Background Image

FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION & DIGITAL ECONOMY-REQUEST FOR EXPRESSIONS OF INTEREST FOR LEGAL ADVISOR

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION & DIGITAL ECONOMY
FEDERAL SECRETARIAT COMPLEX PHASE I, ANNEX III, SHEHU SHAGARI WAY, FCT NIGERIA.
REQUEST FOR EXPRESSIONS OF INTEREST FOR LEGAL ADVISOR
BUILDING RESILIENT DIGITAL INFRASTRUCTURE FOR GROWTH – BRIDGE
PROJECT NUMBER: P508383
ASSIGNMENT TITLE: ENGAGEMENT OF LEGAL ADVISOR
REFERENCE NO. (AS PER PROCUREMENT PLAN): NG-FMCIDE-504381-CS-QCBS

The Federal Government of Nigeria (the “Government”) has applied for financing from the World Bank towards the cost of the ‘Building Resilient Digital Infrastructure for Growth – Bridge’, a Project aimed at deploying a 90,000km Fibre Optic Network. This will be structured as a Public Private Partnership (PPP) implemented through a Special Purpose Vehicle (the “SPV”) company. The Government intends to apply part of the proceeds for Legal Advisory consulting services.

The consulting services (the “Services”) will support the successful procurement of private sector investors (“Private Partner”) for the Project and ensure that the financial and commercial structuring of the SPV is robust and operationally sustainable. The Legal Advisor (the “Consultant”) will be responsible for structuring the SPV, investor engagement, and transaction execution. Key responsibilities include advising on governance and regulatory compliance, drafting essential project agreements, and supporting the procurement and negotiation processes. The role of the Legal Advisor will conclude upon successful formation and capitalisation of the SPV. The assignment is expected to last for a duration of 12 months.

The detailed Terms of Reference (TOR) for the assignment can be found at the following link:
HTTPS://B.LINK/TOR-LEGAL-ADVISOR

The Federal Ministry of Communications, Innovation and Digital Economy now invites eligible consulting firms to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant

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

NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY-ADDENDUM TO INVITATION TO TENDER

NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY
PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET,
AREA11 GARKI, ABUJA
ADDENDUM TO INVITATION TO TENDER

Sequel to the advertisement published by the National Primary Health Care Development Agency in Federal Tenders Journal, Daily Trust and Vanguard Newspapers of Monday, June 23rd 2025 respectively, Closing and Opening of Lots NPHCDA/2025/11/1 TO NPHCDA/2025/16 has been extended by three (3) weeks.

Consequently, the new deadline for submission of bids for the above stated Lots is 12noon, Monday 18th August 2025.

The bids shall be opened immediately after the deadline for submission on Monday 18th August 2025.

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

FEDERAL COLLEGE OF EDUCATION, OKENE, KOGI STATE-INVITATION TO TENDER

FEDERAL COLLEGE OF EDUCATION
P.M.B 1026, OKENE, KOGI STATE
INVITATION TO TENDER

1.0 INTRODUCTION
The Federal College of Education, Okene wishes to invite competent/qualified and experienced contractors who may wish to pre-qualify and tender for the 2025 Capital Projects and year 2023-2025 TETFUND Intervention for Library Development projects below:

2.0 SCOPE OF SUPPLY

CATEGORY A: WORK
LOT NO. PROJECT TITLE
1 RENOVATION AND FURNISHING OF OLD ADMINISTRATIVE BLOCK
2 CONSTRUCTION OF CENTRAL STORE/RENOVATION OF OLD STORE
3 COMPLETION OF ADMINISTRATIVE BLOCK

CATEGORY B: SUPPLIES/GOODS
LOT NO. PROJECT TITLE
1 PROCUREMENT OF ASSORTED BOOKS AND JOURNALS
2 PROCUREMENT OF KOHA INSTALLATION ONLINE
3 PROCUREMENT OF LIBRARY EQUIPMENT

3.0 ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC_ or CAC_ and CAC_;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years 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.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal College of Education, Okene 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;
– That the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024, duly acknowledged by the Federal Inland Revenue Service (FIRS);
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 executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. 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.

