ALVAN IKOKU FEDERAL UNIVERSITY OF EDUCATION OWERRI, IMO STATE, NIGERIA INVITATION FOR PRE-QUALIFICATION AND TENDER
1.0 INTRODUCTION: Alvan Ikoku Federal University of Education, Owerri pursuant to its mandate and in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations, wishes to invite interested, competent/qualified and experienced Contractors/Suppliers with relevant experiences and good track records of prompt delivery of similar projects to be pre-qualified for the following under the YEAR 2025 TETFUND CAREER SERVICE CENTRE INTERVENTION:
2.0 SCOPE OF WORK: S/N : DESCRIPTION LOT 1: PROCUREMENT OF UTILITY VEHICLE
The Scope of project above shall be detailed in the bidding documents to be issued.
3.0 ELIGIBILITY REQUIREMENTS: a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including forms CAC2 and CAC7. b. Evidence of Tax Clearance Certificate valid till 31st December, 2026. c. Evidence of Current Pension Compliance Certificate valid till 31st December, 2026. d. Evidence of Current Industrial Training Fund (ITF) valid till 31st December, 2026. e. Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) valid till 31st December, 2026. f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Services providers by submission of Interim Registration Report (IRR) valid till 31/12/2026 or valid Certificate issued by BPP (Bureau of Public Procurement) g. Company’s Audited Accounts for the last three (3) years i.e (202,2024,2025) h. Sworn Affidavit disclosing whether or not any officer of relevant committees of Alvan Ikoku Federal University of Education Owerri 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. 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. j. Company’s profile with the Curriculum Vitae of key staff to be deployed for the project. k. 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. l. For Joint Venture/Partnership, Memorandum of Understanding (MOU) should be provided indicating the duties and responsibilities of individual firm constituting the joint venture. m. 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 Company. n. For the Lot, give us verifiable letter of authorization from the vehicle dealers or manufacturers for government procurement.
4.0 COLLECTION OF TENDER DOCUMENTS Bid documents can be obtained from the office of the Head, Procurement Unit, Alvan Ikoku Federal University of Education, Owerri upon presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10,000.00) in favour of Alvan Ikoku Federal University of Education, Owerri through Remita at any reputable commercial bank of Nigeria, and treasury Receipt obtained from the University cash office. Evidence of payment must be enclosed in the submitted envelope.
5.0 SUBMISSION OF PRE-QUALIFICATION AND FINANCIAL BID DOCUMENTS: Interested companies are to submit two (2) bound (original and photocopy) of Bid documents (Pre-qualification and Financial bids) separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the Head, Procurement Unit, Alvan Ikoku Federal University of Education, Owerri and clearly marked with YEAR 2025 TETFUND CAREER SERVICE CENTRE INTERVENTION. Furthermore, the reverse of each sealed envelope should have the Company’s name and address of the bidder and drop in the designated Tender Box not later than 12:00noon on Tuesday, 19th May, 2026.
6.0 OPENING OF BID DOCUMENTS Both the Pre-qualification and Financial Bids documents will be opened immediately after the deadline for submission at 12 noon on Tuesday, 19th May, 2026 at the University Senate Chambers, Alvan Ikoku Federal University of Education, Owerri in the presence of bidders or their representatives. Please, ensure that you sign the Bid Submission Register in the office of the Head, Procurement Unit, as Alvan Ikoku Federal University of Education, Owerri will not be held liable for misplaced or wrongly submitted bids.
7.0 GENERAL INFORMATION a. Bids must be in English Language and signed by the official authorized by the bidder. b. Bids submitted after the deadline of submission would be returned un-opened. c. All cost will be borne by the bidders. d. Only shortlisted bidders at Pre-qualification evaluation will be contacted for financial bid opening. e. Alvan Ikoku Federal University of Education, Owerri 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.
