Background Image

KANO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES (SAPZ) PROGRAMME-INVITATION FOR BIDS (IFB) PROCUREMENT OF STARTER-PACKS TO SUPPORT THE IDENTIFIED MSMSES IN AGRIBUSINESS AND AGRITECH FOR JOB CREATION IN KANO STATE

KANO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES (SAPZ) PROGRAMME
INVITATION FOR BIDS (IFB)
PROCUREMENT OF STARTER-PACKS TO SUPPORT THE IDENTIFIED MSMSES IN AGRIBUSINESS AND AGRITECH FOR JOB CREATION IN KANO STATE

REF NO: KN/SAPZ/IFAD/G0/013/25

1. The “Federal Government of Nigeria” has received financing from the International Fund for Agricultural Development (IFAD), the financing of which is being administered by Kano State Programme Implementation Unit, SAPZ (“the client” or “procuring entity”), and intends to apply a part of the proceeds of the financing to this procurement. The use of any IFAD financing shall be subject to IFAD’s approval, pursuant to the terms and conditions of the financing agreement, as well as IFAD’s rules, policies and procedures. IFAD and its officials, agents and employees shall be held harmless from and against all suits, proceedings, claims, demands, losses and liability of any kind or nature brought by any party in connection with Kano State Special Agro Industrial Processing Zones Programme.

2. The Special Agro Industrial Processing Zones Programme includes an agricultural enterprise development project. The overall goal of SAPZ is to realize a transformed rural economy in which the rural population can derive prosperity and equal benefits. The project development objective is to enhance income, food security and job creation for rural youth and women through Agric enterprise development on a sustainable basis in the Kano State of Nigeria.

3. This invitation for bids (IFB) follows the general procurement notice that appeared in This day and Daily Trust newspapers on 17th April 2023, on the IFAD website and on UNDB on 17th April 2023. the purchaser now invites sealed bids from eligible entities (bidders) for the provision of procurement of starter-packs to support the identified MSMSes in agribusiness and Agritech for job creation in Kano State, to be delivered at Special Agro-Industrial Processing Zones Coordination Office, Kano State No. 127 T/G Shahu Beside Arewa Radio (Wazobia Cool FM) Farm Center Kano, within a delivery period of four weeks (30 days). More details on these goods and related services are provided in the schedule of requirements in this bidding document.

4. This IFB is open to all eligible bidders who wish to respond. Subject to restrictions noted in the bidding document, eligible entities may associate with other bidders to enhance their capacity to successfully carry out the procurement.

5. Bidding will be conducted using the National Competitive Bidding (NCB) method, the evaluation procedure for which is described in this bidding document, in accordance with the IFAD Procurement Handbook which is provided at www.ifad.org/project-procurement. The NCB process, as described, will include a review and verification of qualifications and past performance, including a reference check, prior to the contract award.

6. Please note that a pre-bid conference will not be held as described in the bid data sheet (BDS), Section III of the bidding document.

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

MINISTRY OF INTERIOR, ABUJA-EXPRESSION OF INTEREST (EOI)/ PRE-QUALIFICATION FOR PROCUREMENT OF GOODS, WORKS AND SERVICE FOR THE EXECUTION OF 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
MINISTRY OF INTERIOR
OLD FEDERAL SECRETARIAT, PMB 7007 AREA 1, GARKI, ABUJA
EXPRESSION OF INTEREST (EoI)/ PRE-QUALIFICATION FOR PROCUREMENT OF GOODS, WORKS AND SERVICE FOR THE EXECUTION OF 2025 APPROPRIATION

1.0 INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Ministry of Interior (MOI) in the 2025 Capital Appropriation for the procurement of Goods, Works and Services for the execution of policies, programmes and projects towards achieving the mandate of the Ministry.

Accordingly, MOI wishes to invite qualified, interested and eligible Vendors, Contractors and Consultants/Service Providers to apply for prequalification/expression of interest for the under listed projects:

2.0 SCOPE OF SERVICES, WORKS & GOODS.
The list of works, goods and services to be tendered for are as listed in the table below under appropriate categories.