4.0 COLLECTION OF TENDER DOCUMENTS
The Interested bidders are to collect the Standard Bidding documents from the office of the Head of Procurement (Procurement Department) of the College at a non-refundable tender fee of Twenty Thousand Naira (N20,000.00) payable to Federal College of Education, Okene’s TSA in any reputable Commercial Bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS.
Completed Technical and Financial documents must be in two (2) separate envelopes each appropriately labelled Technical Bid and Financial Bid, sealed and put in a large envelope for submission and addressed to: The Provost, Federal College of Education, Okene, Kogi State. The envelope should be clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box not later than 12:00 noon, Monday, 18th August, 2025.

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

AJAOKUTA STEEL COMPANY LIMITED-INVITATION TO TENDER FOR PROJECTS UNDER THE 2025 CAPITAL APPROPRIATION

AJAOKUTA STEEL COMPANY LIMITED
HEADQUARTERS: P.M.B 1000, MAIN ADMINISTRATION & WELFARE BUILDING,
AJAO KUTA, KOGI STATE, NIGERIA
WEBSITE: www.ajaokutasteel.com.ng
INVITATION TO TENDER FOR PROJECTS UNDER THE 2025 CAPITAL APPROPRIATION

1. PREAMBLE:
The Ajaokuta Steel Company Limited (ASCL), a Federal Government wholly owned enterprise under the Federal Ministry of Steel National Budget and hereby invites reputable and competent interested Contractors to submit Technical and Financial Bids for the following projects:

2. PROJECTS:
CATEGORY A: GOODS

S/N LOT NUMBER PROJECT DESCRIPTION TENDER FEES
1. NCB/G/LOT 1A/2025 Procurement of Aluminium Sulphate (Alum) 17% Kibbed and Chlorine Dioxide for Water Treatment Plants N15,000.00
2. NCB/G/LOT 1B/2025 Procurement of Pumps, Valves, Bearings and other critical Operational Items Required for provision of Water in ASCL N15,000.00
3. NCB/G/LOT 2/2025 Procurement of Armoured Power Cables, Raychem Cable Kits, High Voltage Testing Equipment and other 11kV Electrical Items for Maintenance of Power Facilities in ASCL N15,000.00
4. NCB/G/LOT 3/2025 Procurement of Illumination/Lighting, Safety And Security Items for ASCL N15,000.00
5. NCB/G/LOT 4/2025 Computerization of Finance and Account Department in Compliance With IPSAS N15,000.00

CATEGORY B: WORKS

S/N LOT NUMBER PROJECT DESCRIPTION TENDER FEES
1. NCB/W/LOT 1/2025 Repair of Main Substation and Distribution System (MSDS) II Building of Power Department N15,000.00
2. NCB/W/LOT 2/2025 Repair of Roads, Drainages and Collapsed Culverts in Ajao kuta – Steel Territory N15,000.00
3. NCB/W/LOT 3/2025 Supply and Installation of All-In-One Solar Street Light (150 Watts) across some selected Communities in Niger East Senatorial District N15,000.00
4. NCB/W/LOT 4/2025 Supply and Installation of All-In-One Solar Street Light (150 Watts) in some selected Communities across Kwara North Senatorial District N15,000.00

3. ELIGIBILITY REQUIREMENTS
Interested and competent Contractors and Suppliers wishing to carry out any of the projects listed above are required to submit the following documents. Failure to fulfill any of the under-listed requirements will render a bid disqualified:

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

FEDERAL TEACHING HOSPITAL, BIRNIN KEBBI-INVITATION TO PREQUALIFICATION/TENDER AND EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

FEDERAL TEACHING HOSPITAL, BIRNIN KEBBI
ALONG DUKKU BARRACK ROAD, BIRNIN-KEBBI, P.M.B. 1126, KEBBI STATE.
www.fmcbirninkebbi.gov.ng

INVITATION TO PREQUALIFICATION/TENDER AND EXPRESSION OF INTEREST

1.0 INTRODUCTION
The Federal Teaching Hospital Birnin Kebbi is a tertiary healthcare institution established to deliver specialized health services, training and research in a timely, efficient and economic manner. The FGN has allocated public funds for its 2025 capital projects. Experienced and reputable Contractors are hereby invited to submit bids for the following procurements.

