Background Image

FCT-INTERNAL REVENUE SERVICE, ABUJA-EXPRESSION OF INTEREST(EOI) FOR THE ENGAGEMENT OF MEDIA CONSULTANT FOR PUBLICITY, CAMPAIGNS AND COMMUNICATION SERVICES FOR THE FEDERAL CAPITAL TERRITORY INTERNAL REVENUE SERVICE

FCT-IRS
FEDERAL CAPITAL TERRITORY
INTERNAL REVENUE SERVICE
NO. 3 ABRIBA CLOSE, GARKI AREA 7, ABUJA.
WWW.FCTIRS.GOV.NG

EXPRESSION OF INTEREST(EOI) FOR THE ENGAGEMENT OF MEDIA CONSULTANT FOR PUBLICITY, CAMPAIGNS AND COMMUNICATION SERVICES FOR THE FEDERAL CAPITAL TERRITORY INTERNAL REVENUE SERVICE

BACKGROUND:
The FCT Internal Revenue Service (FCT-IRS) is an agency established by an Act of National Assembly (FCT-IRS Act 2015) to administer tax and non-tax revenues accruable to the Federal Capital Territory, and is thus responsible for the collection of all the taxes collectible by a state government in accordance with the Constitution of the Federal Republic of Nigeria, 1999 and relevant tax laws. The Service is also responsible for the coordination of collection of all other revenues accruable to the Federal Capital Territory. Its vision is to be a model Internal Revenue Service to serve as a benchmark for Africa. While Its mission is to provide an effective & efficient Tax Administration through continuous innovation.

To meet up with this task, the Service has earmarked funds for Publicity, Campaigns and Communication Services. The Service seeks to engage reputable and competent media consultant for the provision of above-mentioned services for the year 2026. To this end, interested Media Consultancy Firm with requisite experience are hereby invited to express interest for the assignment.

2. OBJECTIVE OF THE ASSIGNMENTS:
The objectivesof the assignment are to help FCT-IRS increased revenue generation; improved Taxpayers’ education and awareness, positive behavioural change, reputation management and deterrence from unethical practices, just to mention but a few.

3.TERMS OF REFERENCE:
The ToR for this assignment is as summarised below:
• Reputation Management;
• Media Management and Engagement;
• Generous exposure of the activities of the Service;
• Strategic Public Relation Direction;
• Environmental Scanning and provision of Media Intelligence;
• Conception, Design and Expedited Production of Creative Communication Idea and Concept for the Service Towards the Realisation of its Core Mandate and Revenue Target;
• Generation, Execution and management of Public Relations Initiatives on behalf of the Service; and
• Marketing Communication Services.

4. DURATION OF THE ASSIGNMENT:
The duration of this engagement shall be as contained in the Standard Bidding Documents (SBDs),effective from the date of acceptance of offers and signing of contract agreements with the FCT-IRS.

5. ELIGIBILITY/ REQUIREMENT:
Interested bidders who wish to do business with the FCT-IRS shall possess the criteria stated below. In specific terms, the following documents shall be submitted in support of the expression of interest:

MANDATORY CRITERIA:
i. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 or Status Report from CAC;
ii. Evidence of Tax Clearance Certificate for the last three (3) years valid till December, 2025;
iii. Evidence of current Pensions Compliance Certificate valid till 31st December, 2025;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025;
vi. Evidence of current 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;
vii.Sworn affidavit stating:
• whether or not any officer of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder, none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety, and to confirm that all information presented in its bid are true and correct in all particulars;
• A sworn affidavit that the company is not in receivership or Financially/Legally Encumbered; and
• A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.

OTHER CRITERIA:
viii.Consultant’s Organization and Experience (Verifiable documentary evidence of at least Three (3) similar jobs undertaken during the last Five (5) Years that best Illustrates Qualifications –

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

INDEPENDENT NATIONAL ELECTORAL COMMISSION, ABUJA-REQUEST FOR EXPRESSION OF INTEREST

INDEPENDENT NATIONAL ELECTORAL COMMISSION
PLOT 436, ZAMBEZI CRESCENT, MAITAMA, ABUJA
REQUEST FOR EXPRESSION OF INTEREST

1.0 INTRODUCTION
The Independent National Electoral Commission (INEC) in pursuance of its statutory functions and in compliance with Due Process requirements seeks to invite interested and reputable companies with relevant experience and good track records to submit “Expression of Interest” for the following Projects in the Commission’s Offices and Residential quarters in Abuja.