2.1 EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES

SN LOT PROJECT TITLE/DESCRIPTION
CATEGORY A: CONSULTANCY SERVICES
1 CS – 01 CONSULTANCY FOR THE IMPLEMENTATION OF e -BORDER, e-CORRECTIONAL AND MINISTRY OF INTERIOR DATA CENTER
2 CS – 02 ESTABLISHMENT OF ENTERPRISE CONTENT MANAGEMENT SYSTEM (ECMS) PHASE II
3 CS – 03 E-LIBRARY DEVELOPMENT
4 CS – 04 ESTABLISHEMNT OF ELECTRONIC COMPREHENSIVE FILING, DATABASE (E -REGISTRY), ONLINE PLATFORM LINKAGES AND HIGH-SPEED INTERNET LAN CONNECTIVITY
5 CS – 05 AUTOMATION OF THE CITIZENSHIP & BUSINESS DEPARTMENT PHASE 2
6 CS – 06 DEPLOYMENT OF AN INTERGRATED SECURITY, IDENTITY,AND ACCESS MANAGEMENT SYSTEM
7 CS – 07 IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM (PMS) ENTERPRISES CONTENT MANAGEMENT AND OTHER ACTIVITIES OF FCSSIP SUCCESS PLAN IMPLEMENTATION AND OTHER ACTIVITIES IN THE MINISTRY OF INTERIOR
8 CS – 08 STAKEHOLDERS ENGAGEMENT, SENSITIZATION/ENLIGHTENMENT IN RESOLUTION OF INTER- ETHNIC AND BOUNDARY DISPUTES ACROSS THE 774 LGAS OF THE FEDERATION.
9 CS – 09 ESTABLISHMENT, ACTIVATION AND CORDINATION OF INTER -AGENCY SITUATION ROOM PHASE II & NISPSAS
10 CS – 10 AUTOMATION OF SERVICES OF THE FEDERAL MINISTRY OF INTERIOR
11 CS – 11 DEVELOPMENT AUTOMATION AND DIGITALIZATION OF FINANCE AND ACCOUNTS PAYMENT VOUCHER INTO COMPUTER SOFTWARE
12 CS – 12 COMPUTERIZATION OF REGISTRIES
13 CS – 13 IMPLEMENT DEPLOYMENT OF PERFORMANCE MANAGEMENT SYSTEM AND LICENSE RENEWAL OF OUTSTANDING FINANCIAL ACTIONS TASK FORCE (FATF) RECOMMENDED ACTIONS IN THE MUTUAL EVALUATION REVIEW (MER) ENGAGEMENT
14 CS – 14 ENGAGEMENT OF CONSULTANT FOR THE IMPLEMENTATION OF INTERNATIONAL STANDARD ORGANISATION (ISO) CERTIFICATION OF MINISTRY OF INTERIOR
15 CS – 15 IMPLEMENTATION OF ANTI-CORRUPTION ACTIVITIES IN THE MINISTRY AND ITS AGENCIES
16 CS – 16 DEVELOPMENT OF ELECTRONIC FIXED ASSETS REGISTER
17 CS – 17 DIGITIZATION OF RECORDS AND ESTABLISHMENT OF E-REGISTRY FOR CITIZENSHIP ACTIVITIES
18 CS – 18 DIGITIZATION OF RECORDS AND ESTABLISHMENT OF E -REGISTRY FOR PROCUREMENT DEPARTMENT
19 CS – 19 DEVELOPMENT OF SECURITY FRAMEWORK ON BORDER SURVEILLANCE AND MANAGEMENT
CATEGORY B: PROCUREMENT OF GOODS
1 GS-01 PROCUREMENT OF SECURITY SUPPORT GADGETS/EQUIPMENT TO COORDINATE THE AGENCIES UNDER THE MINISTRY
2 GS-02 PURCHASE OF PROJECT VEHICLES
3 GS-03 PURCHASE OF OFFICE EQUIPMENT
4 GS-04 WORKFLOW AUTOMATION OF PROCUREMENT DEPARTMENT
5 GS-05 PROCUREMENT AND INSTALLATION OF COMPLAINT REPORT FEEDBACK BARCODE SOFTWARE AND INSTALLATION IN THE MINISTRY SERVICE -WINDOWS AND ALL ITS AGENCIES OFFICES NATION WIDE.
6 GS-06 PRINTING OF MARRIAGE CERTIFICATES
7 GS-07 SUPPLY OF BAGS OF 50KG RICE
8 GS-08 SUPPLY OF VEGETABLE OIL
9 GS-09 PROCUREMENT OF INDUSTRIAL WIRELESS COPIERS/PRINTERS/SCANNERS
10 GS-10 PROCUREMENT OF PMS AND OTHER RELATED SOFTWARES
11 GS-11 PROCUREMENT OF DESKTOP COMPUTERS
CATEGORY C: PROCUREMENT OF WORKS
1 WS-01 REHABILITATION AND FURNISHING OF EXISTING FEDERAL MARRIAGE REGISTRY
2 WS-02 REHABILITATION OF MINISTRY BUILDINGS (ZONAL OFFICES AT MINNA, NIGER STATE
3 WS-03 ACQUISITION OF PERMANENT OFFICE BUILDINGS F OR FEDERAL MARRIAGE REGISTRIES IN BENIN, EDO STATE AND IBADAN OYO STATE
4 WS-04 RENOVATION AND UPGRADING OF IKOYI MARRIAGE REGISTRY
5 WS-05 MAINTENANCE/EXPANSION OF SECURITY INFORMATION SYSTEM OF MINISTRY OF INTERIOR/OLD FEDERAL SECRETARIAT AREA 1 ABUJA
6 WS-06 PROVISION OF POWER SYSTEM FOR THE SECURITY UNDER -VEHICLE INSPECTION SYSTEM AT GATE B, FEDERAL SECRETARIAT AREA 1 ABUJA
7 WS-07 CONSTRUCTION OF COMMAND AND CONTROL CENTER, MOI
8 WS-08 REHABILITATION/UPGRADING OF OFFICES
9 WS-09 REPLACEMENT AND REHABILITATION OF MINISTRY OF INTERIOR ROOFS, CEILINGS AND ELECTRICALS OF BLOCK F, BLOCK F EXTENSION AND BLOCK E.
10 WS-10 REHABILITATION OF MINISTRY GUEST HOUSE, IKOYI LAGOS
11 WS-11 PROVISION OF INVERTER POWER SOLAR SYSTEM IN VARIOUS DEPARTMENT OF MOI
12 WS-12 REHABILITATION/UPGRADING OF CAR PARKS