2.0 SCOPE OF WORKS/SUPPLY

LOTS PROJECT TITLE
GOODS
Lot – 1 Procurement of Anesthesia and ICU Equipment
Lot – 2 Supply and Installation of Theatre Equipment
Lot – 3 Furnishing and Equipping of Maternity Complex
Lot – 12 Equipping of Eye Specialty Complex
Lot – 14 Procurement and Installation of 250KVA Generator
Lot – 16 Equipping of Laundry Block
Lot – 17 Procurement of Ambulance Vehicle
Lot – 19 Furnishing of New Administrative Building
Lot – 21 Provision of Solar and Mechanical Equipment at New Administrative Building
Lot – 23 Provision of Personal Protective Equipment
Lot – 26 Supply and Installation of Trauma and Orthopedic Wards Equipment
Lot – 27 Procurement of Utility Vehicles
Lot – 28 Supply and Installation of Imaging Equipment and Accessories
Lot – 29 Supply and Installation of Security and Surveillance Equipment
Lot – 30 Supply of Hospital Furniture and Equipment
Lot – 31 Supply and Installation of Laboratory Equipment
Lot – 32 Free Medical Outreach in Koko-Besse/Maiyama (Constituency Project)
Lot – 33 Provision of Eye Screening and Eye Glasses in Argungu (Constituency Project)
Lot – 34 Empowerment for Women & Widows in Kebbi South Senatorial District (Constituency Project)
Lot – 35 Medical Outreach in Koko-Besse/Maiyama (Constituency Project)

WORKS
Lot – 13 Upgrading and Furnishing of Hospital Auditorium
Lot – 15 Construction of Laundry Block
Lot – 18 Provision of Water Reticulation System
Lot – 20 Power Infrastructure Upgrade and Construction of Dedicated Line
Lot – 25 Rehabilitation of Hospital Existing Structures

CONSULTANCY SERVICES
Lot – 22 Human Capital Development
Lot – 24 Automation of Hospital Management Information System

PREQUALIFICATION
Lot-4A Construction of 100 Bedded Burns Unit
Lot-6A Construction of Ultra Modern Dialysis Complex
Lot-8A Construction of Intensive Care Unit

3.0 ELIGIBILITY REQUIREMENTS
Suitable qualified companies are invited to submit two (2) bound copies of tender documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including for CAC1.1 or CAC2 and CAC7.
b) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025 with a minimum annual turnover of N200m for works project (as stated in the TCC & concurrent with the audited accounts)
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 Firm’s 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) Sworn Affidavit:
i. disclosing whether or not any officer of the relevant committees of the Federal Medical Centre, Birnin Kebbi 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 the Company is not in receivership or about to be in receivership or not a replacement for a hitherto tax defaulting company;
iii. That the company is not subject to any form of insolvency or bankruptcy proceedings or the subject of winding down petitions or proceedings;
iv. Not to have any Director who has been convicted in any country for criminal offences relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
h) Company’s audited accounts for the last three (3) years (2022, 2023 and 2024);
i) Reference letter from a reputable Commercial Bank in Nigeria clearly indicating willingness to provide credit facility for the execution of the project;
j) Company’s profile with Curriculum Vitae of Key Staff to be deployed for the project (to include certified product specialists/Bio-Medical Engineers), including copies of Academic/Professional Certificates such as COREN, QSRBN, COBON, etc;

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

FEDERAL UNIVERSITY OF AGRICULTURE, ABEOKUTA-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

FEDERAL UNIVERSITY OF AGRICULTURE, ABEOKUTA
ALABATA ROAD, P.M.B. 2240, ABEOKUTA

INVITATION TO TENDER

1. INTRODUCTION
The Federal University of Agriculture, Abeokuta, (FUNAAB) is desirous of undertaking Bids exercise (Technical and Financial) for the under-listed projects. Consequently, the University wishes to invite reputable contractors to bid for the following projects.

