Background Image

IMO STATE RURAL WATER SUPPLY & SANITATION AGENCY (RUWASSA) SURWASH-INVITATION TO TENDER FOR 2025 NG-SURWASH SANITATION, CONSTRUCTION AND REHABILITATION PROJECTS

GOVERNMENT OF IMO STATE OF NIGERIA
THE MINISTRY OF WATER RESOURCES, OWERRI IMO STATE
RURAL WATER SUPPLY & SANITATION AGENCY (RUWASSA) SURWASH
INVITATION TO TENDER FOR 2025 NG-SURWASH SANITATION, CONSTRUCTION AND REHABILITATION PROJECTS

1. Introduction
Imo State Government through Rural Water Supply & Sanitation Agency under the Ministry of Water Resources, Owerri Imo State, hereby invites tender from reputable companies for the Rural Waters Supply and Sanitation Construction/Rehabilitation Works in Oru East, Ehime Mbano and Nkwerre under Nigeria Sustainable Urban and Rural Water Supply, Sanitation and Hygiene (NG-SURWASH) program as detailed in the following scope of works:

Scope of Work Lot 1 (Sanitation facilities in Primary Schools in Oru East Area)
Job description: Construction Of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OE/EKPIS/CONST/TF/BH/001 Umuezike Primary School Awo Omamma
2 RUWASSA/SURWASH/25/OE/EWPIS/CONST/TF/BH/002 Umuezukwe Primary School Awo Omamma
3 RUWASSA/SURWASH/25/OE/OKPIS/CONST/TF/BH/003 Umukwe Primary School Awo Omamma
4 RUWASSA/SURWASH/25/OE/OHPIS/CONST/TF/BH/004 Progressive Primary School Ohuba Awo-omamma
5 RUWASSA/SURWASH/25/OE/OBPIS/CONST/TF/BH/005 Obibi Primary School Ezi Awo 1

Scope of Work Lot 2 (Sanitation facilities in Primary Schools in Oru East Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OE/NKPIS/CONST/TF/BH/001 Nkwest Town School
2 RUWASSA/SURWASH/25/OE/ORPIS/CONST/TF/BH/002 Primary School Orsu Obodo
3 RUWASSA/SURWASH/25/OE/AMPIS/CONST/TF/BH/003 Peoples Primary School/Central School Amagu
4 RUWASSA/SURWASH/25/OE/ORPIS/CONST/TF/BH/004 Unity Primary School Orsu Obodo
5 RUWASSA/SURWASH/25/OE/DOPIS/CONST/TF/BH/005 Central School Umuduruogba

Scope of Work Lot 3 (Sanitation facilities in Primary Schools in Nkwerre Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/NKWOBPIS/CONST/TF/BH/001 Nomadic Primary School Obinugwu Umueshi
2 RUWASSA/SURWASH/25/NKWOMPIS/CONST/TF/BH/002 Central School 1 Umuchima
3 RUWASSA/SURWASH/25/NKWORPIS/CONST/TF/BH/003 Eziorsu Community Primary School
4 RUWASSA/SURWASH/25/NKWUFPIS/CONST/TF/BH/004 Premier Town School Umufeke
5 RUWASSA/SURWASH/25/NKWUEPIS/CONST/TF/BH/005 Community School 2 Umueshi
6 RUWASSA/SURWASH/25/NKWCAPIS/CONST/TF/BH/006 Central School Akwu Akokwa
7 RUWASSA/SURWASH/25/NKWUAPIS/CONST/TF/BH/005 Umuopia Primary School Akokwa

Scope of Work Lot 4 (Sanitation facilities in Primary Schools in Ehime Mbano Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/EHINKPIS/CONST/TF/BH/001 Community Primary School Nkwumeato
2 RUWASSA/SURWASH/25/EHIAMPIS/CONST/TF/BH/002 Community Primary School Umunoha Amakohia
3 RUWASSA/SURWASH/25/EHUDIPIS/CONST/TF/BH/003 Umuderim Community Primary School
4 RUWASSA/SURWASH/25/EHIOKPIS/CONST/TF/BH/004 Ndiokohia Afombara Primary School Okeohia

Scope of Work Lot 5 (Sanitation facilities in Primary Schools in Ehime Mbano Area)
Job description: Construction of 8 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/EHIAIPIS/CONST/TF/BH/001 Amainyi High School
2 RUWASSA/SURWASH/25/EHUDIPIS/CONST/TF/BH/002 Umuderim Community Primary School
3 RUWASSA/SURWASH/25/EHIOKPIS/CONST/TF/BH/003 Ndiokohia Afombara Primary School Okeohia
4 RUWASSA/SURWASH/25/EHIUZPIS/CONST/TF/BH/004 Ndiowere Primary School Umuezegwu

Scope of Work Lot 6 (Sanitation facilities in Health facilities in Oru East Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OE/UZHIC/CONST/HF/BH/001 Umuezukwe Health Care
2 RUWASSA/SURWASH/25/OE/AGHIC/CONST/HF/BH/002 Amagu Health Care
3 RUWASSA/SURWASH/25/OE/OKHIC/CONST/HF/BH/003 Umukwe Health Center Awo Omamma