SIGNED: Head, Procurement Unit FEDERAL REPUBLIC OF NIGERIA
NIGERIAN INSTITUTE FOR OCEANOGRAPHY AND MARINE RESEARCH (NIOMR) VICTORIA ISLAND, LAGOS INVITATION FOR PRE-QUALIFICATION /EXPRESSION OF INTEREST FOR THE IMPLEMENTATION OF 2025 SUPPLEMENTARY PROCUREMENT ACTIVITIES
INTRODUCTION The Nigerian Institute for Oceanography and Marine Research, in keeping with its mandate and in compliance with the provisions of the Public Procurement Act of 2007, intends to implement its 2025 Capital Projects. The Institute hereby invites interested, competent, and reputable Contractors and Consultants with relevant experience and good record of accomplishment for the procurement of the under listed:
2.0 SCOPE
S/NO
PROJECT TITLE
LOT NO
1
CONSTRUCTION AND RENOVATION OF ROADS
W11
2
CONSTRUCTION AND RENOVATION OF BUILDINDS
W12
3
SUPPLY OF INFORMATION TECHNOLOGY EQUIPMENT
S11
4
SUPPLY AND INSTALLATION OF SOLAR
S12
5
TRAINING, EMPOWERMENT AND PROVISION OF GRANTS TO YOUTHS, WOMEN AND ARTISANS
C11
3.0 ELIGIBILITY REQUIREMENTS For purposes of evaluation, interested Contractors/Consultants should supply the under-listed documents in sequential order as listed below: a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC02 and CAC07; b. Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years (2022, 2023 and 2024) 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 31/12/2025; g. Sworn Affidavit: i. Certifying that the company is not in receivership, insolvency or bankruptcy. ii. Stating that no officer of Nigerian Institute for Oceanography and Marine Research (NIOMR) or Bureau of Public Procurement is a Director or Shareholder or has any pecuniary interest in the bidder. iii. Also, that none of the Directors of the Company has been convicted for criminal offence in relation to fraud or financial impropriety in any court in Nigeria or elsewhere. iv. 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; v. 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; vi. And that all information presented in the bid is true and correct in all particulars. h. Company’s Audited Account for the last three (3) years (2022, 2023 and 2024). i. Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; j. Company’s profile with the Curriculum Vitae of the Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications; k. Evidence of Firm’s current registration with relevant regulatory professional bodies such as: – Company’s valid training license/certificate issued by Centre for Management Development (CMD) for Training jobs; – Letter of authorization as representatives of the Original Equipment Manufacturers (EOMS) – for supply of Equipment l. Verifiable document evidence of at least three (3) years similar jobs executed in the last five (5) years including Letter of Award, Valuation Certificates, Job Completion Certificate and Photographs of the Projects. m. Works: List of Plants/Equipment with proof of Ownership/Lease; 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 Letter Head Paper must bear Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm. Arrangement of EOI/Technical documents in hard copies should follow the order in the list above and appropriately paged. The EOI/Technical documents should have a table of content indicating the pages, which these items are to be found. Failure to comply with this directive will result in disqualification of the bidder.
4.0 SUBMISSION OF EOI DOCUMENT – CONSULTANCY SERVICE Interested firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Executive Director/C.E.O, Nigerian Institute for Oceanography and Marine Research (NIOMR) and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box in the Procurement Department not later than 12:00 Noon, Monday 4th May, 2026.
5.0 SUBMISSION OF DOCUMENTS – GOODS AND WORKS Prospective bidders are to submit pre-qualification documents for each of the Lot desired; two (2) hard copies each of the technical bids packaged in sealed envelopes and clearly marked as “Invitation for Prequalification”; and addressed to The Executive Director/C.E.O, Nigerian Institute for Oceanography and Marine Research (NIOMR) and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box in the Procurement Department not later than 12:00 Noon, Monday 4th May, 2026.
6.0 BID OPENING The EoI and Prequalification Document bids will be opened immediately after the deadline for submission of bids at 12:00 Noon, Monday 4th May, 2026 in the Institutes’ Conference Room Hall Nigerian Institute for Oceanography and Marine Research (NIOMR), 3 Wilmot Point Road, Off Ahmadu Bello Way, Victoria Island, Lagos State. Please, ensure that you sign the Bid Submission Register in the Procurement Department, as the Institute will not be held liable for misplaced or wrongly submitted bids.