2. SCOPE OF WORK

LOT PROJECT CATEGORY LOCATION
1 Networking of New 240 capacity Computer Laboratory Goods FUNAAB
2 Upgrade and Extension of University Portal Management System Goods FUNAAB
3 Procurement of Library Books and E-Resources Goods FUNAAB
4 Supply and Installation of Library Equipment Goods FUNAAB
5 Supply and Installation of Library Furniture Goods FUNAAB

3. ELIGIBILITY REQUIREMENTS:
Interested bidders are required to submit two (2) bound tender documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:

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

FEDERAL UNIVERSITY OF AGRICULTURE, ABEOKUTA-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

FEDERAL UNIVERSITY OF AGRICULTURE, ABEOKUTA
ALABATA ROAD, P.M.B. 2240, ABEOKUTA

INVITATION TO TENDER

1. INTRODUCTION
The Federal University of Agriculture, Abeokuta, (FUNAAB) is desirous of undertaking Bids exercise (Technical and Financial) for the under-listed projects. Consequently, the University wishes to invite reputable contractors to bid for the following projects.

2. SCOPE OF WORK

LOT PROJECT CATEGORY LOCATION
1 Networking of New 240 capacity Computer Laboratory Goods FUNAAB
2 Upgrade and Extension of University Portal Management System Goods FUNAAB
3 Procurement of Library Books and E-Resources Goods FUNAAB
4 Supply and Installation of Library Equipment Goods FUNAAB
5 Supply and Installation of Library Furniture Goods FUNAAB

3. ELIGIBILITY REQUIREMENTS:
Interested bidders are required to submit two (2) bound tender documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
a. Evidence of Company Registration with Corporate Affairs Commission (CAC) including forms CAC2 and CAC7;
b. Evidence of Company Tax Clearance Certification for the last three (3) years valid till 31st December, 2025.
c. Evidence of Pension Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. 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 bidder’s annual Turnover is N50million and above);
e. Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid 31st December, 2025

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

PLATEAU STATE UNIVERSITY, BOKKOS-INVITATION TO TENDER FOR THE YEAR 2025 TERTIARY EDUCATION TRUST FUND ZONAL INTERVENTION

PLATEAU STATE UNIVERSITY, BOKKOS
www.plasu.edu.ng
INVITATION TO TENDER FOR THE YEAR 2025 TERTIARY EDUCATION TRUST FUND ZONAL INTERVENTION

1. INTRODUCTION
The Plateau State University Bokkos intends to execute the Year 2025 Tertiary Education Trust Fund Zonal Intervention. In compliance with the provisions of the Public Procurement Act, 2007, the University hereby invites reputable Firms with proven experience to submit both Technical and Financial bids for the under-listed projects:

2. SCOPE OF WORK:
LOTS | DESCRIPTION OF WORK
1 | Supply, Installation, Testing and Commissioning of Laboratory Furniture
2 | Supply, Installation, Testing and Commissioning of Laboratory Equipment