2.0 DESCRIPTION OF ASSIGNMENT

CATEGORY A: FACILITY CLEANING SERVICES

LOT DESCRIPTION OF FACILITY LOCATION JOB DESCRIPTION
LOT 1 The Electoral Institute/ Central Warehouse Central Business District, Abuja Successful companies will be responsible for cleaning services and ensuring that the Commission has the most suitable working environment for its activities.
LOT 2 INEC Annex I office Blantyre Street, Wuse 2, Abuja.
LOT 3 INEC Annex II office Blantyre Street, Wuse 2, Abuja.
LOT 4 INEC Staff Clinic Olusegun Obasanjo Way, Area 10, Garki, Abuja.
LOT 5 INEC Main Building Zambezi Crescent, Maitama, Abuja
LOT 6 INEC ICT and Media Centre Zambezi Crescent, Maitama, Abuja
LOT 7 INEC Staff Clinic Kubwa Former INEC Staff Quarters, Federal Housing Estate, Kubwa.
LOT 8 14 Nos Residential Buildings (Duplex with Guest Chalets) INEC Residential Quarters, Guzape Abuja.

CATEGORY B: AUXILIARY SECURITY SERVICES

LOT DESCRIPTION OF FACILITY LOCATION JOB DESCRIPTION
LOT 1 Commission’s Headquarters Zambezi Crescent, Maitama, Abuja Successful companies will be responsible for providing Auxiliary Security Services for the Commission.
LOT 2 Commission’s Residential Quarters, Guzape and Chairman’s Aide INEC Residential Quarters, Guzape Abuja.
LOT 3 i. Commission’s Annex I & II<br>ii. The Electoral Institute & Electoral Stores<br>iii. Staff Clinics at Area 10 and Kubwa INEC Staff Clinic i. Blantyre Street, Wuse 2, Abuja.<br>ii. Central Business District, Abuja<br>iii. Olusegun Obasanjo Way, Area 10, Garki, Abuja and former INEC Staff Quarters, Federal Housing Estate, Kubwa.

3.0 GENERAL REQUIREMENTS:
(i) Detailed Company Profile Stating current office address, e-mail and telephone Numbers.
(ii) Certificate of Incorporation with Corporate Affairs Commission (CAC) attached with Certified True Copy (not photocopy) of Form CAC 7- particular of Directors.
(iii) Evidence of Company’s Current Tax Clearance Certificate for the last three years (2022, 2023 and 2024).
(iv) Evidence of Registration on the National Database of Contractors, Consultants and Service providers by inclusion of Interim Registration Report (IRR) issued by the Bureau of Public Procurement (BPP) – Expiring by December, 2025
(v) Current Compliance Certificate with Nigeria Social Insurance Trust Fund (NSITF), expiring December 2025.
(vi) Current Pension Compliance Certificate in Compliance with amended Pension Reform Act, 2014, Expiring December 2025.
(vii) Current ITF Compliance Certificate issued by ITF in Compliance with Section 6(2) of ITF Amendment Act 2011, expiring December 2025.
(viii) Audited Accounts for the past three financial years (2022, 2023 and 2024).
(ix) Evidence of financial capability to execute the proposed work with certified bank statement to buttress claim.
(x) Current sworn affidavit disclosing:
a. That the company is not in receivership, insolvent or bankrupt;
b. That the Company does not have any Director who has ever been convicted in any court in Nigeria or any other Country for criminal offence in relation to fraud or financial impropriety;
c. Whether or not any officer of the Commission is a former or present Director/Shareholder or has any pecuniary interest in the bidder.
d. That all documents submitted for the bidding are true and correct in all particulars
(xi) List of verifiable/relevant documentary evidence of similar jobs successfully Executed/ongoing within the last five (5) years (e.g. letter of Award, Job Completion Certificates etc.);
(xii) List of key personnel to carry out the work including photocopies of relevant Professional Certificates;
(xiii) Proof of technical expertise to execute Facility Cleaning Services Project:
(xiv) Evidence of Class ‘A’ accreditation/registration with Environmental Health Officers Registration Council of Nigeria, (EHORECON).
(xv) Evidence of Evacuation certification by the Environmental Health Officers Registration Council of Nigeria (EHORECON) (Applicable for LOT 8 only)
(xvi) Evidence of accreditation with the Federal Ministry of Environment to operate as Environmental Consultant.
(xvii) Proof of technical/Service-Specific Requirements to execute Auxiliary Security Service Project:
(xviii) Evidence of valid and current Private Guard Company License issued by the Nigeria Security and Civil Defence Corps (NSCDC).
(xix) Evidence of operational vehicles with proof of ownership and inventory of communication equipment.
(xx) Certificate of training for guards from the NSCDC or other recognized bodies.
(xxi) Evidence of Group Life Insurance Policy for personnel.
(xxii) Brief description of proposed security methodology, deployment strategy and incident response protocols.
(xxiii) 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 email 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.