3.0 ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the under-listed requirements to be eligible in this procurement process and arrange in the same sequential order for ease of reference. Failure to fulfil any of the under-listed requirements will render a bid disqualified:
i. Evidence of Certificate of Registration with Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and Form CAC7. Business Name is also acceptable for services;
ii. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the partners in case of Business Name) for the last three years valid till 31st December 2025.
iii. Evidence of current Pension Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
iv. Evidence of current 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 50M and above;
v. Evidence of current National Social Insurance Trust fund (NSITF) Compliance Certificate valid till 31st December 2025;

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

COMMUNITY AID CONNECT INITIATIVE FOR THE NEEDY-INVITATION TO TENDER FOR 2025 PROCUREMENT

COMMUNITY AID CONNECT INITIATIVE FOR THE NEEDY
INVITATION TO TENDER FOR 2025 PROCUREMENT

INTRODUCTION:
Community Aid Connect is a not – for profit organisation engaged in providing access to Basic Education for out of school children in Nigeria.
Community Aid Connect hereby invites interested but competent Printer/Contractors/Suppliers to tender for the supply of following:

LOT 1
200 pcs i-Solar Radio with flashlight, USB, solar panel, & Bluetooth
8,000 packets of Crayons (6 per pack)
1,350 packets of pre-sharpened pencils with cleaner (12 per pack)
8,000 white erasers
600 sharpeners

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

UNICORN AUCTIONS LIMITED-AUCTION SALES OF BUILDING MATERIALS AND OTHER ITEMS IN LAGOS/OGUN

PUBLIC AUCTION!!!

THIS IS TO INFORM THE GENERAL PUBLIC OF THE UPCOMING AUCTION ON BEHALF OF OUR CLIENT; A MAJOR BUILDING MATERIAL MANUFACTURER THAT THERE WILL BE SALES OF THE FOLLOWING ITEMS.

1. GENERAL BUILDING MATERIALS
2. INDUSTRIAL LIGHTS
3. CERAMIC TILES/FLOWER VASES/ ROOFS/ PLATES
4. WASH HAND BASINS
5. WATER CLOSETS
6. STAGE MATERIALS
7. PIPES ETC.

• ALL ITEMS ARE IN 20FT CONTAINERS.
• ALL ITEMS SHALL BE DISPOSED ON ‘AS IS’ BASES BY PUBLIC AUCTION BY UNICORN AUCTIONS LIMITED
• THERE WILL BE 3 DAYS INSPECTION PERIOD BEFORE THE AUCTION.

