FEDERAL REPUBLIC OF NIGERIA
SMALL & MEDIUM ENTERPRISES DEVELOPMENT AGENCY OF NIGERIA
SMALL AND MEDIUM ENTERPRISES DEVELOPMENT AGENCY OF NIGERIA (SMEDAN)
INVITATION TO TENDER
1. INTRODUCTION
The Small and Medium Enterprises Development Agency of Nigeria (SMEDAN) in collaboration with the KOREA International Cooperation Agency (KOICA) earmarked funds for the execution of SPECIAL PROJECTS in 2026. Consequently, SMEDAN is inviting competent Firms/Contractors to submit Technical and Financial Proposals for the following project:
| S/N | DESCRIPTION OF GOODS | LOT NO. | LOCATION |
|---|---|---|---|
| 1 | EQUIPMENT PROVISION FOR THE ESTABLISHMENT OF START-UP DIGITAL INNOVATION ACADEMY | 01 | SMEDAN HEADQUARTERS ABUJA |
| 02 | SMEDAN HEADQUARTERS ABUJA |
2. COLLECTION OF TENDER DOCUMENTS
Interested firms are to collect bid documents from the Secretary, Tenders Board upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000) per lot in favour of SMEDAN by using the Central Bank of Nigeria (CBN) payment gateway platform that can be accessed from the REMITA website at www.remita.net
a. Click “Pay Federal Government Agency”
b. Enter “SMEDAN” as the name of MDA and select the service type (Tender Fee)
c. Enter amount N10,000
d. Submit to generate a Remita Retrieval Reference (RRR), a unique payment reference for your transaction.
e. This unique code should be presented at any of this payment Channels:
1. At any branch of any commercial bank nation wide
2. With debit/credit cards (MasterCard, Verve, Visa)
3. Your internet banking site
4. Digital wallet/Mobile money
5. Your Remita Profile for registered Remita Users
f. Select your preferred payment channels to make payment
If you have any inquiry or complaint, kindly contact our helpdesk via telephone or Email.
3. SUBMISSION OF TECHNICAL BIDS
The technical requirements/Company Profile should be packaged in sealed envelopes and clearly marked “Technical Bid”. Soft Copy of the company profile should be included in a Flash Drive. The financial bid should be sealed in a separate envelope and clearly marked “Financial Bid”.
The two (2) envelopes should be put into a bigger envelope and clearly marked Invitation To Tender.
The name of the company, programme and Lot number should be boldly written on the reverse side of all the envelopes. (All documents should be in ring binding).
All documents should be addressed to:
The Secretary Tenders Board
Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)
Plot 900 Chris Chigbo Road, Industrial Layout, Phase II,
Opp. Berger Yard, Idu, Abuja.
and should be dropped in a box at the Agency’s Procurement Unit located on the first floor. The closing date for the submission of bids is 12:00 noon on Monday, 4th May 2026 and would be opened immediately following the closing on Monday 4th May 2026 at 12:00 noon.
4. REQUIREMENTS FOR TECHNICAL BIDS (GOODS)
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, 2026;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (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, 2026 (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, 2026;
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, 2026 or valid Certificate issued by BPP.
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Small and Medium Enterprises Development Agency of Nigeria or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
– that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
– that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
h. Company’s Audited Accounts for the last three (3) years – 2023, 2024 & 2025, duly acknowledged by the Nigeria Revenue Service (NRS);
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. Evidence of Original Equipment Manufacturer (OEM)/Representative for the procurement of equipment;
k. For ICT projects: Evidence of Firm’s current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
l. 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.;
m. 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;
n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
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, Mobile Telephone Number, and e-mail address. The Letterhead Paper must bear the Names, Phone Numbers and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.
5. OPENING OF TECHNICAL BIDS
The technical bids will be opened immediately after the deadline for submission 12:00 noon on Monday, 4th May 2026, in the presence of bidders or their representatives, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register as the SMEDAN will not be held liable for misplaced or wrongly submitted bids.
The venue for opening is at:
Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)
(Training Hall)
Chris Chigbo Road, Industrial Layout, Phase II
Opp. Berger Yard, Idu, Abuja.
ADDITIONAL INFORMATION:
i. Copy of evidence of payment (SMEDAN RECIEPT) should be included in the Technical submission;
ii. Bidders or their representatives and other interested organizations/general public are by this notice invited to the opening of Bids.
iii. Only pre-qualified bidders from Technical Evaluation will be invited at a later date for Financial Bid Opening, while financial bids of unsuccessful bidders will be returned un-opened.
iv. Late submission will be returned un-opened.
v. Bidders shall be responsible for all expenses incurred in the preparation of their Bids.
vi. Failure to satisfactorily fulfill the conditions as requested above will result to the invalidation of such tender.
vii. SMEDAN reserves the right to verify the authenticity of claim(s) made by any tendering company.
viii. SMEDAN shall reserve the right to reject any submission based on unverifiable Information.
ix. Please note that this exercise places no commitment on SMEDAN nor establishes any legal relationship whatsoever.
x. Bid documents can also be collected in soft copies and bidders can submit through post (courier services).
xi. The SMEDAN is not bound to shortlist any bidder and reserves 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.
xii. The Agency’s website, email address and phone number are as follows:
E-mail address: info@smedan.gov.ng
ealidu@smedan.gov.ng
Website: www.smedan.gov.ng
Tel: 08037022331
SIGNED
MANAGEMENT
Leave a Reply