7.0 GENERAL INFORMATION a. Bids must be in English Language and signed by an official authorized by the bidder; b. Bids submitted after the deadline for submission would be returned un-opened; c. All cost will be borne by the bidders; d. No bidder should bid for more than 2 LOTS e. Prospective bidders for works must have an average turnover of at least N50M and above while goods and consultancy service should be N30M and above for 2022, 2023 & 2024 respectively; f. Only pre-qualified bidders will be contacted at a later date for collection of Request for Proposal and Standard Bidding Document; g. Arrangement of EOI/Technical Documents in hard copies should follow the order in the list above and appropriately paged. h. The Nigerian Institute for Oceanography and Marine Research is not bound to pre-qualify 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 2007 Public Procurement ACT.
SIGNED The Executive Director/C.E.O Nigerian Institute for Oceanography and Marine Research
FEDERAL GOVERNMENT OF NIGERIA FEDERAL MINISTRY OF WATER RESOURCES UPPER BENUE RIVER BASIN DEVELOPMENT AUTHORITY MBAMBA – FUFORE ROAD, P.M.B 2086, YOLA INVITATION TO TENDER AND EXPRESSION OF INTEREST
1.0 INTRODUCTION 1.1 The Upper Benue River Basin Development Authority (UBRBDA), a Parastatal of the Federal Ministry of Water Resources in furtherance to its statutory mandate intends to undertake the Procurement of Work under the 2025 Capital Appropriation (amendment) and in accordance with extant Provisions of Section 25 of the Public Procurement Act, 2007 and Section 68 (2) (b) of the Finance Act, 2020. 1.2 The Authority therefore invites experienced and competent Contractors with relevant experience to tender for the Project for execution under approved 2025 capital appropriation (amendment).
2.0 SCOPE OF WORK The Scope of Works for the project earmarked for execution are as contained in the Standard Bidding Documents (SBDs) and Bills of Quantities (BoQ)/BEME prepared by the Authority. The summary of the project are as follows:
2.1 WORKS Interested Contractors are invited to submit Technical and Financial Bids for the Project:
LOT NO: A86 PROJECT DESCRIPTION: SUPPLY AND INSTALLATION OF 3-IN-1 SOLAR POWERED STREET LIGHT IN VARIOUS MOTOR PARKS IN IBADAN NORTH-EAST/IBADAN SOUTH-EAST FEDERAL CONSTITUENCY, OYO STATE.
3.0 ELIGIBILITY REQUIREMENTS Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out the above Project are required to submit the following documents in their Technical Bids: i. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 & 7. Business Name is also acceptable for Category C; ii. 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 years (2022, 2023, 2024); valid till 31st December 2025. iii. Evidence of current Pension Clearance 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) Clearance Certificate (2025) valid till 31st December 2025; vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers; by submission of the Interim Registration Report (IRR) Expiring on 31st December, 2025 or valid Certificate issued by BPP; vii. Sworn Affidavit disclosing whether or not any officer of the relevant Committees of the Upper Benue River Basin Development Authority, Yola 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; viii. Company’s Audited Accounts for the last three (3) years (2022, 2023, 2024); ix. Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project when needed; x. 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.; xi. Verifiable documentary evidence for at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects; xii. Works: List of Plants/Equipment with proof of Ownership or Lease Agreement; xiii. For Supply of Equipment: Evidence of being Original Equipment Manufacturer or Authorized Representative xiv. Evidence of Firm’s current registration with relevant regulatory professional body(ies); xv. 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); xvi. All documents for submission must be transmitted with a covering/forwarding letter under the company/firm’s letter headed 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 headed papers must bear the names and nationalities of the Directors of the Companies at the bottoms of the page duly signed by the authorized officer of the firm.
NOTE that all documents/information required must be paginated, submitted in the Sequence/order as listed in i – xv above.
