380 Tablets, Power Bank and Pouch For LFS, Ward Facilitators and WAGSOS For NFWP-SU Request for Quotation NG-DELTA STATE NFWP-SU-496109-GO-RFQ

1. The Delta State Ministry of Women Affairs and Social Development through the State Project Coordinating Unit of the Nigeria for Women Program Scale-Up now invites sealed Bids/Quotation for the following:

CONTRACT 1. Procurement of 3,600 Savings Kits for NFWP-SU

Supplier category Description Units Delivery Location
Welder Lockable metal cash box, able to be closed with 3 locks 3600 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Hardware stores Three good quality padlocks per metal box, each with at least two keys 10,800 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Plastic 2 plastic bowls in red and green, at least 30 cm in diameter and at least 15 cm deep (one for fines and one for managing contributions to the Social Fund, collection of Share-purchase and loan repayments) 3 boxes (green, yellow and red), 7200 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Bookshops • Rubber stamp for marking shares • Rubber stamp ink pad and spare bottle of ink • Ruler, 15 cm • Two ball point pens: one black or blue, the other red. • Good quality calculator • School exercise book for taking notes (60 leaves) 3,600u for each item listed Delta NFWP-SU, 24B High court Road Asaba, Delta State
Printing shops 25 Passbooks 90,000u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Tailors: 3 Fabric money-bags with draw strings: One in one colour for the Social Fund, one in another colour for the Loan Fund and one in the other colour for daily tokens (Dark blue and dark green) 7200u Delta NFWP-SU, 24B High court Road Asaba, Delta State

CONTRACT 2. Procurement of 380 Tablets, Power Bank and Pouch For NFWP-SU

Supplier category Description Units Delivery Location
Tablets 10″-12″ 120Hz Screen Display, 10,000Mah Battery, 8Mp Camera, nano sim, Android 13 and above, 5G Network 8 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
TABLET (372) 10″-12″ Screen Display, 10,000Mah Battery, 8Mp Camera, nano sim, Android 13 and above, 4G Network 372 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Power Banks 20,000 Mah 380 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Pouch High-quality protective pouch compatible with supplied tablets, made of durable and water-resistant material, padded to protect against impact 380 u Delta NFWP-SU, 24B High court Road Asaba, Delta State
Screen Guards CERAMIC 380u Delta NFWP-SU, 24B High court Road Asaba, Delta State
OEM Manufacturer Authorization letter

3. Bidding will be conducted through the Request for Quotation (RFQ) procedures specified in the World Bank Procurement Regulations for IPF Borrowers of September 2025.

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

DELTA STATE MINISTRY OF ENERGY-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

DELTA STATE MINISTRY OF ENERGY
PLANNING, RESEARCH & STATISTICS DEPARTMENT
P.M.B. 95086, ASABA
MINISTERIAL TENDERS’ BOARD SECRETARIAT

INVITATION TO TENDER

Tenders are hereby invited from suitably qualified companies to execute the project listed below:

A. Construction of 33KV Overhead Line and Installation of 1 No. 15MVA, 33/11KV Injection Transformer and Ancillary Materials at Osubi in Okpe Local Government Area (Phase I)

B. Construction of 4 No. 300KVA 11/0.400KV Distribution Transformer Substations and Purchase of 15MVA, 33/11KV Injection Transformer at Osubi in Okpe Local Government Area (Phase II)

2. Tender Application Forms and Documents are to be collected from Tenders Board Secretariat, Ministry of Energy, Asaba, upon non-refundable payment of the prescribed fee as contained in 3(v).

3. Tenders must be accompanied by the following:
i. Evidence of registration with Delta State Government;
ii. Evidence of Registration with Corporate Affairs Commission;
iii. Evidence of valid Tax Clearance Certificate;
iv. Verifiable contact address of Business Office(s)/premises, Utilities Bill etc;
v. Evidence of payment of non-refundable Tender fee of N500,000.00 (Five Hundred Thousand Naira);
vi. Evidence of Professional/Technical Qualifications;
vii. Evidence of Financial capability;
viii. Evidence of previous jobs successfully executed;
ix. Evidence of DSIR Card;

4. Tenderers are advised to visit and inspect the project sites before tendering. For this purpose, tenderers should contact the Director, Planning, Research and Statistics, Ministry of Energy, Asaba for guidance.