3. ELIGIBILITY REQUIREMENTS
Interested companies should submit the following:
a) Evidence of Registration/Incorporation with the Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7;
b) Evidence of Company income’s tax clearance certificate for the last three (3) years with an average turnover of N600M.
c) Evidence of Current Pension Compliance Certificate valid till 31st December, 2025
d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate Valid till 31st December, 2025
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate Valid till 31st December, 2025
f) Evidence of registration on the National Data Base of Contractors, consultants and service providers by BPP or copy of Interim Registration Report (IRR)/Registration with BPP valid to 31st December, 2025
g) Valid Sworn Affidavit disclosing:
– Disclosing whether or not any officer of the relevant committees of the Plateau State University, Bokkos 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 fact relating to any matter
– That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings
– That the company does not have existing loan or financial liability with a Bank, other financial Institution or third party that is classified as doubtful, non-performance, bad or whose payment portion has been outstanding for the last four (4) months.
h) Current Company’s audited account duly stamp and signed by ANAN/ICAN for the last three (3) years.
i) Evidence of financial capability to execute the projects, Bank reference and a commitment to provide facility for the execution of the project when awarded;
j) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letter of Awards, Valuation Certificates and job Completion Certificates;
k) Current Company’s profile with List of key managerial, technical and administrative staff of the company. This should include names/qualifications, curriculum vitae and copies of certificates and professional certificates of their registration.
l) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
m) All documents for submission must be transmitted with a covering/forwarding letter under the company/firm’s letter headed paper bearing among others: the Registration Number, (RC) as issued by Corporate Affairs Commission (CAC) contact address, telephone number (preferable GSM No.).

4. TENDERS FEE:
A non-refundable Tender fee of N10,000.00 only should be paid by each bidder before collection of bidding documents. The tender fee should be paid into the Plateau State University, Bokkos TSA account and evidence of payment should be taken to the Bursary Department for confirmation.

5. COLLECTION OF BID DOCUMENTS:
Interested Companies are to collect the Standard Bidding Documents (SBDs) from the office of the Head of Procurement Unit, Plateau State University Bokkos with evidence of payment of the Tender fees.

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

NATIONAL COMMISSION FOR REFUGEES, MIGRANTS AND INTERNALLY DISPLACED PERSONS, (NCFRMI)-EXPRESSION OF INTEREST/INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

NATIONAL COMMISSION FOR REFUGEES, MIGRANTS AND INTERNALLY DISPLACED PERSONS, (NCFRMI)
EXPRESSION OF INTEREST/INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1. INTRODUCTION
The National Commission for Refugees, Migrants and Internally Displaced Persons (NCFRMI), pursuant to its mandate of providing Care and Maintenance, Durable Solution, Rehabilitation and Resettlement of persons of Concerns (PoCs) in Nigeria intends to procure Goods, Works and Services for the execution of various projects under its 2025 Appropriation.

The Commission hereby invites interested and suitably qualified and competent Suppliers, Contractors, Vendors and Consultant with requisite expertise and experience to Tender and submit Expression of Interest (EOI) for the procurement of the following projects:

LIST OF CAPITAL PROJECTS UNDER THE NATIONAL COMMISSION FOR REFUGEES, MIGRANTS AND INTERNALLY DISPLACED PERSONS 2025 APPROPRIATION

2. SCOPE OF GOODS, WORKS AND SERVICES

A: PROCUREMENT OF GOODS UNDER THE 2025 CAPITAL PROJECTS

LOT PROJECT DESCRIPTION
A1 PROVISION OF EMPOWERMENT ITEMS IN OYO STATE
A2 PROVISION OF EDUCATION INSTRUCTION MATERIALS TO SCHOOLS IN SARDUAUNALGA, JARABA STATE
A3 PROVISION OF INSTRUCTIONAL MATERIALS IN KATSINA STATE
A4 PROVISION OF INSTRUCTIONAL MATERIALS IN BORNO STATE
A5 AGRIC EMPOWERMENT FOR IDPS IN MUHAMMADU BUHARI STATE
A6 PROVISION OF EMPOWERMENT ON FISH FARMING FOR HAKASSI RETURNES IN CALABAR, CROSS RIVER STATE
A7 RELIEF MATERIALS AND RETURNEE PACKS FOR RETURNES IN LAGOS, KANO AND ABUJA
A8 AGRIC IMPLEMENT AND INPUTS IN LAGOS STATE
A9 AGRIC IMPLEMENT AND INPUTS IN MAKURDI, JENUI STATE
A10 AGRIC IMPLEMENT AND INPUTS IN MAIDUGURI, BORNO STATE