INSPECTION DATE
WEDNESDAY – 10/12/2025
THURSDAY – 11/12/2025
FRIDAY – 12/12/2025

AUCTION
MONDAY – 15/12/2025

LOCATION:
KM 18, LAGOS/IBADAN EXPRESSWAY, MAGBORO, OGUN STATE.

PLEASE TAKE NOTE:
1. NEITHER OUR CLIENT NOR OUR COMPANY WILL PROVIDE ANY ASSISTANCE (MANPOWER OR MECHANICAL) FOR REMOVAL OR EVACUATION OF ANY OF THE ITEMS WON BY ANY BIDDER.
2. SUCCESSFUL BIDDERS WILL BE REQUIRED TO MAKE FULL PAYMENT IMMEDIATELY BY BANK TRANSFERS OR POS. CHEQUE WILL NOT BE ACCEPTED.
3. ITEMS PURCHASED MUST BE REMOVED FROM THE AUCTION LOCATION WITHIN 48 HOURS ON RECEIPTS OF PAYMENTS BY THE AUCTIONEER AND DOCUMENTED HANDOVER OF ITEMS TO SUCCESSFUL BIDDERS.
4. RETURN OF PAID ITEMS NOT ALLOWED.

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

MINISTRY OF INTERIOR (MOI)-EXPRESSION OF INTEREST (EoI)/ PRE-QUALIFICATION FOR PROCUREMENT OF GOODS, WORKS AND SERVICE FOR THE EXECUTION OF 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIAMINISTRY OF INTERIOROLD FEDERAL SECRETARIAT, PMB 7007 AREA 1, GARKI, ABUJA EXPRESSION OF INTEREST (EoI)/ PRE-QUALIFICATION FOR PROCUREMENT OF GOODS, WORKS AND SERVICE FOR THE EXECUTION OF 2025 APPROPRIATION 1.0 INTRODUCTIONThe Federal Government of Nigeria has allocated Funds to the MINISTRY OF INTERIOR (MOI)...

Read More

IFAKO IJAIYE LOCAL GOVERNMENT, LAGOS STATE-INVITATION FOR BIDS FOR VARIOUS CONSTRUCTION WORKS

IFAKO IJAIYE LOCAL GOVERNMENT
INVITATION FOR BIDS (IFB)

1.0 INTRODUCTION
Ifako Ijaiye Local Government among other things is statutorily responsible for the construction, rehabilitation and maintenance of Roads, Schools, Hospitals. Primary Health care for the benefit of citizenry. Consequently, the management has approved the projects as presented in the table below:

2.0 PROJECTS

Lot Description Location Bid security Delivery period
1 Construction of Drains and Road surfacing at Otunubi street Ifako 1% bid price from reputable bank or insurance company 6 months
2 Construction of Drains and Road surfacing at oloyede street Obawole 1% bid price from reputable bank or insurance company 6 months
3 Construction of drains and Road surfacing at sonetire street Ifako 1% bid price from reputable bank or insurance company 6 months
4 Construction of drains and Road surfacing at Apostle Famuyiwa street Ifako 1% bid price from reputable bank or insurance company 6 months
5 Construction of Primary Health Center for at Ajilete, Ifako Ifako 1% bid price from reputable bank or insurance company 18 months
6 Construction of Drains and Road surfacing at Salako street Ifako 1% bid price from reputable bank or insurance company 6 months
7 Construction of Drains and Road surfacing at Tolwo Shitta street Ifako 1% bid price from reputable bank or insurance company 6 months
8 Construction of Drains and Road surfacing at Adewale Adegun street Ifako 1% bid price from reputable bank or insurance company 6 months
9 Construction of Drains and Road Surfacing at Idowu Shogbode street Ifako 1% bid Price from reputable bank or insurance company 6 months
10 Reconstruction of the vocational centre at Ajewon, Lagos 1% bid price from reputable bank or insurance company 9 Months

Bidding will be conducted through National competitive Bidding (NCB) procedures as specified in the Lagos State Public Procurement Agency guideline for Goods, Works and Services and are open to all bidders as defined in the guideline

Ifako Ijaiye Local Government now invite sealed bids from eligible and qualified contractors for the above contract as detailed in the biding document.