4.0 COLLECTION OF TENDER DOCUMENTS Interested Companies are to collect the Standard Bidding Document (SBD) from 20th April, 2026, upon presentation of evidence of payment of tender fee from: The Office of the Head of Procurement, Upper Benue River Basin Development Authority, Mbamba – Furore Road P.M.B, 2086 Yola, Adamawa State Interested bidders are advised to contact their respective Banks for the code upon which payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, is to be paid into the Treasury Single Account of the Upper Benue River Basin Development Authority, Yola (UBRBDA).
5.0 SUBMISSION OF TENDER DOCUMENTS 5.1 Invitation to Tender (Works, and Goods) Prospective bidders are to submit bid for the lot, 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 the Managing Director, Upper Benue River Basin Development Authority, Mbamba – Furore Road, Yola, Adamawa State and clearly marked with the Name of the Project and the Lot number. Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and should be deposited in the Tender Box at the address above, not later than 12:00 noon on Monday, 18th May, 2026.
6.0 OPENING OF TECHNICAL BIDS The Technical Bids will be opened immediately after the deadlines for submission at 12:00 on Monday, 18th May, 2026 respectively, at the Authority’s Conference Hall, while the Financial Bids will be kept unopened. Please ensure that you sign the Bid Submission Register at the address stated in 4.0 above, as the Authority will not be held liable for misplaced or wrongly submitted bids.
7.0 GENERAL INFORMATION i. Bids must be in English Language and signed by an official authorised by the bidder. ii. Bid Submission must be submitted unopened. iii. All costs will be borne by the bidders as the Authority will not be held responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation; iv. Non-Compliance with the conditions stated herein will lead to automatic disqualification of the bidder from the bidding process. v. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services); vi. 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 vii. The Upper Benue River Basin Development Authority 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. viii. For further enquiries, please contact The Procurement Department between 10.00 a.m. to 3.00 pm (Mondays – Fridays) at the following address:
Upper Benue River Basin Development Authority, Mbamba – Furore Road P.M.B, 2086 Yola, Adamawa State
Signed: Dr Mahmud Sanusi Mohammed Managing Director Upper Benue River Development Authority
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
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
FEDERAL REBLIC OF NIGERIA FEDERAL MINISTRY OF EDUCATION FEDERAL GOVERNMENT COLLEGE (FGC), WUKARI, TARABA STATE INVITATION TO TENDER FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION
1. INTRODUCTION The Federal Government of Nigeria has appropriated funds for the Federal Government College Wukari, Taraba 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 Project:
2. SCOPE OF WORKS LOT No: PROJECT TITLE LOCATION G1: PURCHASE OF A UTILITY VEHICLE FGC WUKARI
3. 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 CAC 1.1 or CAC2 and CAC7; b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2026; with minimum average turnover of N100 million 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 current 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 31/12/2026 or valid Certificate issued by BPP; g. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Federal Government College, Wukari on 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 (2023, 2024 & 2025); 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 COREN, QSRBN, ARCON, CORBON ETC.; k. 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; l. For Vehicle, the Company must provide OEM (Original Equipment Manufacturer) Certificate. 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.
4. COLLECTION OF TENDER DOCUMENTS Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Principal FGC Wukari with the evidence of payment of non-refundable tender fee of N10,000.00 per Lot, paid into the Federal Government College Remitta account in any commercial bank in Nigeria.
5. 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 Government College Wukari-Taraba 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 Government College Wukari not later than 12:00 noon on Wednesday 6th May, 2026.
6. OPENING OF BID The Technical bids will be opened immediately after the deadline for submission at 12:00 noon on Wednesday 6th May, 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 Government College Wukari will not be held liable for any misplaced or wrongly submitted bids.
7. GENERAL INFORMATION a. Bids must be in English Language and duly signed by an official authorised by the bidder; b. Bids submitted after the deadline would be returned un-opened; c. Bidders should not bid for more than one (1) Lots; d. All costs will be borne by the bidders; e. Presence of bidders/representatives and members of the public shall be required during the bid opening ceremony. The Bids Opening will be covered by video recording with the physical presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency; f. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services); g. Only pre-qualified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened; h. The FGC Wukari is not bound to pre-qualify 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. For more information call 08138724957.