4.0 NOTATION
(i) The document should be arranged in the order listed at 3.0 above and clearly Separated by dividers;
(ii) Failure to submit all the general requirements documents stated above may lead to the disqualification of the Bids;
(iii) Late submission of pre-qualification documents will not be entertained;
(iv) No payment of tender fee is required at this stage of submission of proposal;
(v) All CAC, PENCOM, ITF, NSITF, NSCDC Certificate and tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission (CAC) Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF), National Pension Commission and other relevant bodies for verification;
(vi) This notice shall not be a commitment on the part of Independent National Electoral Commission to award any form of contract to any respondent nor shall it entitle any company/Firm submitting documents to claim any indemnity from the Commission;
(vii) Bid document shall be submitted in person and not through post. Any bid submitted through post shall not be accepted; and
(viii) Bidders shall be responsible for all costs in preparation and submission of Bid.
(ix) Please note that only the shortlisted firms will be invited for the next stage of the procurement process.

5.0 GENERAL INFORMATION
1. For clarification and/or additional information you may contact Director Procurement at INEC Headquarters, Abuja between the hours of 8:00am and 4:00pm – Mondays to Fridays from the date this advert is made public until the close of receipt of proposals.
2. Only successful firms will be contacted after evaluation of the proposals.

6.0 SUBMISSION OF EXPRESSION OF INTEREST DOCUMENTS
6.1 All submissions must be delivered in one (1) neatly bound hard copy in sealed envelope clearly marked REQUEST FOR EXPRESSION OF INTEREST (Indicating the Category and Lot No. at the top right hand of the envelope) along with a soft copy (USB) in PDF format and addressed to:

THE SECRETARY TO THE COMMISSION,
INDEPENDENT NATIONAL ELECTORAL COMMISSION,
PLOT 436, ZAMBEZI CRESCENT,
MAITAMA DISTRICT, ABUJA.

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

COOPERAZIONE INTERNAZIONALE (COOPI)-INVITATION TO TENDER FOR THE SUPPLY OF WASH AND PROTECTION NON-FOOD ITEMS (NFIS) IN SOKOTO STATE, NORTHWEST, NIGERIA.

COOPI
COOPERAZIONE INTERNAZIONALE
TENDER NOTICE
CONTRACT TITLE:
SUPPLY OF WASH AND PROTECTION NON-FOOD ITEMS (NFIS) IN SOKOTO STATE, NORTHWEST, NIGERIA.

COOPI – Cooperazione Internazionale has received a grant from BHA for the implementation of an operation called: “Integrated emergency response to the displaced population in Zamfara, Sokoto and Katsina States, NW Nigeria” and intends to apply a portion of that grant for the Supply of Non-Food Items (NFIs) in Sokoto State, Nigeria under this grant. Under no circumstances or for no reason whatsoever will the Donor entertain any request for indemnity or payment directly submitted by the COOPI’s contractors.