Evaluation will be done on Lot bases and bidders shall not bid for more than two (2) Lots

3.0 QUALIFICATION REQUIREMENTS/ELIGIBILITY CRITERIA
1. Evidence of Registration with the corporate Affairs commission (CAC) with the inclusion of certificate of incorporation and article of association
2. Last three years(3) company Tax Clearance Certificate (2022,2023,2024)
3. Possession of experience as a prime contractor in at least three (3) projects of similar nature and complexity carried out within the past (5 Years) with verifiable letter of contract of award and certification of job completion.
4. Detailed Company Profile and organizational structure including names and telephone numbers of key personnel (Technical and managerial)
5. Evidence of financial capability (Reference Letter from Reputable Bank)
6. Copies of vat registration with TIN number and evidence of VAT remittances for last three(3) years
7. Company audited account for the last three years(2022-2024)
8. Evidence of three years personal income tax clearance (2022-2024) of two directors.
9. Evidence of three years Development levy for two(2) directors
10. Evidence of Registration with Public Procurement Agency and Ifako Ijaiye Local Government in appropriate class and category

4.0 IMPORTANT INFORMATION
i. Additional Details are provided in the Bidding document
ii. All claims must be adequately substantiated with document and must be verifiable
iii. Ifako Ijaiye Local Government shall deal directly with only the authorize officers of interested company and not their agents
iv. This bidding exercise shall not be construed as a commitment on the part of the Ifako Ijaiye Local Government to award the contract to anyone or even award any contracts at all
v. Ifako Ijaiye Local Government will not be responsible for any cost incurred by any interested party i.e in connection with site inspections or responses to this invitation.
vi. Sworn affidavit that all document submitted are genuine
vii. Ifako Ijaiye Local Government reserve the right to annul the selection process at any time without incurring any liabilities and attributing any reason thereof
viii. Late submission will be rejected.

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

PLATEAU STATE POLYTECHNIC, JOS, PLATEAU STATE-INVITATION TO BID FOR YEAR 2025 SPECIAL INTERVENTION

PLATEAU STATE POLYTECHNIC
P.M.B 02023, BARKIN LADI, JOS, PLATEAU STATE
OFFICE OF THE RECTOR
INVITATION TO BID FOR YEAR 2025 SPECIAL INTERVENTION

1. INTRODUCTION
Plateau State Polytechnic, Barkin-Ladi desires to execute the year 2025 TETFund special Intervention. The institution therefore solicits for a reputable and proven contractors to submit pre-qualification and tender documents (Technical and Financial Bids) for the upgrade of laboratory and Workshop Equipment.

2. SCOPE OF WORK
Procurement, Installation, Testing and Commissioning of Laboratory Equipment for Various Department as contained in TETFund AIP LOT 1 2025v/ FY735.

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents for pre-qualification:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2024; with minimum average annual turnover of N50 million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (applicable where number of staff is at least 3);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (applicable where number of staff is at least 5 or at least N 50m turnover);
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 31/12/2025 or valid Certificate issued by BPP.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Plateau State Polytechnic, Barkin-Ladi 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;
– No director of the Company has been convicted of procurement fraud in any country;
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.
k. 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;
l. 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)
m. For joint venture/partnership, memorandum of understanding (MoU) should be provided indicating among others the lead partners (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

INSTITUTE OF HUMAN VIROLOGY, NIGERIA-INVITATION TO BID FOR THE SUPPLY OF CLINICAL ITEMS UNDER GF N-THRIP GRANT

INSTITUTE OF HUMAN VIROLOGY, NIGERIA
INVITATION TO BID
BID TITLE: SUPPLY OF CLINICAL ITEMS UNDER GF N-THRIP GRANT

1. Introduction The Institute of Human Virology, Nigeria (IHVN) is a leading local non-governmental organization implementing HIV/AIDS, tuberculosis, malaria, research, and non-communicable disease projects in Nigeria through the development of infrastructure for treatment, care, prevention, and support for people living with and those affected by these diseases.

2. Background The Institute of Human Virology, Nigeria (IHVN) was established in 2004 as a local organization to address the HIV/AIDS crisis in Nigeria through the development of infrastructure for treatment, care, prevention, and support for people living with those affected by HIV/AIDS but has now expanded its services to other infectious diseases of TB and malaria, including cancers. IHVN is structured to develop and maintain linkages with local and international organizations in collaborative ways that support the Government of Nigeria’s health sector strategic plans. IHVN’s key technical and funding partners are the Centers for Disease Control and Prevention (CDC) and the Global Fund to Fight AIDS, Tuberculosis, and Malaria.

