OFFICE OF THE SURVEYOR GENERAL OF THE FEDERATION
8, YAURI STREET, GARKI II, ABUJA.
INVITATION TO TENDER
1.0 INTRODUCTION
The Federal Government of Nigeria has appropriated funds to the Office of the Surveyor General of the Federation (OSGOF) in the 2025 Fiscal year for the Procurement of Works and Goods for the execution of projects towards achieving the mandate of the Organization. In compliance with the provisions of the Public Procurement Act, 2007 and other extant guidelines for the award of contracts in the Federal Public Service, OSGOF wishes to invite experienced and competent Contractors to submit Bids for the following projects.
2.0 SCOPE OF WORKS
| S/N | LOT NO | PROJECT DESCRIPTION |
|---|---|---|
| 1 | A1 | CONSTRUCTION OF ACCESS ROAD AT ODUBALA, OREYO, IKORODU PHASE II LAGOS STATE |
| 2 | A2 | CONSTRUCTION OF ACCESS ROAD AT TOYIN, ARIYO, OREYO, IKORODU LAGOS STATE |
| 3 | A3 | CONSTRUCTION OF DATA CENTRE |
| 4 | A4 | ACQUISITION OF 6 PASSENGER ELEVATOR AND COMPATIBLE 30KVA ONLINE UPS |
3.0 ELIGIBILITY REQUIREMENTS:
You are required to submit your Company’s profiles, including but not limited to the following documents, separated by divider and should also be arranged in the same order:
i. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7;
ii. Evidence of Company Income’s Tax Clearance Certificates for the last three (3) years (2022, 2023, 2024) valid till 31st December 2025;
iii. Evidence of current Pension 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 Nigerian 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 31st December, 2025 or valid Certificate issued by the BPP.
vii. Sworn Affidavit disclosing the following:
a. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Office of the Surveyor General of the Federation 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;
b. That neither the Company nor any of its directors is Bankrupt or in receivership and
c. That none of the Directors has been convicted in any court of law on any criminal offence
viii. Company Profile, with Curriculum Vitae of Key Staff, including copies of their academic/Professional qualifications (COREN, CORBON, QSBON etc.);
ix. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five years, including letters of awards/job completion certificates;
x. Company’s Audited Accounts for the last Three years (2022, 2023, 2024);
xi. Evidence of Financial Capability to execute the project, by submission of reference letter from a reputable Commercial Bank, indicating the willingness to provide credit facility for the execution of the projects when needed;
xii. List of Plants/Equipment with proof of ownership/Lease;
xiii. For Joint Ventures/Partnership, Memorandum of Understanding (MOU) should be provided (CAC, TCC, PENCOM, ITF, NSITF & Sworn Affidavit are applicable to each JV Partner); and
xiv. All Documents for submission must be transmitted with a Covering/forwarding letter on the Company’s/Firm’s Letter-headed paper bearing amongst others, the registration No (RC), as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone No (preferably GSM No) and e- mail address. The letter-headed paper must bear the names and Nationalities of the Directors of the Company at the bottom of the page and duly signed by the authorized officer of the Firm;
xv. Only Original Equipment Manufacturer (OEMs) and/or their accredited dealers are invited to compete for Lot A4
4.0 COLLECTION OF TENDER DOCUMENTS.
Interested Bidders are to collect the Standard Bidding Document (SBD) from the Procurement Unit, Office of the Surveyor General of the Federation, No. 8, Yauri Street, Garki II, Abuja on evidence of payment of non – refundable fee of N10,000.00, paid into Office of the Surveyor General of the Federation Treasury Single Account (TSA) Account No (1000103595) in any commercial bank of Nigeria.
5.0 SUBMISSION OF TENDER DOCUMENMTS
5.1 The Completed Technical and Financial bids are to be submitted in one (1) soft copy and Two (2) hard copies each, which include one (1) original copy. The document should be in Two (2) separate sealed envelopes clearly marked ‘Technical Bid’ and ‘Financial Bid’ (including the name of the company and the Lot number clearly written on both the technical and financial bid) and both sealed in a third envelope marked with the Appropriate Project Title and Lot No at the top right hand corner with the company name written behind and addressed to the Secretary Tender Board, 1st floor, Procurement Unit, Office of the Surveyor General of the Federation, No 8 Yauri Street, Garki II, Abuja and deposited in the Tender box at the addresses above not later than 12.00 Noon on Wednesday, 27th May 2026.
6.0 OPENING OF TECHNICAL BID
6.1 The Technical Bid will be opened at the Conference Room, Office of the Surveyor General of the Federation, No 8, Yauri Street, Garki II, Abuja, immediately after the deadline for submission, at 12:00 noon on Wednesday, 27th May 2024 in the presence of bidders or their representatives. Only the successful bidders at the technical evaluation will be invited at a later date for Financial Bid Opening while financial bids of unsuccessful bidders will be returned un-opened. Please ensure that you sign the Bid Submission Register as OSGOF will not be held liable for misplaced or wrongly submitted bids.
GENERAL INFORMATION
i. Bids must be in English language and signed by an official authorized by the bidder;
ii. Bids Submitted after the deadline for submission would be returned un-opened;
iii. Bidders/Company should not bid for than One (1) Lot;
iv. All cost will be borne by the bidders;
v. Only Shortlisted bidders will be contacted at a later date for Financial Bid Opening;
vi. OSGOF is not bound to pre-qualify any bidder and reserve the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007
vii. Non-Compliance to any of the instructions listed above will lead to disqualification.
Signed
Surveyor General of the Federation,
Office of the Surveyor General of the Federation
AND NATIONAL ORIENTATION, ABUJA.
Editorial Board: Afolabi Kuye, Abdullahi Saidu, Janet McDickson, John Dakwa, Alex Umoru
Leave a Reply