1. Publication reference
COOPI-NIGERIA/TENDER/BHA/2026/01

2. Program
“Integrated emergency response to the displaced population in Zamfara, Sokoto and Katsina States”

3. Contracting authority
COOPI – Cooperazione Internazionale is an Italian Non-Governmental Organization founded in Milan in 1965. COOPI is present in Nigeria since 2014, implementing humanitarian projects.

4. Description of the contract
Supply of Non-Food Items (NFIs) in Sokoto State, Nigeria, with the following specifications:
• Lot 1: Supply of Baby WASH
• Lot 2: Supply of Children Kits
• Lot 3: Supply of GBV Dignity Kits
• Lot 4: Supply of Hygiene Kits
• Lot 5: Supply of Risk Reduction Materials
• Lot 6: Supply of Emergency Kits
• Lot 7: Supply of WASH Menstrual Hygiene Management Kits

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

NIGERIA REVENUE SERVICE(NRS), ABUJA-EXPRESSION OF INTEREST FOR THE PROVISION OF SECURITY GUARD SERVICES FOR FIRS OFFICE LOCATIONS NATIONWIDE (LOTS 1-17)

NRS | NIGERIA REVENUE SERVICE
NO. 14 SOKODE CRESCENT, WUSE ZONE 5, ABUJA.
www.nrs.gov.ng
(SPECIFIC PROCUREMENT NOTICE)
EXPRESSION OF INTEREST FOR THE PROVISION OF SECURITY GUARD SERVICES FOR FIRS OFFICE LOCATIONS NATIONWIDE (LOTS 1-17)

INTRODUCTION
The Nigeria Revenue Service (NRS) of Nigeria is an agency established by the NRS establishment Act 2025 (as amended), to administer taxes on behalf of the Federation. Provision of adequate security is one of the most basic needs of man. Security is a critical element in the survival and sustenance of man and society. There can be no meaningful development in human society without some level of safety and security for persons and property. To this end the Nigeria Revenue Service (NRS) is in need of the services of private security guards across its office locations nationwide. Since their emergence into the security architecture, Private Security Companies (PSCs) are creating great impact in security provisioning across the globe thereby complementing the efforts of government law enforcement agencies. In Nigeria, they have made great inroads in security provision such that their presence is felt in all nooks and crannies of the country. The Service has earmarked funds for the engagement of private security guard companies to man its office locations nationwide. The Service seeks to engage reputable and competent private security service providers to provide security guard services for NRS office locations nationwide. Therefore, interested private guard companies with requisite experience are invited to submit proposals for the assignment.

2. OBJECTIVE OF THE ASSIGNMENT
Private security companies play diverse and crucial roles in contemporary societies, contributing to various aspects of security and safety. Their importance stems from their ability to complement and supplement the efforts of public law enforcement agencies, provide specialized protective services tailored to the needs of clients, and contribute to the overall resilience of communities and industries. The objectives of this assignment include but not limited to the following:
• Complementary Role to Public Law Enforcement
• Specialized Protective Services
• Protection of Critical Infrastructure
• Contributions to Economic Development
• Support for Risk Management and Compliance.

3. TERMS OF REFERENCE
The terms of reference entail a wide range of services aimed at protecting people, property, and assets. This includes but is not limited to:
• Providing trained personnel to monitor premises, control access, and respond to security incidents.
• Utilizing technology such as CCTV cameras, alarm systems, and sensors to detect and deter threats.
• Offering expertise and guidance on security policies, procedures, and best practices.
• Conducting inquiries into security breaches, thefts, fraud, and other incidents to gather evidence and identify perpetrators.