Signed THE PRINCIPAL FEDERAL GOVERNMENT COLLEGE WUKARI, TARABA STATE
NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET, AREA 11 GARKI, ABUJA INVITATION TO TENDER/EXPRESSION OF INTEREST
1. INTRODUCTION The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency under the Federal Ministry of Health responsible for development and strengthening of Primary Health Care Services nationwide. The Agency in keeping with the Health Agenda for Change of the present administration is accelerating the implementation of Universal Health Coverage (UHC) through Primary Health Care (PHC) Programme. In compliance with the Public Procurement Act, 2007 as regards procurement of Services, NPHCDA invites interested and qualified Firms for the procurement of the following under listed Services in 2025 Appropriation:
2. PROJECT DESCRIPTION
S/N
Projects / Item Description
Lot No.
1
Construction of Primary Health Centre in Gwaram Tsohuwa Federal Constituency Jigawa State
NPHCDA/2025/26
2
Provision of Drugs to Primary Health Care Centres in Somolu Federal Constituency, Lagos State
NPHCDA/2025/27
3
Provision of Equipment to Primary Health Care Centres in Somolu Federal Constituency, Lagos State
NPHCDA/2025/28
4
Procurement of Medical Equipment for Primary Healthcare Centre(s) in Niger North Senatorial District of Niger State.
NPHCDA/2025/29
5
Expression of Interest for engagement of PHC Financial Management System (PHC-FMS) Optimisation & Scale up Consultant.
NPHCDA/2025/30/1
6
Expression of Interest for engagement of NPHCDA Financial Accounting Software Consultant.
NPHCDA/2025/30/2
7
Expression of Interest for engagement of Operationalization of NPHCDA Call Centre Consulting Firm.
NPHCDA/2025/31
3. ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects listed above are required to submit the following documents which will be subjected to verification and due diligence by the Agency:
A. Mandatory/Responsive Requirements: Failure to fulfil any of the under-listed requirements will render a bid, disqualified: (i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services (ii) 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 expiring 31st December 2025; with minimum average annual turnover of N30 million for Works, N20 million for Goods & Services; (iii) Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024; (iv) 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); (v) 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); (vi) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025; (vii) Evidence of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement (BPP); (viii) Reference Letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed. (ix) List of Plants/Equipment with Proof of Ownership/Lease for Construction Works; (x) Evidence of Firm’s Valid Registration with NITDA as an IT Service Provider; (for Lots NPHCDA/2025/30/1&2); (xi) Evidence of Firms Valid licenses issued by the Nigerian Communications Commission (NCC) covering Value Added Services (VAS) – Call Centre Services & Value Added Services (VAS) – Shortcode / Special Numbering Services (for Lot NPHCDA/2025/31); (xii) A Sworn Affidavit: – 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; and – disclosing whether or not any officer of relevant committees of the National Primary Health Care Development Agency or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars. (xiii) Detailed Company’s profile with Curriculum Vitae of key Officers/Professional Personnel including photocopies of relevant Professional/Technical Certificates/Qualifications: at least 3 COREN (1 Civil, 1 Mechanical & 1 Electrical), 1 QSRBN, 1 ARCON, 1 CORBON (for Works); (xiv) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and photographs of the projects. Only jobs that are similar in nature (i.e type of goods supplied, nature of the works or services carried out) shall be considered. (xv) 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, GSM Number, and e-mail address. The Letter Head Paper must bear the Name and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.