3. Scope of Bid Bidders are invited to submit a Bid for the goods and/or services specified above, in accordance with the schedule of requirements.

4. Invitations to Bidding IHVN is soliciting interest from reputable bidders and organizations with relevant experience in carrying out services listed on our Invitation To Bid (ITB) during the project implementation period.

To be eligible to participate in the bidding process, interested organizations are required to provide the following information: The following will constitute the pre-selection criteria on a Yes or No basis:
• Bids must be properly sealed.
• Availability of a Company profile which should introduce your business’s mission, goals, vision, and history.
• All Bidders must include copies of FIRS tax clearance certificates for the past three years i.e., 2022, 2023 & 2024.
• Availability of audited financial statements for the last 3 years i.e., 2022, 2023 & 2024.
• All bidders must provide verifiable documentary evidence of the execution of at least three (3) Contracts for Supply of Clinical items, two of which must have been in the last five (5) years. Copy of award letters and delivery certificate where applicable are to be enclosed.
• All bidders must provide proof of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Form CAC2 and CAC7.
• Bank Reference Letter addressed to IHVN for the purpose of this bid.
• Current Sworn Affidavit certifying as follows:
I. The company is not in receivership, subject to any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
II. 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 or criminal misrepresentation or falsification of facts relating to any matter.
III. That no officer of IHVN is a former or present director or shareholder of the company or has any pecuniary interest in the bidder.
IV. That all information presented in the documents is true and correct in all particulars.
• All bidders must indicate their bid validity period. The bid validity period will be 60 days, starting from the date of the deadline for submission of the bids.
• All bidders must submit original copy of bid security in the value of 2.5% of bidders’ quote..

5. Technical Criteria:
• Bidders must indicate the brand of item against every bided item and please note that physical sample may be required for verification at the time of bid evaluation. Any quote without brand specification will not be considered.
• Quoted items will be required to meet the technical specifications as only items that meet the specifications are technically qualified to proceed to the financial stage.
• NAFDAC registration numbers must be provided as part of technical specifications where applicable.
• The shelf life of quoted items must be provided as part of technical specifications where applicable and our preference is at least 24 months.

6. Submission Requirements
• All interested bidders can download the BID document at www.ihvnigeria.org

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

KADUNA STATE LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT (LPRES) PROJECT-INVITATION FOR BIDS FOR THE EXECUTION OF PROJECTS

KADUNA STATE COORDINATION OFFICE
LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT (LPRES) PROJECT
REQUEST FOR BID (RFB)
RFB NO.: NG-KADUNA L-PRES-493478-CW-RFB
CREDIT NO. 7057 – NG
INVITATION FOR BIDS

1. Rehabilitation of Veterinary Clinics (Saminaka, Kafanchan and Magajin Gari),
2. Construction of 4 Cattle Dips for Sedentary Pastoralist Communities – (Tudun Wada Mariri, Baban Ruga Amana, Kurmin Kaduna and Tohu) and
3. Construction of 10 Slaughterhouses.

The Kaduna State Government through the Federal Government of Nigeria has received a credit from the International Development Association (herein referred to as IDA) towards the cost of Livestock Productivity and Resilience Support (LPRES) Project, and it intends to apply part of the proceeds of this credit to eligible payments under the contracts for the following:
a. Rehabilitation of Veterinary Clinics (Saminaka, Kafanchan and Magajin Gari),
b. Construction of 4 Cattle Dips for Sedentary Pastoralist Communities – (Tudun Wada Mariri, Baban Ruga Amana, Kurmin Kaduna and Tohu) and
c. Construction of 10 Slaughterhouses in Kaduna State.

