NATIONAL DIRECTORATE OF EMPLOYMENT
P.M.B 104, PLOT 1076, CADASTRAL ZONE, SECTOR B18, GUDU DISTRICT, ABUJA
www.nde.gov.ng, info@nde.gov.ng, procurementdepartmentnde@gmail.com
EXPRESSION OF INTEREST (EOI) AND INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2025 SUPPLEMENTARY CAPITAL PROJECTS
1. INTRODUCTION
The National Directorate of Employment (NDE) in accordance with Public Procurement Act, 2007, invites competent and reputable Contractors/Consultants to submit bids for the procurement of following Works and Services under the 2025 Capital Projects (Amended):
2. SCOPE OF WORKS & SERVICES
CATEGORY B: WORKS – 2025 NDE CAPITAL (SUPPLEMENTARY)
| LOT | PROJECT DESCRIPTION | LOCATION |
|---|---|---|
| BS1 | Construction of Montionised Hand Pump Boreholes in Selected Communities in Plateau Central | Plateau State |
| BS2 | Solar Energy Supply to Selected Institutions in Plateau Central | Plateau State |
| BS3 | Constructions Perimeter of Police Outpost/Quarters in Selected Communities in Plateau Central | Plateau State |
| BS4 | Construction/Perimeter Fencing of Selected PHC Centers in Plateau Central | Plateau State |
| BS5 | Perimeter Fencing of Mym Centre Iin Mangu Plateau Central | Plateau State |
| BS6 | Construction of a Police Outpost and Staff Quarters/Fencing in Katana of Plateau Central | Plateau State |
| BS7 | Construction of Examination Hall in Selected Secondary Schools in Mangu and Bokkos LGAs, Plateau Central Senatorial District, Plateau State | Plateau State |
| BS8 | Renovation Of GSS Lalin, Mikang LGA, Plateau South Senatorial District, Plateau State | Plateau State |
| BS9 | Renovation Of GSS Wase-Toga, Wase L GA, Plateau South Senatorial District, Plateau State | Plateau State |
CATEGORY D: SERVICES (CONSULTANCY) – 2025 NDE CAPITAL (SUPPLEMENTARY) CONSULTANCY FOR SUPERVISION
| LOT | PROJECT DESCRIPTION | LOCATION |
|---|---|---|
| DS1 | Construction and Engineering Consultants with Vast Knowledge and Experience to Take on Related Services in Project Execution | Plateau |
| DS2 | Construction and Engineering Consultants with Vast Knowledge and Experience to Take on Related Services in Project Execution | Plateau |
3 ELIGIBILITY/REQUIREMENTS
All Bidders must present the following:
i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name is acceptable for Consultancy Services;
ii. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December 2025;
iii. Evidence of Pension Clearance Certificate valid till 31st December 2026;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2026
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2026;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026 or valid Certificate issued by BPP;
vii. Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of the National Directorate of Employment or Bureau of Public Procurement is a former or present Director, Stakeholder 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;
viii. Company’s Audited Accounts for the last three (3) years – 2023, 2024 and 2025;
ix. Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
x. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications, e.g., COREN, QSRBN, ARCON, CORBON, etc;
xi. 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;
xii. Work List of Plants/Equipment with proof of Ownership/Lease;
xiii. Consultancy Services: Evidence of Firm’s registration with relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON etc.;
xiv. 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 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 Officer of the Firms.
4. COLLECTION OF TENDER DOCUMENTS (WORKS & SERVICES)
Tender documents are obtainable from the office of the Director Procurement, National Directorate of Employment, Plot 1076, Cadastral Zone, Sector 18, Gudu District, Abuja 2nd floor, Room 47 upon presentation of non-refundable tender fee of Ten Thousand Naira (N10,000.00) per Lot payable in any Bank via Remita (0227005001) per LOT only to National Directorate of Employment. Please NOTE that no Contractor/Company shall bid for more than Two (2) LOTS.
5. SUBMISSION OF EXPRESSION OF INTEREST DOCUMENTS FOR CONSULTANCY (LOTS DS1 & DS2)
Interested Consultant shall submit TWO bound copies (Original & Photocopy) of their Expression of Interest (EOI) in a sealed envelope clearly stating the name of the project and the Lot Number, addressed to:
The Director-General,
National Directorate of Employment,
P.M.B 104, Plot 1076, Cadastral Zone
Sector B18, Gudu District, Abuja.
The reverse of each envelope shall have the name, address and phone number of the bidder.
6. SUBMISSION OF BID DOCUMENTS FOR WORKS (LOTS BS1 & BS9)
Technical and Financial Bids shall be submitted in TWO separate sealed envelopes enclosed in one big sealed envelope clearly stating the names and LOT number of the project at the top right corner of the envelope and addressed as follows
The Director-General,
National Directorate of Employment,
P.M.B 104, Plot 1076, Cadastral Zone
Sector B18, Gudu District, Abuja.
Also, the reverse of each envelope shall have the name, address and phone number of the bidder.
7. SUBMISSION DEADLINE AND OPENING OF EXPRESSION OF INTEREST (EOI) AND INVITATION TO TENDER BIDS
Submission deadlines are as follows:
| S/N | LOT No. | DEADLINE | EOI OPENING/TECHNICAL BIDS | VENUE |
|---|---|---|---|---|
| 1 | DS1 & DS2 | 11:00 am on, 4th May, 2026 | 4th May, 2026 EXPRESSION OF INTEREST | Diamond Hall K-Class Hotel 22, Sokode Crescent, Wuse Zone 5, Abuja By FIRS |
| 2 | BS1 – BS9 | 12:00 pm on, 18th May, 2026 | 18th May, 2026 TECHNICAL | Diamond Hall K-Class Hotel 22, Sokode Crescent, Wuse Zone 5, Abuja By FIRS |
8. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official duly authorized by the bidder
b. Bids submitted after deadline of submissions will be returned un-opened
c. Bidders shall not bid for more than TWO lots
d. All cost shall be borne by the bidders
e. All submitted documents may be referred to relevant agencies for verification.
f. The NDE reserves the right to reject any or all the submissions that do not meet up with all the requirements as specified.
g. This advertisement shall not be construed as a commitment on the part of the Directorate nor shall it entitle a bidder to make any claims and/or seek any indemnity from NDE by virtue of such bidder having responded to the advertisement.
h. All contractors, with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency are invited to witness the opening exercise. Late submission shall be returned un-opened;
i. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
j. Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened
k. Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals; while the financial bids of un-successful bidders will be returned un-opened
l. NDE is not bound to pre-qualify/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
m. Additional requirements are included in the Standard Bidding Documents (SBDs)
Signed
Management
NATIONAL DIRECTORATE OF EMPLOYMENT
Leave a Reply