4. COLLECTION OF BID DOCUMENTS (GOODS & WORKS) Interested companies are to collect Standard Bidding Documents (SBD) from Procurement Unit of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA upon presentation of receipt of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) per lot, paid into the National Primary Health Care Development Agency’s Remita account in any commercial bank as detailed below. – Log on to Remita platform via www.remita.net; – Click on payment for Federal Government of Nigeria and State TSA; – Click on Federal Government of Nigeria; – For the name of MDA, Type National Primary Health Care Development Agency, option will appear, select the one with this number: 052100300100; – GIFMIS Code: 1000088212 – Then under name of services/purpose select Tender Fees; – Under description, type what you are paying for; – Payee full name should be the Name of Company, not individual’s name. Bring the print out together with the copies of the Bank Teller with stamp of the Bank on it to the Central Pay Office (CPO) of the Agency’s Headquarter at Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja to collect receipt which would be used to obtain bid document at Procurement Unit. Firms interested in Lots NPHCDA/2025/30 to NPHCDA/2025/31 will not pay at this stage until after shortlisting.
5. SUBMISSION OF EXPRESSION OF INTEREST (LOT: NPHCDA/2025/30 TO NPHCDA/2025/31 Interested consultant shall submit one (1) original copy and one (1) photocopy of their Expression of Interest (EoI) document with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind the envelop and addressed to; The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All EoI Documents should be dropped in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki. Closing date and time of submission EoI is 12:00 noon Monday, 4th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED
6. SUBMISSION OF BID DOCUMENTS (GOODS & WORKS) Prospective companies are to submit bid for each of the Lot desired, the completed Technical and Financial bids, packaged separately in sealed envelopes and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope marked with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind. All the envelopes must carry the name and phone number of the contractor for ease of identification. The Technical and Financial bid envelopes are to be sealed in the bigger third envelope and addressed to: The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area 11, Abuja. All completed sealed bids should be submitted in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki-Abuja before the closing date for submission, on the OPENING DAY before closing hour of 12.00noon should be made at NPHCDA Headquarters Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja. Closing date and time of submission of documents is 12:00 noon Monday, 18th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED.
OPENING TIME TABLE
S/N
LOT NUMBERS
SUBMISSION DEADLINE
EOI/TECHNICAL BID OPENING
1
NPHCDA/2025/30 TO NPHCDA/2025/31 (Expression of Interest)
4th May, 2026 at 12:00noon
4th May, 2026 at 12:00noon
2
NPHCDA/2025/26 TO NPHCDA/2025/29
18th May, 2026 at 12:00noon
18th May, 2026 at 12:00noon
Note: Bidders should ensure that they properly complete the Tender submission checklist with the Tender Office in the procurement unit.
7. OPENING OF EOI DOCUMENTS & TECHNICAL BIDS The EOI and Technical bids will be opened immediately after the deadline for submission in accordance with the TIME TABLE herein stated above at the NPHCDA Headquarter Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja, while the financial bids will be kept un-opened. Please ensure that you sign the bid submission register at the point of submission as NPHCDA will not be held liable for misplaced or wrongly submitted bids.
8. IMPORTANT INFORMATION a. All submission must be in English language and signed by an official authorised by the bidder; b. No company should bid for more than two (2) Lots; c. The NPHCDA is not under any obligation to accept the lowest bid; d. The documents should be arranged in the order listed at 3 above and clearly separated by dividers; e. The standard means of communication between the Procurement Unit and all bidders shall be in writing, all bidders are therefore advised to ensure that functional email & physical address accompany their bids; f. Companies with poor record of performance at NPHCDA need not apply; g. All CAC, TAX Certificates and PENCOM shall be referred to Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION; h. Any bidder who fails to comply with the above stated instructions will automatically be disqualified; i. Goods & Works: Only pre-qualified bidders at the technical evaluation will be contacted at a later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened; j. Lots NPHCDA/2025/30 to NPHCDA/2025/31: Only shortlisted consultants will be invited at a later date for collection of Request for Proposals; k. This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organisation to claim any indemnity from the Agency; l. NPHCDA is not bound to pre-qualify/shortlist any applicant and reserves the right to annul the Procurement process at any time without incurring any liability in accordance with Section 28 of the Public Procurement Act, 2007.
NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET, AREA 11 GARKI, ABUJA INVITATION TO TENDER/EXPRESSION OF INTEREST
1. INTRODUCTION The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency under the Federal Ministry of Health responsible for development and strengthening of Primary Health Care Services nationwide. The Agency in keeping with the Health Agenda for Change of the present administration is accelerating the implementation of Universal Health Coverage (UHC) through Primary Health Care (PHC) Programme. In compliance with the Public Procurement Act, 2007 as regards procurement of Services, NPHCDA invites interested and qualified Firms for the procurement of the following under listed Services in 2025 Appropriation:
2. PROJECT DESCRIPTION
S/N
Projects / Item Description
Lot No.
1
Construction of Primary Health Centre in Gwaram Tsohuwa Federal Constituency Jigawa State
NPHCDA/2025/26
2
Provision of Drugs to Primary Health Care Centres in Somolu Federal Constituency, Lagos State
NPHCDA/2025/27
3
Provision of Equipment to Primary Health Care Centres in Somolu Federal Constituency, Lagos State
NPHCDA/2025/28
4
Procurement of Medical Equipment for Primary Healthcare Centre(s) in Niger North Senatorial District of Niger State.
NPHCDA/2025/29
5
Expression of Interest for engagement of PHC Financial Management System (PHC-FMS) Optimisation & Scale up Consultant.
NPHCDA/2025/30/1
6
Expression of Interest for engagement of NPHCDA Financial Accounting Software Consultant.
NPHCDA/2025/30/2
7
Expression of Interest for engagement of Operationalization of NPHCDA Call Centre Consulting Firm.
NPHCDA/2025/31
3. ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects listed above are required to submit the following documents which will be subjected to verification and due diligence by the Agency:
A. Mandatory/Responsive Requirements: Failure to fulfil any of the under-listed requirements will render a bid, disqualified: (i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services (ii) 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 expiring 31st December 2025; with minimum average annual turnover of N30 million for Works, N20 million for Goods & Services; (iii) Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024; (iv) 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); (v) 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); (vi) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025; (vii) Evidence of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement (BPP); (viii) Reference Letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed. (ix) List of Plants/Equipment with Proof of Ownership/Lease for Construction Works; (x) Evidence of Firm’s Valid Registration with NITDA as an IT Service Provider; (for Lots NPHCDA/2025/30/1&2); (xi) Evidence of Firms Valid licenses issued by the Nigerian Communications Commission (NCC) covering Value Added Services (VAS) – Call Centre Services & Value Added Services (VAS) – Shortcode / Special Numbering Services (for Lot NPHCDA/2025/31); (xii) A Sworn Affidavit: – 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; and – disclosing whether or not any officer of relevant committees of the National Primary Health Care Development Agency or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars. (xiii) Detailed Company’s profile with Curriculum Vitae of key Officers/Professional Personnel including photocopies of relevant Professional/Technical Certificates/Qualifications: at least 3 COREN (1 Civil, 1 Mechanical & 1 Electrical), 1 QSRBN, 1 ARCON, 1 CORBON (for Works); (xiv) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and photographs of the projects. Only jobs that are similar in nature (i.e type of goods supplied, nature of the works or services carried out) shall be considered. (xv) 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, GSM Number, and e-mail address. The Letter Head Paper must bear the Name and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.
4. COLLECTION OF BID DOCUMENTS (GOODS & WORKS) Interested companies are to collect Standard Bidding Documents (SBD) from Procurement Unit of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA upon presentation of receipt of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) per lot, paid into the National Primary Health Care Development Agency’s Remita account in any commercial bank as detailed below. – Log on to Remita platform via www.remita.net; – Click on payment for Federal Government of Nigeria and State TSA; – Click on Federal Government of Nigeria; – For the name of MDA, Type National Primary Health Care Development Agency, option will appear, select the one with this number: 052100300100; – GIFMIS Code: 1000088212 – Then under name of services/purpose select Tender Fees; – Under description, type what you are paying for; – Payee full name should be the Name of Company, not individual’s name. Bring the print out together with the copies of the Bank Teller with stamp of the Bank on it to the Central Pay Office (CPO) of the Agency’s Headquarter at Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja to collect receipt which would be used to obtain bid document at Procurement Unit. Firms interested in Lots NPHCDA/2025/30 to NPHCDA/2025/31 will not pay at this stage until after shortlisting.