The Kaduna State Livestock Productivity and Resilience Support (LPRES) Project is now inviting sealed bids from eligible and qualified bidders for the:
Lot 1: Rehabilitation of Veterinary Clinics (Saminaka, Kafanchan and Magajin Gari),
Lot 2: Construction of 4 Cattle Dips in Sedentary Pastoralist Communities – (Tudun Wada Mariri, Baban Ruga Amana, Kurmin Kaduna and Tohu)
Lot 3: Construction of 10 Slaughterhouses in Kaduna State,
as described below:

LOT  NAME OF SITE (CLUSTER) LOCAL GOVT AREA POSSIBLE SITES BID SECURITY AMOUNT (NGR NAIRA) COMPLETION PERIOD
1 Rehabilitation of Veterinary Clinics Lere, Jama’a and Kaduna North Saminaka, Kafanchan and Magajin Gari 6,158,133.00 6 months
2 Construction of 4 Cattle Dips for Sedentary Pastoralist Communities. Lere, Sabon Gari, Igabi and Kachia Tudun Wada Mariri, Amana, Kurmin Kaduna and Tohu 2,520,000.00 6 months
3 Construction of 10 Slaughter Houses B/Gwari, Kubau, Kagarko, Igabi, Giwa, Kudan, Lere, Chikun and Zangon Kataf B/Gwari, Anchau, Kagarko, Jaji, Giwa, Kudan, Zango Kataf Urban, Kujama, Mariri and Katsit International Pig Market Kafanchan 21,000,000.00 6 months

1. Bidding will be conducted through the Request for Bids (RFB) procedures specified in the World Bank’s Guidelines for Procurement of Civil Works under IBRD Loans and IDA Credits and is open to all bidders from eligible Source Countries as defined in the Guidelines.

Interested eligible bidders may obtain further information from and inspect the bidding document at the Kaduna State Livestock Productivity and Resilience Support Project (LPRES) Project at the address given below from 10.00hrs to 16.00hrs, Monday to Thursday.

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

GWARAM LOCAL GOVERNMENT, JIGAWA STATE-INVITATION TO TENDER FOR PRE-QUALIFICATION/FINANCIAL BIDS

GWARAM LOCAL GOVERNMENT, JIGAWA STATE
INVITATION TO TENDER FOR PRE-QUALIFICATION/FINANCIAL BIDS

PREAMBLE:
In compliance with the Jigawa State Procurement process, Gwaram Local Government wishes to Notify interested bidders of its intention for the construction of the District Head house at Fagam phase one.

PROJECT SCOPE:
Lot 1. Construction of District Head House Fagam phase at Fagam Town in GWARAM LGA

3.ELIGIBILITY REQUIREMENTS
Interested competent and reliable contractors are required to provide verifiable evidence including ,but not limited to the following documents: Certificate of incorporation with cooperate affairs Commission. That the Company average annual turn over not less than N100,000,000.00 for lor 1 Certified true copy of Memorandum and Article of Association 2. Evidence of registration with Jigawa State Works registration Unit Tax Clearance certificate for the last three (3) year Audited account for the last one (1) year VAT registration and evidence of past remittance. Evidence of financial capability and banking support Evidence of similar project executed (letter of award and completion certificate) at least three (3) in the last Five years; That the company have fulfilled all obligations to pay Taxes, pensions and social security contributions A sworn affidavit certifying as follows That the document submitted for the pre-qualification exercise are not only genuine but correct That none of the directors of the company has been convicted by any court of Law That the company is not bankrupt That none of the officers of Gwaram Local Government is a present or former director of the company Any other relevant information that will help in determining the company’s suitability for the work. Any prospective bidder that does not possess any of the above documents need not to be apply.

COLLECTION OF TENDER DOCUMENT
Interested bidders are to collect the tender documents from the office of the Director Planning, Research and Statistics Gwaram Local government, from the date of publication of this advert and between the hours of 09.00 am and 5.00 pm daily after a payment of a non-refundable fee of N300,000.00

SUBMISSION OF TENDER DOCUMENT
Technical and Financial bids shall be submitted in two different sealed envelopes and level”Technical Bid”and”Financial Bids”respectively with the company’s name indicated at the back of each envelope.Both envelope should be placed in a sealed third envelope addressed and delivered to the office of the Director Planning Research and Statistics, Gwaram Local Government, and not later than 15 December 2025 By 12.00 pm noon. All documents for submission must be transmitted with a forwarding letter duly signed by the company representative under the company’s letter headed paper bearing the CAC registration number(RC), contact address, telephone number(preferably GSM No) and Email address. The financial bid should contain a bid security of not less than 2% of the quoted bid by way of Bank grantee or insurance bond issued by reputable bank or insurance company acceptable by the procuring Entity. The bid validity period should be 42 days from the date line of the bid sub mission at 12:00 noon.

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