TABLE: LOTS AND LOCATIONS:

S/N COVERAGE AREA LOTS
1 NRS Headquarters Annexes 1
2 FCT State Coordination Offices 2
3 Lagos Mainland East State Coordination Offices 3
4 Lagos Mainland West State Coordination Offices 4
5 Lagos Island State Coordination Offices 5
6 Kwara, Ekiti & Ondo State Coordination Offices 6
7 Ogun, Oyo & Osun State Coordination Offices 7
8 Akwa Ibom, Bayelsa & Cross River State Coordination Offices 8
9 Rivers, Edo & Delta State Coordination Offices 9
10 Abia, Ebony & Enugu State Coordination Offices 10
11 Anambra & Imo State Coordination Offices 11
12 Jigawa, Kano and Katsina State Coordination Offices 12
13 Sokoto, Kebbi & Zamfara State Coordination Offices 13
14 Benue, Kaduna & Plateau State Coordination Offices 14
15 Kogi, Nasarawa & Niger State Coordination Offices 15
16 Borno, Bauchi & Yobe State Coordination Offices 16
17 Adamawa, Gombe & Taraba State Coordination Offices 17

4. DURATION OF THE PROJECT
The duration of these assignments shall be One (1) year from the date of execution of contract agreement (January to December 2026).

5. ELIGIBILITY REQUIREMENTS
Interested Security Service Providers who wish to do business with the Service shall possess the criteria stated below. In specific terms, the following documents shall be submitted in support of their proposals:

PRE-REQUISITES
I. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7/CAC status report;
ii. Evidence of Tax Clearance Certificate for the last three (3) years valid till December, 2025;
iii. Evidence of current Pensions Compliance Certificate valid till 31st December, 2025;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025;
vi. Evidence of current 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;
vii. Sworn affidavit:

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

SOLID MINERALS DEVELOPMENT FUND, ABUJA-REQUEST FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

SOLID MINERALS DEVELOPMENT FUND
NO.16 YEDSERAM STREET, OPP.SASCON SCHOOLS MAITAMA, ABUJA
REQUEST FOR EXPRESSION OF INTEREST

The Solid Minerals Development Fund (SMDF) hereby invites interested, competent and reputable Consultants to submit Expression of Interest (EoI) for the following consultancy services:

LOT1. Exploration, Geological Mapping/Sampling and Laboratory in Tahu, 5Plateau State
LOT2. Exploration and Resource estimate for Gold in Gunu, Niger State environment.
LOT3. Public Enlightenment Campaign and Stake Holder Engagement on Host Communities Rights and Mining safety protocols in the Six geopolitical zones in Nigeria.

1. Guiding Criteria for Selection:
The selection of the Consultants will be in accordance with the procedures set out in Guidelines published by Bureau of Public Procurement for selection of Consultants.

2. Eligibility/Criteria and Expected Contents of the Expression of Interest (EoI):
Prospective applicants are requested to submit their Expression of Interest (EoI) that demonstrate capability and capacity to undertake the assignments, detailing the following information as basis in which Expression of Interest (EoI) will be evaluated and reviewed accordingly.

3 ELIGIBILITY REQUIREMENTS
All respondents are required to provide the following documents/information in line with Section 16(6) of the Public Procurement Act, 2007, as a basis qualification:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
b. Evidence of Firm’s 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 (applicable where a number of staff is at least 15);
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 N50m turnover);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Solid Minerals Development Fund or the Bureau of Public Procurement is a former or present Director, shareholder or has any financial interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
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 a 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, Job Completion Certificates and Photographs of the projects;
l. Verifiable list of major equipment and facilities, including locations and remarks on owned, leased, or hired;
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner) Certificate of Incorporation and Tax applicable to foreign firms;
n. 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 SUBMISSION OF THE EXPRESSION OF INTEREST (EOI) DOCUMENTS
Expression of Interest (EoI) documents, which must be prepared in English Language, and submitted in Four (4) copies (one of which must be marked original copy) in a big sealed envelope clearly marked: “EXPRESSION OF INETREST FOR THE ENGAGEMENT OF A CONSULTING FIRM TO EXECUTE (NAME OF THE PROJECT AND LOT NUMBER).”

Expression of Interest (EoI) Documents should be addressed and delivered not later than 12:00 noon (Nigerian Time) on Monday 26th January 2026 to the following address:
The Executive Secretary/CEO,
Solid Minerals Development Fund,
16 Yedseram Street,
Maitama–Abuja,

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

ECONOMIC AND FINANCIAL CRIMES COMMISSION, ABUJA-INVITATION TO TENDER FOR GOODS AND WORKS/EXPRESSION OF INTEREST TO ENGAGE CONSULTANTS FOR CONSULTING SERVICES FOR THE DESIGN AND CONSTRUCTION SUPERVISION FOR NEW OFFICE BUILDING FOR LAGOS 2 ZONAL DIRECTORATE, OKOTIE-EBOH, IKOYI, LAGOS STATE.