B: PROCUREMENT OF WORKS UNDER THE 2025 CAPITAL PROJECTS

LOT PROJECT DESCRIPTION
B1 REHABILITATION OF IDPS CENTRES IN GUSAL, ZAMFARA STATE
B2 TRAINING OF SKILLS ACQUISITION CENTRE IN MINNA, NIGER STATE
B3 PROVISION OF BOOTHOLLS FOR IDPS IN UYO, AKWA IBOM STATE
B4 RENOVATION OF PRIMARY SCHOOL IN MANGU, PLATEAU STATE
B5 LEARNING CENTRES IN MAKURDI, JENUI STATE
B6 LEARNING CENTRES IN PLATEAU STATE
B7 REHABILITATION OF RESIDENTIAL CITY FOR IDPS IN DAWARIN TOFA, KANO STATE
B8 REHABILITATION OF RESIDENTIAL CITY FOR IDPS IN BORNO STATE
B9 RENOVATION AND FURNISHING OF OFFICE ACCOMMODATION AT ZONE D, APO-FCI

C: PROCUREMENT OF CONSULTANCY UNDER THE 2025 CAPITAL PROJECTS

LOT PROJECT DESCRIPTION
C1 SKILLS ACQUISITION TRAINING ON IMPROVED NUTRITION AND SUSTAINABLE LIVELIHOOD IN GOMBE STATE
C2 SKILLS ACQUISITION AND EMPOWERMENT TRAINING ON GROUNDNUT PROCESSING, AND PACKAGING IN SOKOTO STATE
C3 SKILLS ACQUISITION AND EMPOWERMENT TRAINING ON IMPROVED FOOD PROCESSING AND PRESERVATION FOR IDPS IN KWARA STATE
C4 SKILLS ACQUISITION AND EMPOWERMENT TRAINING ON IMPROVED FOOD PROCESSING AND PRESERVATION FOR IDPS IN OYO STATE
C5 DIGITAL MARKETING TRAINING FOR YOUTH IN HIRINIKIBBI, KEBBI STATE
C6 SMART COMMISSION PROJECT AND PROVISION OF DATA MANAGEMENT SYSTEM

3.0 ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is also acceptable for Services;

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

FEDERAL GOVERNMENT COLLEGE MAIDUGURI, BORNO STATE-INVITATION TO TENDER FOR THE EXECUTION OF 2025 APPROPRIATION

FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE
MAIDUGURI, BORNO STATE

INVITATION TO TENDER FOR THE EXECUTION OF 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has allocated funds to the FEDERAL GOVERNMENT COLLEGE, MAIDUGURI, BORNO STATE in the 2025 Appropriation Act for the execution of Policies, Programmes and Projects towards achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence and experience to submit tenders for the execution of the following projects.

2. SCOPE OF WORKS
LOT NO | PROJECT TITLE/DESCRIPTION | LOCATION
W1 | Construction of 3.7 KM Internal Road | FGC, Maiduguri

3. ELIGIBILITY REQUIREMENTS:
Prospective bidders should submit the under-listed requirements to be eligible:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2021, 2022 & 2023) valid till 31st December, 2024; with minimum average annual turnover of N30 million;
c. Evidence of Pension Compliance Certificate valid till 31st December, 2024; (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, 2024 (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) Compliance Certificate valid till 31st December, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Government College, Maiduguri or 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.
– that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
h. Reference letter from a reputable commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
i. Company’s profile with 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, and
j. Company’s Audited Accounts for the last three (3) years – 2021, 2022 & 2023;
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. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
m. 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 & 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 authorized officer of the firm.

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