Scope of Work Lot 7 (Sanitation facilities in Health facilities in Oru East Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OEKDHIC/CONST/HF/BH/001 Umuelem Healthcare Centre Okwudor
2 RUWASSA/SURWASH/25/OEIAZHIC/CONST/HF/BH/002 Abiaziem Health post
3 RUWASSA/SURWASH/25/OENKHIC/CONST/HF/BH/003 PHC Nkwesi

Scope of Work Lot 8 (Sanitation facilities in Health facilities in Nkwerre Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/NKWUKHIC/CONST/HF/BH/001 Umukabia Health Centre
2 RUWASSA/SURWASH/25/NKWONHIC/CONST/HF/BH/002 MDG Health Center Onusa Nkwerre
3 RUWASSA/SURWASH/25/NKWOHHIC/CONST/HF/BH/003 Obioba Community Health Center
4 RUWASSA/SURWASH/25/NKWAAAHIC/CONST/HF/BH/004 Akwu Health Centre Akwu Akowa
5 RUWASSA/SURWASH/25/NKWUAHIC/CONST/HF/BH/005 Umukwara Health Center Akokwa
6 RUWASSA/SURWASH/25/NKWOAHIC/CONST/HF/BH/006 Owerre Akokwa Health Center

Scope of Work Lot 9 (Sanitation facilities in Health facilities in Nkwerre Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UG/NKWHIC/CONST/HF/BH/001 Umuego Community Health Center
2 RUWASSA/SURWASH/25/UK/NKWHIC/CONST/HF/BH/002 Umukam Community Health Center
3 RUWASSA/SURWASH/25/CH/NKWHIC/CONST/HF/BH/003 Umucheke Community Health Center

Scope of Work Lot 10 (Sanitation facilities in Health facilities in Ehime Mbano Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UMEHHC/CONST/HF/BH/001 Umukabia Health Centre
2 RUWASSA/SURWASH/25/OSEHHIC/CONST/HF/BH/002 Osuru Health Centre
3 RUWASSA/SURWASH/25/AMEHHIC/CONST/HF/BH/003 Dispensary Health Centre Amaimo Umukabia
4 RUWASSA/SURWASH/25/DNEHHIC/CONST/HF/BH/004 Onicha Uboma PHC Dinmeze
5 RUWASSA/SURWASH/25/EKEHHIC/CONST/HF/BH/005 Ekeikpa PHC

Scope of Work Lot 11 (Sanitation facilities in Health facilities in Ehime Mbano Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UM/EHHIC/CONST/HF/BH/001 Umuderim H/C (Health Centre) Umuhi
2 RUWASSA/SURWASH/25/AT/EHHIC/CONST/HF/BH/002 Amainyinta Community PHC
3 RUWASSA/SURWASH/25/EZ/EHHIC/CONST/HF/BH/003 Ezimba Community PHC
4 RUWASSA/SURWASH/25/IK/EHHIC/CONST/HF/BH/004 Afor Umukpa Ikperejere
5 RUWASSA/SURWASH/25/OK/EHHIC/CONST/HF/BH/005 Okata PHC

Scope of Work Lot 12 (Sanitation facilities in Health facilities in Ehime Mbano Area)
Job description: Construction of 6 Compartment Toilet + 2,000 Gallon Solar Borehole

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/IH/EHHIC/CONST/HF/BH/001 Nkwo Ihite Market Ihite
2 RUWASSA/SURWASH/25/UMEHHIC/CONST/HF/BH/002 Umuderim PHC
3 RUWASSA/SURWASH/25/AMEHHIC/CONST/HF/BH/003 Amakohia PHC
4 RUWASSA/SURWASH/25/AB/EHHIC/CONST/HF/BH/004 Abueke PHC
5 RUWASSA/SURWASH/25/UZEHHIC/CONST/HF/BH/005 Uzinomi PHC

Scope of Work Lot 13 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/EZ/NKWRH/CONST/SBH/001 Eziamo Obaire Water Scheme
2 RUWASSA/SURWASH/25/UO/NKWRH/CONST/SBH/002 Umuagu Onusa Water Scheme
3 RUWASSA/SURWASH/25/ON/NKWRH/CONST/SBH/003 Onusa Nkwerre Water Scheme
4 RUWASSA/SURWASH/25/AK/NKWRH/CONST/SBH/004 Akuzurumba Water Scheme
5 RUWASSA/SURWASH/25/UM/NKWRH/CONST/SBH/005 Umushieke Water Scheme5