ECONOMIC AND FINANCIAL CRIMES COMMISSION
PLOT NO 301-302 CADASTRAL ZONE C-O INSTITUTION AND RESEARCH DISTRICT, ABUJA, NIGERIA
INVITATION TO TENDER FOR GOODS AND WORKS/EXPRESSION OF INTEREST TO ENGAGE CONSULTANTS FOR CONSULTING SERVICES FOR THE DESIGN AND CONSTRUCTION SUPERVISION FOR NEW OFFICE BUILDING FOR LAGOS 2 ZONAL DIRECTORATE, OKOTIE-EBOH, IKOYI, LAGOS STATE.

INTRODUCTION:
The Economic and Financial Crimes Commission (EFCC) hereby invites interested reputable contractors/consultants with relevant experience to submit Technical and Financial Bids for the execution of the under-listed projects in various locations across the country as contained in the 2025 Federal Government of Nigeria Appropriation Act.

SCOPE: GOODS/SERVICES

CATEGORY A: GOODS
S/N DESCRIPTION LOT
1. Supply of EFCC Customized Track Suits G1

CATEGORY B: GOODS
S/N DESCRIPTION LOT
1. Supply of EFCC Customized Track Suits W1

CATEGORY C: GOODS
S/N DESCRIPTION LOT
1. Design and Construction Supervision (Architect, Quantity Surveying, Civil/Structural Engineering Services and Mechanical & Electrical Engineering Services) for the Proposed New Office Building, Lagos 2 Zonal Directorate, Okotie-Eboh, Ikoyi, Lagos State.

ELIGIBILITY REQUIREMENTS:
Interested firms should submit Five (5) bound EOI documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7, or Business Name where applicable;
b. Evidence of Firm’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 with a minimum turnover of N300, 000,000.00 for LOT G1, N100, 000,000.00 for LOT W1 and N500, 000,000.00 for LOT S1
c. Evidence of valid Pension Compliance Certificate
d. Evidence of valid Industrial Training Fund (ITF) Compliance Certificate
e. Evidence of valid Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate
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 /12/2025 or valid Certificate issued by BPP.
g. Evidence of Firm’s registration with relevant professional body e.g. COREN, QSRBN, ARCON,CORBON, etc;
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the (Economic and Financial Crimes Commission,) 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;
i. Company’s Audited Accounts for the last three (3) years
j. Evidence of financial capability to execute the project by submission of Reference 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. 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;
m. 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)
n. 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.

1. COLLECTION OF TENDER DOCUMENTS (CATEGORY A) GOODS
Interested companies are to collect Tender documents from the Procurement Department, 5th floor EFCC Headquarters upon payment of a non-refundable Tender Fee of N10,000.00 (Ten Thousand Naira Only).

2. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A) GOODS
Prospective bidders are to submit bid for each of the Lot desired, three (3) hard copies each of the Technical and Financial Bids with softcopy of Financial Bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to The Executive Chairman, Economic and Financial Crimes Commission, Plot No 301-302 Cadastral Zone C-O Institution and Research District, Abuja, Nigeria and 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 dropped in the designated Tender Box EFCC Office, No.2 Nyala Street, Wuse Zone 6, Abuja) not later than (12 noon 26th January, 2026). Only prequalified Companies will be issued Tender Documents.