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

FEDERAL UNIVERSITY OF AGRICULTURE, BASSAMBIRI (FUAB), YENAGOA, BAYELSA STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

FEDERAL UNIVERSITY OF AGRICULTURE, BASSAMBIRI (FUAB)
P.M.B. 180, YENAGOA, BAYELSA STATE

INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1. INTRODUCTION
Federal University of Agriculture, Bassambiri (FUAB), Bayelsa State, was established in April, 2023 and the Federal Government has appropriated fund under the 2024/2025 Fiscal Year for the procurement of goods, works and services. In compliance with the Public Procurement Act of 2007, the University hereby invites tenders from competent and experienced Suppliers, Contractors and Consultants for the following Projects:

2. SCOPE OF PROCUREMENT
LOT 1 PROCUREMENT OF FOUR (4) UNIT OF 2025 MODEL HILUX 4WD, 2.7 LITRE PETROL ENGINE FOR THE UNIVERSITY
LOT 2 PROCUREMENT OF OFFICE FURNITURE AND FITTINGS FOR THE UNIVERSITY
LOT 3 CONSTRUCTION OF CLASSROOMS/HALLS FOR THE UNIVERSITY
LOT 4 CONSTRUCTION OF AMPHITHEATER FOR THE UNIVERSITY
LOT 5 CONSTRUCTION OF LIASON OFFICE IN YENAGOA FOR THE UNIVERSITY
LOT 6 CONSTRUCTION OF LANDING JETTY ON MAIN COMPUS
LOT 7 CONSTRUCTION OF SCIENCE LABORATORY FOR THE UNIVERSITY
LOT 8 RESURFACING OF ROADS ON COMPUS FOR THE UNIVERSITY (2024/2025)
LOT 9 REHABILITATION OF OFFICE BUILDING FOR THE UNIVERSITY (2024/2025)
LOT 10 PROCUREMENT OF MARINE VESSELS AND ENGINES FOR THE UNIVERSITY
LOT 11 PROCUREMENT OF LIBRARY RESOURCES FOR THE UNIVERSITY
LOT 12 PROCUREMENT OF LAWN MOWERS FOR LANDSCAPING
LOT 13 PROCUREMENT, INSTALLATION, TESTING AND COMMISSIONING OF A POWER GENERATING SET FOR THE UNIVERSITY
LOT 14 PROCUREMENT OF GADGETS FOR UNIVERSITY OFFICIAL CEREMONIES

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7 or Status Report.
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years 2022, 2023 & 2024 valid till 31st December, 2025 with a minimum average annual turnover of ₦50 million only.
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (these requirements are 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 (these requirements are only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is ₦50 million 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 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement (BPP).
g. Evidence of Ownership or Memorandum of Understanding for the Lease of Plants, Machineries and Equipment for Operations (applicable to LOT 3–9).
h. Sworn Affidavit from High Court or Court of Coordinate Jurisdiction.
i. Disclosing whether or not any officer of the relevant Committees of the Federal University of Agriculture, Bassambiri, Bayelsa 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.
ii. That no Director of the company 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.
iii. 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.
iv. That the Company does not have existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
l. Company Audited Accounts for the last three (3) years 2022, 2023 and 2024 valid till 31st December, 2025 duly acknowledged by the NIGERIA REVENUE SERVICE (NRS).
j. Reference Letter from a reputable Commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the projects, if the need arises.
k. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR and Sworn Affidavit are compulsory for each Joint Venture Partner).
l. Evidence of Original Equipment Manufacturers (OEM) Certificate from Manufacturers or Letter of Authorization from Representative(s) in Nigeria (applicable to LOT 1 only). Please, note that only companies included and accredited by the National Automobile Development and Design Council (NADDC) and recognized by the Bureau of Public Procurement (BPP) will be given first recognition.
m. 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 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 officer of the firm.
n. All documents for submission must be arranged in the chronological order as in 3 (a – n) above or automatic disqualification.