Scope of Work Lot 14 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/DI/NKWRH/CONST/SBH/001 UmuchokeCommunity Dikenafai
2 RUWASSA/SURWASH/25/NN/NKWRH/CONST/SBH/002 Nnenato Ogwugwu Dikenafai
3 RUWASSA/SURWASH/25/AL/NKWRH/CONST/SBH/003 Umuonyejaku Awala
4 RUWASSA/SURWASH/25/AW/NKWRH/CONST/SBH/004 Awala Civic Center Awalla
5 RUWASSA/SURWASH/25/UM/NKWRH/CONST/SBH/005 Eke Umugo Water Scheme

Scope of Work Lot 15 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UM/NKWRH/CONST/SBH/001 Umuezedike Water Scheme Umuobom
2 RUWASSA/SURWASH/25/AB/NKWRH/CONST/SBH/002 Umuobom Amanabo Water Scheme Ogbosa
3 RUWASSA/SURWASH/25/AU/NKWRH/CONST/SBH/003 Afor Ukwu Isiekenesi
4 RUWASSA/SURWASH/25/CM/NKWRH/CONST/SBH/004 Umuchima Water Scheme
5 RUWASSA/SURWASH/25/EJ/NKWRH/CONST/SBH/005 Umuejem Water Scheme Nnenato Ogwugwu

Scope of Work Lot 16 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/KL/NKWRH/CONST/SBH/001 Umukalu Water Scheme Nkwerre
2 RUWASSA/SURWASH/25/HS/NKWRH/CONST/SBH/002 Ohusieke Water Scheme Nkwerre
3 RUWASSA/SURWASH/25/UD/NKWRH/CONST/SBH/003 Umudi Water Scheme
4 RUWASSA/SURWASH/25/DK/NKWRH/CONST/SBH/004 Duruokata Nkwerre Water Scheme
5 RUWASSA/SURWASH/25/KA/NKWRH/CONST/SBH/005 Okoroabasi Water Scheme Umukam

Scope of Work Lot 17 (Rehabilitation of Water Scheme in Nkwerre Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/OU/NKWRH/CONST/SBH/001 Orie Water Scheme Umuobom
2 RUWASSA/SURWASH/25/OF/NKWRH/CONST/SBH/002 Ofeorie Owerre Nkworji Water Scheme
3 RUWASSA/SURWASH/25/DM/NKWRH/CONST/SBH/003 Durumba Water Scheme
4 RUWASSA/SURWASH/25/EB/NKWRH/CONST/SBH/004 Ezlaboh Water Scheme
5 RUWASSA/SURWASH/25/ED/NKWRH/CONST/SBH/005 Ezialaodu Water Scheme
6 RUWASSA/SURWASH/25/UAA/NKWRH/CONST/SBH/006 Umunukpa Community Water Scheme Akwu-Akokwa
7 RUWASSA/SURWASH/25/UA/NKWRH/CONST/SBH/007 Umukovara-Akokwa Water Scheme
8 RUWASSA/SURWASH/25/UOOO/NKWRH/CONST/SBH/008 Umubi Oke Okuvato Okwelle-water Scheme

Scope of Work Lot 18 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UZ/OERH/CONST/SBH/001 Umuezike Water Scheme Awo Omamma
2 RUWASSA/SURWASH/25/UO/OERH/CONST/SBH/002 Umukwe Water Scheme Awo Omamma
3 RUWASSA/SURWASH/25/UA/OERH/CONST/SBH/003 Umualuo Village Hall Water Scheme
4 RUWASSA/SURWASH/25/MB/OERH/CONST/SBH/004 Mbubu Water Scheme Amiri
5 RUWASSA/SURWASH/25/OF/OERH/CONST/SBH/005 Ofekata II Water Scheme

Scope of Work Lot 19 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/001 Eke umuekpu Water Scheme Market Square
2 RUWASSA/SURWASH/25/BE/OERH/CONST/SBH/002 Obeabomuowere Water Scheme Izombe
3 RUWASSA/SURWASH/25/UD/OERH/CONST/SBH/003 Umuduru Water Scheme Amaukwu
4 RUWASSA/SURWASH/25/UH/OERH/CONST/SBH/004 Ubahazu Water Scheme Amiri
5 RUWASSA/SURWASH/25/FK/OERH/CONST/SBH/005 Ofekata III Water Scheme

Scope of Work Lot 20 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/001 Umueze Umueze Water Scheme
2 RUWASSA/SURWASH/25/AW/OERH/CONST/SBH/002 Awo Omamma Water Scheme
3 RUWASSA/SURWASH/25/AG/OERH/CONST/SBH/003 Amagu Water Scheme
4 RUWASSA/SURWASH/25/UI/OERH/CONST/SBH/004 Umuibe Amanze Water Scheme
5 RUWASSA/SURWASH/25/NA/OERH/CONST/SBH/005 Nwto Amagu Water Scheme

Scope of Work Lot 21 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UM/OERH/CONST/SBH/001 Umunyem Etti Water Scheme
2 RUWASSA/SURWASH/25/AB/OERH/CONST/SBH/002 Abia Omuma Water Scheme
3 RUWASSA/SURWASH/25/AK/OERH/CONST/SBH/003 Akuma Water Scheme
4 RUWASSA/SURWASH/25/BH/OERH/CONST/SBH/004 Umubahanyi Water Scheme
5 RUWASSA/SURWASH/25/OZ/OERH/CONST/SBH/005 Ozuh Omuma Water Scheme