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

NIGERIA REVENUE SERVICE(NRS)-EXPRESSION OF INTEREST FOR THE INTEGRATED FACILITY MANAGEMENT SERVICES FOR THE NEW NRS CORPORATE HEADQUARTERS ABUJA AND ANNEXES

NRS
NIGERIA REVENUE SERVICE
NO. 14 SOKODE CRESCENT, WUSE ZONE 5, ABUJA.
www.nrs.gov.ng

EXPRESSION OF INTEREST FOR THE INTEGRATED FACILITY MANAGEMENT SERVICES FOR THE NEW NRS CORPORATE HEADQUARTERS ABUJA AND ANNEXES

INTRODUCTION:
The Nigeria Revenue Service (NRS) of Nigeria is an agency established by the NRS establishment Act 2025 (as amended), to administer taxes on behalf of the Federation. The service in its bid to ensure operational efficiency through the provision of conducive working environment for its Staff and Taxpayers alike is desirous to engage a competent and highly experienced company for Integrated Facility Management Services of its new Corporate Headquarters Abuja and Annexes, as provided in its proposed 2026 budget. The Nigeria Revenue Service (NRS) hereby invites Competent Companies to express interest for the assignment.

2. SCOPE OF SERVICES:
This assignment involves the provision of the following services;
Integrated Facility Management Services with a strict preventive maintenance scheme, covering Mechanical Systems (HVAC System, Water Supply Systems, Drainage System, water Treatment Plant, Fire Fighting Systems, Kitchen Equipment) Electrical Systems (Lighting Systems, Power Systems, UPS, Generator maintenance, cable Routing Systems, Exterior Lighting Systems, Electrical Infrastructure Systems, Vertical Transportation) ICT/ELV, Fire System and Building Maintenance System (Fire Alarm & Detection System, Voice Alarm & Public Address System, Access Control System, CCTV System, Building Maintenance System, Computerised Visitor management System, carpark Entry & Exit Barriers, parking Guidance system, DSTV & Video Distribution System, Digital Signage System), Cleaning Services, Pest Control, Gardening and Services Planning, Management, Reporting and Documentation.

Health, safety and environmental (HSE) System with involves the design, development and implementation of integrated Health, Safety and Environmental Management System.

3. ELIGIBILITY REQUIREMENTS:
Prospective Contractors with requisite experience are expected to possess the following:
a. Evidence of Certificate of the Company’s Registration/Incorporation with the relevant authority (Corporate Affairs Commission), including form CAC2 and CAC7;
b. Evidence of current Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
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 Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on December 31st, 2025, or valid certificate issued by BPP;
g. Sworn affidavit stating:
Whether or not any officer of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder, none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety, and to confirm that all information presented in its bid are true and correct in all particulars;
A sworn affidavit that the company is not in receivership or Financially/Legally Encumbered; and
A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.
h. Evidence of Company’s registration with the Council for the Regulations of Engineering in Nigeria (COREN) valid till 31st December, 2025;
i. Evidence of membership of International Facility Management Association (IFMA) of at least Five (5) team members;
j. Verifiable documentary evidence of at least Three (3) Integrated Facility Management Services of High-Rise Building of not less than 12 floors, not less than 17,000m2 GFA and not less than 3.000 occupants executed by your company (i.e. Letters of Award and Photographs of the buildings) in the last Five (5) years;
k. Verifiable evidence of at least Ten (10) years’ experience in Integrated Facility Management Services by the Company;
l. Proposed Project Team’s Organization Chart for the Integrated Facility Management Services for the New NRS Corporate Headquarters Abuja;
m. Designated Project Manager/Team Lead of not less than 15 years professional experience in Facility Management (attach CV, academic/professional qualifications in Facility Management and membership of International Facility Management Association – IFMA);
n. Company’s profile with the CVs, academic/professional qualifications of Key Project Team Members to be deployed for the assignment (i.e. COREN – Electrical; mechanical; Civil/Structure – (at least one (1) each) and/or any other relevant internationally recognized professional bodies with not less than 5 years cognate experience, as reflected in the Proposed Organization Chart;
o. Detailed methodology (Service Execution Plan) and Service Schedule for the assignment;
p. Verifiable evidence of ownership of relevant plants and equipment/lease agreement for the assignment (such as electrical & measuring tools, mechanical tools and cleaning tools, relevant to Integrated Facility Management Services or other Services to be rendered);
q. Company’s audited accounts for the last three (3) years – 2022, 2023 and 2024, evidencing average turnover of not less than N100Billion as reflected in the tax Clearance Certificate (TCC);
r. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank indicating willingness to provide credit facility, for the execution of the project when needed;
s. Health, Safety and Environmental (HSE) policy,Quality Assurance and Control policies;
t. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided (All eligibility criteria are compulsory for each JV partner); and
u. 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 CAC, Contact Address; Telephone Number; 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 signatory.