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

ETI-OSA LOCAL GOVERNMENT, LAGOS STATE-INVITATION FOR PRE-QUALIFICATION/REQUEST FOR EXPRESSION OF INTEREST

ETI-OSA LOCAL GOVERNMENT
INVITATION FOR PRE-QUALIFICATION/REQUEST FOR EXPRESSION OF INTEREST

1.0. INTRODUCTION
ETI-OSA LOCAL GOVERNMENT in pursuance of its mandate and THEMES Agenda – the six pillar Development plan of Lagos State government, also in compliance with the Lagos State public procurement Law 2021 as amended and in tandem with 2026 capital budgetary provision tag ‘HEYIGA’ of the Local Government.

The Eti-Osa Local Government hereby invites expression of interest from prospective contractors, suppliers, Consultants with the objective of pre-qualifying these Contractors/suppliers/Consultants to develop a data base of service providers with which the Eti-Osa Local Government will partner in subsequent bidding process and Contract awards.

2.0. PRE-QUALIFICATION AREAS
A) WORKS
Lot 1: Rehabilitation/upgrading of roads and bridges
Lot 2: Construction/rehabilitation of roads, culvert and drainages
Lot 3: Construction/Rehabilitation of Local Government Buildings
Lot 4: Construction/rehabilitation of Markets and kick-clap, store
Lot 5: Construction/Rehabilitation of Primary Schools
Lot 6: Construction of Standard bore-hole
Lot 7: Desilting of blocked drainages
Lot 8: Construction/Rehabilitation of Primary health care.

B) GOODS
Lot 1: Supply of official Vehicles, utility vehicles, Ambulance, fire fighter truck and projects vehicles.
Lot 2: Supply of Library Equipment, Books, Educational materials and furniture’s.
Lot 3: Supply of equipment to vocational centers.
Lot 4: Supply of medical equipment to primary health care centers,
Lot 5: Supply of School uniform and Stationaries,
Lot 6: Supply of computer software hardware and accessories.
Lot 7: Procurement and installation of street lights, solar system, transformers.

C) CONSULTING SERVICES
Lot 1: Manpower Training
Lot 2: Professional Consulting Services or Feasibility Studies.

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

DIVISION OF AGRICULTURAL COLLEGES AHMADU BELLO UNIVERSITY, ZARIA-INVITATION FOR PREQUALIFICATION FOR COMPLETION OF CAPITAL APPROPRIATION PROJECT

DIVISION OF AGRICULTURAL COLLEGES
AHMADU BELLO UNIVERSITY, ZARIA
P.M.B. 1082, ZARIA, NIGERIA
FEDERAL MINISTRY OF EDUCATION

INVITATION FOR PREQUALIFICATION FOR COMPLETION OF CAPITAL APPROPRIATION PROJECT

1.0 INTRODUCTION
The Federal Government of Nigeria has allocated additional funds for the year 2025 to Division of Agricultural Colleges, Ahmadu Bello University, Zaria for the execution of Projects (Goods). The Division therefore invites interested, competent and reputable Companies to Tender in respect of a Project under the 2025 Capital Appropriation Projects.

2.0 DESCRIPTION

S/N PROJECT DESCRIPTION
CAPITAL APPROPRIATION PROJECTS
GOODS
LOT 1 SUPPLY OF AGRICULTURAL IMPLEMENTS; PUMPING MACHINES AND PESTICIDES TO FADAMA FARMERS IN WURNO/RABAH FEDERAL CONSTITUENCY, SOKOTO STATE

The Scopes of the above-listed project are detailed in the Standard Bid documents.

3.0 ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services;
b. Evidence of Company’s current Annual Returns;
c. Evidence of Company Income’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2023, 2024 & 2025) valid till 31st December, 2025 with minimum average annual turnover of N50Million;
d. 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);
e. 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);
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 31st December, 2025 or valid Certificate issued by BPP;
h. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Division of Agricultural Colleges 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 the company is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to effectively discharge their responsibility if engaged;
– that no Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter
i. Company’s Audited Accounts for the last three (3) years – (2023, 2024 & 2025);
j. Preference 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. Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs);
m. 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;

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