Scope of Work Lot 22 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UN/OERH/CONST/SBH/001 Amakpu Umunweama Izombe Water Scheme
2 RUWASSA/SURWASH/25/OD/OERH/CONST/SBH/002 Umuopara Odili Egbuoma Water Scheme
3 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/003 Umuezike Ubaraehe Egbuoma Water Scheme
4 RUWASSA/SURWASH/25/UF/OERH/CONST/SBH/004 Uwacie Umuofeke Water Scheme
5 RUWASSA/SURWASH/25/ND/OERH/CONST/SBH/005 Ndiulukwu Ndiolauche Water Scheme
6 RUWASSA/SURWASH/25/UA/OERH/CONST/SBH/006 Umuagwuruchi Achi Mbieri Water Scheme

Scope of Work Lot 23 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/AD/OERH/CONST/SBH/001 Amaudarobeabo Water Scheme Izombe
2 RUWASSA/SURWASH/25/EZ/OERH/CONST/SBH/002 Umuapu Water Scheme Ezi orsu
3 RUWASSA/SURWASH/25/OA/OERH/CONST/SBH/003 Okwu Aborshi Izombe
4 RUWASSA/SURWASH/25/NE/OERH/CONST/SBH/004 Ndiezoma Water SchemeMgbele
5 RUWASSA/SURWASH/25/KO/OERH/CONST/SBH/005 Okwucha Mgballa Agba Okwucha
6 RUWASSA/SURWASH/25/OB/OERH/CONST/SBH/006 Umuobigwe Water Scheme Mgbele

Scope of Work Lot 24 (Rehabilitation of Water Scheme in Oru East Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/UE/OERH/CONST/SBH/001 Umusoegbulu Water Scheme
2 RUWASSA/SURWASH/25/UA/OERH/CONST/SBH/002 Umujumba OgutaWater Scheme
3 RUWASSA/SURWASH/25/AT/OERH/CONST/SBH/003 Abatu Water Scheme
4 RUWASSA/SURWASH/25/AR/OERH/CONST/SBH/004 Aroghafor Orsubodo Izombe
5 RUWASSA/SURWASH/25/BO/OERH/CONST/SBH/005 Obeabo Ogbelere Izombe
6 RUWASSA/SURWASH/25/EW/OERH/CONST/SBH/006 Ndiokwara Water Scheme Egwe

Scope of Work Lot 25 (Rehabilitation of Water Scheme in Ehime Mbano Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

S/N REFERENCE NO. PROJECT LOCATION
1 RUWASSA/SURWASH/25/PO/EHMRH/CONST/SBH/001 Umupara Onicha Uboma Dinmeze Water Scheme
2 RUWASSA/SURWASH/25/EZ/EHMRH/CONST/SBH/002 UmuezeEzimbaDinmeze Water Scheme
3 RUWASSA/SURWASH/25/AU/EHMRH/CONST/SBH/003 Abochaumualkperejere Water Scheme
4 RUWASSA/SURWASH/25/ED/EHMRH/CONST/SBH/004 Umuezaaladurkperejere Water Scheme
5 RUWASSA/SURWASH/25/AF/EHMRH/CONST/SBH/005 Abomalpenwalonkperejere Water Scheme

Scope of Work Lot 26 (Rehabilitation of Water Scheme in Ehime Mbano Area)
Job description: Rehabilitation of Borehole, conversion to solar, installation of water tank and reticulation

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

FEDERAL GOVERNMENT COLLEGE JOS, PLATEAU STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE
JOS, PLATEAU STATE
INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Federal Government College, Jos, Plateau State in the 2025 Appropriation Act, for the execution of policies, programmes and projects toward 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. A. SCOPE OF WORKS
LOT:  PROJECT TITLE LOCATION
W1. : CONSTRUCTION AND EQUIPPING OF MODERN KITCHEN FGC JOS
W2 : RENOVATION AND REHABILITATION OF 1 BLOCK OF 6 CLASSROOMS. FGC JOS

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC2 and CAC7;
b. Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2022,2023 & 2024) valid till 31st December, 2025; with minimum average turnover of N150 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 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 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 Government College, Jos, Plateau State or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
– that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of 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;

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

FEDERAL COLLEGE OF AGRICULTURE, IBADAN-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

FEDERAL COLLEGE OF AGRICULTURE
MOOR PLANTATION, P.M.B. 5029, IBADAN, NIGERIA.
INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1.0 INTRODUCTION
The Federal College of Agriculture, Ibadan is the foremost Agricultural Education and Training Institution in Nigeria and West Africa since 1921 when it was established. The College has the mandate to produce diplomats at both National Diploma (ND) and Higher National Diploma (HND) levels with high academic standard and sound practical skills to meet the demands of the Agricultural sector of the economy and to contribute towards achieving the goals of Nigeria in Agriculture through qualitative education and production of middle level man-power.
In compliance with the provisions of the Public Procurement Act, 2007 and other extant regulations of the Federal Government of Nigeria, the College wishes to invite interested, experienced and reputable companies that possess requisite technical and financial capacities to submit bids for the execution of the following capital projects under the 2025 fiscal year:

2.0 SCOPE OF PROJECTS

LOT PROJECT TITLE
CATEGORY A: WORKS Lot 1 Construction/Provision of Electricity and Installation of Solar Power System for College Facilities
CATEGORY A: WORKS Lot 2 Construction/Furnishing of Ultramodem Library
CATEGORY A: WORKS Lot 3 Rehabilitation/Furnishing of College Facilities (Halls, Offices, Classrooms, Laboratories, etc.)
CATEGORY A: WORKS Lot 4 Construction of the Agricultural Central Administrative Office Complex
CATEGORY A: WORKS Lot 5 Renovation of Students’ Hostels
CATEGORY A: WORKS Lot 6 Construction/Furnishing of Animal Production Laboratories
CATEGORY A: WORKS Lot 7 Construction/Furnishing of Engineering Building Complex
Category B: Goods Lot 8 Provision of Computers and ICT Facilities for College Use

3.0 ELIGIBILITY REQUIREMENTS
Interested contractors and service providers should submit the following documents/information, which will be subjected to verification and due diligence:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1, CAC2 and CAC7. Business Name is also acceptable for Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all Partners in case of Business Name) 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 the Bureau of Public Procurement.
g. Sworn Affidavit:
– Disclosing whether or not any officer of the relevant committees of the Federal College of Agriculture, Ibadan 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;

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

FEDERAL COLLEGE OF EDUCATION (TECHNICAL) POTISKUM, YOBE STATE, NIGERIA-INVITATION FOR PRE-QUALIFICATION FOR 2025 PROCUREMENT ACTIVITIES

FEDERAL COLLEGE OF EDUCATION (TECHNICAL) POTISKUM, YOBE STATE, NIGERIA
INVITATION FOR PRE-QUALIFICATION FOR 2025 PROCUREMENT ACTIVITIES

1.0. INTRODUCTION
1.1 The Federal College of Education (Technical), Potiskum is a Federal Government higher education institution, located in Potiskum, Yobe State, Nigeria. It was first affiliated to Federal University of Technology Minna then substituted to Abubakar Tafawa Balewa University for its degree programmes.

1.2 In keeping with the above and in compliance with the provisions of the Public Procurement Act, 2007, the College intends to implement it’s 2025 Capital Projects. The College hereby invite interested, competent and reputable contractors with relevant experience and good record of accomplishment for the procurement of the underlisted:

2.0 GOODS
LOT NO. DESCRIPTION
G001:  PROCUREMENT OF 4No. UTILITY VEHICLES

3.0 WORKS
LOT NO. DESCRIPTION
W001: CONSTRUCTION AND EQUIPPING OF 2NO. STANDARD POULTRY HOUSE WITH BOREHOLE
W002: CONSTRUCTION OF OFFICE COMPLEX FOR P.H.E. DEPARTMENT

4.0 ZONAL INTERVENTION PROJECTS (ZIP)
LOT NO. DESCRIPTION
ZIP001:  TRAINING AND SUPPLY OF ICT MATERIALS TO YOUTHS IN NANGERE/POTISKUM FEDERAL CONSTITUENCY, YOBE STATE
ZIP002:  INSTALLATION OF SOLAR STREET LIGHTS IN KAZAURE/ RONI/GWIWA/YANKWASHI FEDERAL CONSTITUENCY, JIGAWA STATE.

5.0 ELIGIBILITY REQUIREMENTS
For purposes of evaluation, interested Contractors/Consultants should supply the under-listed information including but not limited to the following:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇. Business Name with Form BN1 is also acceptable for Consultancy Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December 2025, with a minimum average annual turnover of N50 for Works and N30 million for Goods & Services.
c. Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025.
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP.
g. Sworn Affidavit
i. an affidavit certifying that the company is not in receivership, insolvency or bankruptcy.

FEDERAL GOVERNMENT GIRLS’ COLLEGE (FGGC) GUSAU, ZAMFARA STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT GIRLS’ COLLEGE (FGGC)
GUSAU, ZAMFARA STATE
INVITATION TO TENDER FOR 2025 CAPITAL PROJECT

1. INTRODUCTION:
The Federal Government of Nigeria has allocated Funds to Federal Government Girls’ College, Gusau, Zamfara State under the 2025 Capital Appropriation Act for the execution of Policies, Programmes and Projects toward achieving the mandate of the College. Accordingly, the College wishes to invite reputable companies with relevant proven competence and experiences to submit tenders for the execution of the following project:

2. SCOPE OF WORKS

LOT NO  PROJECT TITLE LOCATION
LOT W1 CONSTRUCTION OF NON-ACADEMIC STAFF QUARTERS (COMPLETION) FGGC GUSAU
LOT G2 FURNISHING OF COFERENCE HALL AND ADMINISTRATIVE BLOCK FGGC GUSAU
LOT G1 PURCHASE OF 200KVA MIKANO GENERATOR FGGC GUSAU

3. ELIGIBILITY REQUIREMENTS

a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC2 and CAC7 (or CAC 1.1 as applicable);
b. Evidence of Company’s incomes tax clearance certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025 with minimum average turnover of N50 million;
a. Evidence of Pension Clearance Certificate (PCC) valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
b. 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);
c. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
d. 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.
e. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Government Girls’ College Gusau, Zamfara State or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
– that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
f. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
g. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
h. 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.;
i. 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;

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

MINISTRY OF POLICE AFFAIRS, ABUJA-INVITATION TO TENDER FOR THE IMPLEMENTATION OF FY 2025 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
MINISTRY OF POLICE AFFAIRS
INVITATION TO TENDER FOR THE IMPLEMENTATION OF FY 2025 APPROPRIATION

1.0 INTRODUCTION
1.1 The Federal Government of Nigeria has allocated funds to the Ministry of Police Affairs (MPA) in the 2025 Capital Appropriation for the procurement of Goods, Works and Services in furtherance of its statutory mandate.
1.2 In compliance with the fundamental principles of Public Procurement as prescribed by the Public Procurement Act 2007, the Ministry (MPA) hereby invites interested, eligible and experienced bidders/suppliers and consulting firms of proven competence to submit tender documents for the following projects:

2.0 SCOPE OF SERVICES:

LOT NO. PROJECT TITLE LOCATION
A. WORKS MPA-WK-001: Rehabilitation/Construction of Internal Road Network in Osun State Police Command Osun State
B. SERVICES MPA-N/C-002: Cleaning, Fumigation and Horticultural Services at Ministry of Police Affairs, Phase I & III Ministry of Police Affairs, Abuja, Phase I & III

3.0 ELIGIBILITY REQUIREMENTS
Prospective applicants should submit the under-listed requirements, to be eligible to participate in the bidding process:
i. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC 1.1, CAC 2 and CAC 7. Business Name is also acceptable for Services;
ii. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2022, 2023 and 2024) and valid till 31st December, 2025
iii. Evidence of current Pension Compliance Certificate (PENCOM) 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 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;
vii. Sworn Affidavit disclosing the following:
– whether or not any officer of the relevant Committees of the Ministry of Police Affairs or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bids are true and correct in all particulars;
– 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 proceeding; and
– That none of the Directors has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– That the company does not have existing loan or financial liability with any 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.
viii. Company’s Audited Accounts for the last three years – (2022, 2023, and 2024);
ix. Evidence of Financial capability to execute the project by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
x. All bidders interested in Services must submit verifiable evidence of Registration with relevant Regulatory Body such as EHORECOH etc;
xi. Detailed Company 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, SURCON, CORBON for construction, CPN & NITDA etc;
xii. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of Award, Valuation Certificates, and Job Completion Certificates and photographs of the projects;
xiii. For Civil Works: List of Plant/Equipment with Proof of Ownership/Lease Agreement;
xiv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (Compliance with the requirements of CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner); and
xv. All documents for submission must be transmitted with Covering/Forwarding letter on the Company’s/Firm’s Letter Headed Paper duly signed by the authorized officer of the firm. The Letter Headed Paper should bear amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) e-mail address, the Names and Nationalities of the Directors of the Company at the bottom of the page,

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

NIGERIAN ELECTRICITY MANAGEMENT SERVICES AGENCY (NEMSA), ABUJA-EXPRESSION OF INTEREST (EOI)/REQUEST FOR INVITATION TO TENDER (TECHNICAL AND FINANCIAL) FOR THE EXECUTION OF 2025 CAPITAL PROJECTS

NIGERIAN ELECTRICITY MANAGEMENT SERVICES AGENCY (NEMSA)
NO. 4, DAR-ES-SALAAM CRESCENT, WUSE II, ABUJA.
EXPRESSION OF INTEREST (EOI)/REQUEST FOR INVITATION TO TENDER (TECHNICAL AND FINANCIAL) FOR THE EXECUTION OF 2025 CAPITAL PROJECTS.

1.0 INTRODUCTION
1.1 Nigerian Electricity Management Services Agency (NEMSA) wishes to undertake the procurement of Goods, Works and Services under the 2025 Capital Appropriation. In compliance with the Public Procurement Act 2007, the Agency hereby invites experienced and reputable Suppliers/Contractors to tender for the procurement and execution of the under listed projects.