4. NOT ELIGIBLE:
All Contractors who have defaulted on previous contract(s) awarded to them by FIRS/Federal Government.

5. DISQUALIFICATION:
Any Bidder(s) who directly or indirectly attempts to influence in any manner this procurement process to obtain an unfair advantage in the award of this procurement contract in contravention of Section 58(4c) of the PPA 2007 (as amended), shall be disqualified and reported to appropriate authority for prosecution.

6. SUBMISSION OF EoI DOCUMENTS:
Prospective bidders are to submit their EoI documents for the project, two (2) hard copies, enclosed in a sealed envelope and clearly marked on the top left corner of the envelop as EoI Documents for “Integrated Facility Management Services for the new NRS Corporate Headquarters Abuja and Annexes” and addressed to the undersigned. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder. The marked sealed envelope should be registered in the Office of the Director and drop in the designated Tender Box at the location stated below not later than 12.00noon, January 26th, 2026.
The Director Procurement Department,
Federal Inland Revenue Service,
Revenue House Annex 3,
14 Sokode Crescent, Wuse Zone 5 Abuja.

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

FEDERAL TECHNICAL COLLEGE YABA, LAGOS STATE-INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL TECHNICAL COLLEGE YABA, LAGOS STATE

INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria has appropriated funds for the Federal Technical College Yaba, Lagos State in the year 2025 appropriation for the execution of projects towards achieving the mandate of the College. Accordingly, the College wishes to invite competent Contractors/Suppliers to submit tender for the execution of the following Projects:

2.1 SCOPE OF WORKS

LOT No PROJECT TITLE LOCATION
G1 PROCUREMENT OF UTILITY VEHICLE FTC YABA

2. ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed requirements to be eligible in this procurement process:
a. Evidence of Business Name or 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 valid till 31st December, 2025; with minimum average turnover of N300 million
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 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 Federal Technical College Yaba, Lagos 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;
h. Company’s Audited Accounts for the last three 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. 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;
k. For procurement of vehicle, the Company must be OEM or OEM representative as listed by National Automotive Design and Development Council of Nigeria (Original.

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.

3. COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Principal, FTC Yaba, 2nd floor with the evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Federal Technical College Remitta account in any commercial bank in Nigeria. (The GIFMIS code for Tender fee should be indicated in the appropriate column while generating the RRR)

4. SUBMISSION OF TENDER DOCUMENT
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies each of the technical and financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to:
The Principal,
Federal Technical College, Yaba,
Lagos State
and clearly marked with (the name of the project and the Lot number).
Furthermore, the reverse of each sealed envelope should bear the name, address of the bidder, and drop in the designated Tender Box at the Vice Principal Special Duties, Federal Technical College Yaba, Lagos State not later than 12:00 noon on Monday 26th January, 2026.

5. OPENING OF BID
The Technical bids will be opened immediately after the deadline for submission at 12:00 noon on Monday 26th January, 2026 at the College Hall, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register in the Vice Principal Special Duties. Federal Technical College Yaba, Lagos will not be held liable for any misplaced or wrongly submitted bids.

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

KANO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES (SAPZ) PROGRAMME-INVITATION TO TENDER FOR PROCUREMENT OF PRODUCT DEVELOPMENT TO TRAINED SELECTED FOS, FOR MARKET AND HOME CONSUMPTION USING PROJECT TARGET COMMODITIES IN KANO STATE

INVITATION FOR BIDS
KANO, NIGERIA
KANO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES (SAPZ) PROGRAMME
PROCUREMENT OF PRODUCT DEVELOPMENT TO TRAINED SELECTED FOS, FOR MARKET AND HOME CONSUMPTION USING PROJECT TARGET COMMODITIES IN KANO STATE
Ref No: KN/SAPZ/IFAD/GO/014/25

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 Product development to trained selected FOS, for market and home consumption using project target commodities 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 two weeks (14 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.

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