SCOPE OF THE PROCUREMENT:

CATEGORY A
AA-LOT-1PURCHASE AND INSTALLATION OF TEST EQUIPMENT FOR THE TWO METER TEST STATIONS AT ENUGU AND KANO.
AA-LOT-2PURCHASE OF OPERATIONAL VEHICLES FOR REVENUE GENERATING INSPECTORATE FIELD OFFICES.
AA-LOT-3PURCHASE OF TEST EQUIPMENT FOR 19 AREA OFFICES UNDER TECHNICAL STANDARD AND INSPECTORATE SERVICES
AA-LOT-4PURCHASE AND INSTALLATION OF TEST EQUIPMENT FOR THREE (3) METER TEST STATIONS AT LAGOS, KADUNA AND PORT HARCOURT.
AA-LOT-5PURCHASE AND INSTALLATION OF TEST EQUIPMENT FOR THE METER TEST STATIONS AT BENIN.
CATEGORY BB-LOT-1ESTABLISHMENT OF NEW ENGINEERING AND CHEMICAL LABORATORY IN JOS FOR TESTING OF TRANSFORMERS, INSULATORS, AND TESTING RIG FOR REINFORCED ELECTRIC CONCRETE POLES.
BB-LOT-2ESTABLISHMENT OF NATIONAL METER TEST STATION IN NORTH-EAST GEO-POLITICAL ZONE
BB-LOT-3INSTALLATION OF RENEWABLE ENERGY LAMP POST IN ILABOR QUARTERS IKA NORTH AND SET UP OF PILOT PROJECT FOR ELECTRIC CAR CHARGING STATION IN BOJI OWA/AGBA IKA SOUTH, DELTA.
BB-LOT-4REHABILITATION OF NEMSA HEADQUARTERS ANNEX OFFICE, ABUJA
BB-LOT-5PROVISION OF SOLAR STREET LIGHTS AT MAKARFI/KUDAN FED. CONSTITUENCY, KADUNA STATE.
BB-LOT-6PROVISION AND INSTALLATION OF TRANSFORMERS IN LADAN, DANBAZAMA AND KYAFAI VILLAGES KANKIA/KUSADA/INGAWA FEDERAL CONSTITUENCY KATSINA.
BB-LOT-7PROVISION AND INSTALLATION OF ALL-IN-ONE SOLAR STREET LIGHTS IN ENWAN COMMUNITY IN AKOKO-EDO LGA, EDO STATE.
BB-LOT-8PROVISION ANS INSTALLATION OF THREE (3) 500kVA TRANSFORMERS AND OTHER ANCILLARY WORKS IN NKORO AND NEW LAYOUT UKWA NGO GRA AND CONNECTION TO NATIONAL GRID ADONI-OKPOBO/ NKORO FEDERAL CONSTITUENCY, RIVERS STATE.
BB-LOT-9PROVISION AND INSTALLATION OF LIGHTING INFRASTRUCTURE AT LAMBU, KARGO AND OTHER TOWNS AND VILLAGES (MULTIPLE LOTS).
BB-LOT-10PROVISION AND INSTALLATION OF LIGHTING INFRASTRUCTURE AT YANDADI, D/BULUN AND OTHER FARMING COMMUNITIES (MULTIPLE LOTS).
BB-LOT-11PROVISION AND INSTALLATION OF SOLAR STREET LIGHTS IN VARIOUS COMMUNITIES IN KOGI WEST SENATORIAL DISTRICT.
BB-LOT-12PROVISION OF TRANSFORMERS IN VARIOUS COMMUNITIES IN KOGI WEST SENATORIAL DISTRICT, KOGI STATE.
CATEGORY CC LOT – 1ESTABLISHMENT OF AN ECO SYSTEMS OF ICT SOLUTIONS FOR NEMSA

2.0 ELIGIBILITY REQUIREMENTS-
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation Issued by the 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 annual turnover of N20 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 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 Nigerian Electricity Management Services Agency 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;

INVESTMENTS & SECURITIES TRIBUNAL, JABI, ABUJA-INVITATION TO TENDER FOR THE SUPPLY OF POWER GENERATING SET

INVESTMENTS & SECURITIES TRIBUNAL
PLOT 1072 CADASTRAL ZONE B10, ALONG JABI – AIRPORT ROAD,
OPPOSITE MAJOR OIL FILLING STATION, DAKIBIYA, JABI, ABUJA.
www.ist.gov.ng
INVITATION TO TENDER

1.0 INTRODUCTION
1.1 Brief Background
The Investments and Securities Tribunal (IST) the adjudicatory arm of the Capital Market established under Section 274 of the Investments and Securities Act (ISA) 2007.
1.2 In compliance with the Public Procurement Act (PPA), 2007, the Tribunal hereby invites experienced and competent contractors and suppliers with relevant experience for the under listed projects:

SCOPE OF WORKS/SUPPLY

LOT NO. PROJECT/TITLE LOCATION
Lot 1 Supply of Power Generating Set Abuja

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;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years (2022, 2023, 2024) valid till 31st December, 2025;
c. Evidence of current Pension Clearance 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) 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. Evidence of Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Investments & Securities Tribunal 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 2022, 2023 & 2024 duly acknowledged by the Federal Inland Revenue Services (FIRS);
j. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
k. Verifiable documentary evidence of manufactured and marketed specific goods for at least two (2) years, and similar for at least five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the supply;
l. List of Plants/Equipment with proof of Ownership/Lease (where applicable);
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)
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.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Director Procurement 2nd floor, right wing, Procurement Dept., Plot 1072 Cadastral Zone B10, Along Jabi – Airport Road, Opposite Major Oil Filling Station, Daki-biyu, Jabi, Abuja on evidence of payment of a non-refundable tender fee of N10,000.00 per Lot, paid into the Investments & Securities Tribunal’s Remita account (3000045568) via generation of RRR on the Remita Platform in any reputable commercial bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the Lot desired, two (2) 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 Honourable Chairman, Investments & Securities Tribunal, Plot 1072 Cadastral Zone B10, Along Jabi – Airport Road, Opposite Major Oil Filling Station, Daki-biyu, Jabi, Abuja 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 drop in the designated Tender Box at 2nd floor, Procurement Dept., Plot 1072 Cadastral Zone B10, Along Jabi – Airport Road, Opposite Major Oil Filling Station, Daki-biyu, Jabi, Abuja not later than Monday October 27th, 2025 by 12.00 noon.

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

USMANU DANFODIYO UNIVERSITY TEACHING HOSPITAL, SOKOTO, SOKOTO STATE-INVITATION TO TENDER FOR THE EXECUTION OF CAPITAL PROJECTS FOR THE 2025 APPROPRIATION UDUTH 2025

USMANU DANFODIYO UNIVERSITY TEACHING HOSPITAL,
SOKOTO, SOKOTO STATE
P.M.B. 2370, SOKOTO, SOKOTO STATE
INVITATION TO TENDER FOR THE EXECUTION OF CAPITAL PROJECTS FOR THE 2025 APPROPRIATION
UDUTH 2025

1.0 INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Usmanu Danfodiyo University Teaching Hospital (UDUTH), Sokoto, in the 2025 Appropriation Act for the execution of Capital Projects towards achieving its mandates.
The Usmanu Danfodiyo University Teaching Hospital, Sokoto therefore wishes to invite reputable Contractors/Suppliers and Consultants/Service Providers with relevant proven competence and experience for consideration for the execution of the following projects.

2.0 SCOPE OF GOODS AND WORKS
The scope of Works/Supply for the projects earmarked for execution are categorised as follows

CATEGORY A – INVITATION TO TENDER – WORKS AND GOODS
Interested Contractors/Suppliers are invited to submit bids for the following procurements:

LOT DESCRIPTION  LOCATION
A1 Upgrade of Theatre and ICU In Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
A2 Equipping of Theatre and ICU In Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOOTO
B Upgrade and Equipment of Laboratories in Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
C1 Advanced Medical Equipment for Dental/ENT in Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
C2 Advanced Medical Equipment for Ophthalmology/Radiology in Usmanu Danfodiyo University Teaching Hospital, Sokoto UDUTH SOKOTO
D1 Wing A Construction of GOPC Clinic and other Specialities Clinics UDUTH SOKOTO
D2 Wing B Construction of MOPC Clinic and other Specialities Clinics UDUTH SOKOTO
E Establishment of Laboratory Complex (Haematology , Chemical Pathology and Microbiology Labs) at UDUTH Annex Kebbi UDUTH ANNEX, Argungu, Kebbi State

2.1 CATEGORY B – EXPRESSION OF INTEREST (EOI) – SERVICES
Interested Consultants/Service Providers are invited to submit their Expression of Interest on the following procurement:

LOT  DESCRIPTION LOCATION
F Assets Register and Computerisation UDUTH SOKOTO

3.0 ELIGIBILITY REQUIREMENTS:
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last (3) years (2022, 2023, 2024) valid till 31st December, 2025; with minimum turnover of N500 million for Lot A1, Lot A2, Lot B, Lot D1, Lot D2, Lot E and N250 million for Lot C1 and Lot C2.
(c) Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 10 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 the bidder’s);
(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) A Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Usmanu Danfodiyo University Teaching Hospital (UDUTH) 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 Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter;
– that the company does not at the time of this bid have any existing loan or financial liability with a bank, other financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months
– that all the submitted documents are GENUINE AND UP TO DATE;
Evidence of Particulars of Directors;
(h) Company’s Audited Accounts for the last three (3) years 2022, 2023, 2024;
(i) Reference letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company’s profile with the Curriculum vitae of key staff to be deployed for the Project, including copies of their Academic/Professional qualifications such as SURCON, COREN, QSRBN, ARCON, CORBON for renovation and construction projects etc;
(k) Verifiable documentary evidence of at least (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including letter of awards, Valuation Certificates, Job Completion Certificate and Photograph of Projects;
(l) List of Plants/Equipment with proof of ownership/lease for renovation and construction projects; and
(m) For Medical Equipment: Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, as evidence of eligibility to bid for relevant projects.
(n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)

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