5. SUBMISSION OF EXPRESSION OF INTEREST (LOT: NPHCDA/2025/30 TO NPHCDA/2025/31 Interested consultant shall submit one (1) original copy and one (1) photocopy of their Expression of Interest (EoI) document with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind the envelop and addressed to; The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All EoI Documents should be dropped in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki. Closing date and time of submission EoI is 12:00 noon Monday, 4th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED
6. SUBMISSION OF BID DOCUMENTS (GOODS & WORKS) Prospective companies are to submit bid for each of the Lot desired, the completed Technical and Financial bids, packaged separately in sealed envelopes and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope marked with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind. All the envelopes must carry the name and phone number of the contractor for ease of identification. The Technical and Financial bid envelopes are to be sealed in the bigger third envelope and addressed to: The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All completed sealed bids should be submitted in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki-Abuja before the closing date for submission, on the OPENING DAY before closing hour of 12.00noon should be made at NPHCDA Headquarters Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja. Closing date and time of submission of documents is 12:00 noon Monday, 18th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED.
OPENING TIME TABLE
S/N
LOT NUMBERS
SUBMISSION DEADLINE
EOI/TECHNICAL BID OPENING
1
NPHCDA/2025/30 TO NPHCDA/2025/31 (Expression of Interest)
4th May, 2026 at 12:00noon
4th May, 2026 at 12:00noon
2
NPHCDA/2025/26 TO NPHCDA/2025/29
18th May, 2026 at 12:00noon
18th May, 2026 at 12:00noon
Note: Bidders should ensure that they properly complete the Tender submission checklist with the Tender Office in the procurement unit.
7. OPENING OF EOI DOCUMENTS & TECHNICAL BIDS The EOI and Technical bids will be opened immediately after the deadline for submission in accordance with the TIME TABLE herein stated above at the NPHCDA Headquarter Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja, while the financial bids will be kept un-opened. Please ensure that you sign the bid submission register at the point of submission as NPHCDA will not be held liable for misplaced or wrongly submitted bids.
8. IMPORTANT INFORMATION a. All submission must be in English language and signed by an official authorised by the bidder; b. No company should bid for more than two (2) Lots; c. The NPHCDA is not under any obligation to accept the lowest bid; d. The documents should be arranged in the order listed at 3 above and clearly separated by dividers; e. The standard means of communication between the Procurement Unit and all bidders shall be in writing, all bidders are therefore advised to ensure that functional email & physical address accompany their bids; f. Companies with poor record of performance at NPHCDA need not apply; g. All CAC, TAX Certificates and PENCOM shall be referred to Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION; h. Any bidder who fails to comply with the above stated instructions will automatically be disqualified; i. Goods & Works: Only pre-qualified bidders at the technical evaluation will be contacted at a later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened; j. Lots NPHCDA/2025/30 to NPHCDA/2025/31: Only shortlisted consultants will be invited at a later date for collection of Request for Proposals; k. This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organisation to claim any indemnity from the Agency; l. NPHCDA is not bound to pre-qualify/shortlist any applicant and reserves the right to annul the Procurement process at any time without incurring any liability in accordance with Section 28 of the Public Procurement Act, 2007.
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
NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB) NCDMB CORPORATE HEADQUARTERS: NIGERIAN CONTENT TOWER, OX-BOW LAKE, SWALI, YENAGOA BAYELSA STATE EXPRESSION OF INTEREST
1. INTRODUCTION The Nigerian Content Development and Monitoring Board (NCDMB), with headquarters in Yenagoa, Bayelsa State, is mandated by law to supervise, coordinate, administer, monitor, and manage the development of Nigerian Content in the Nigerian Oil and Gas industry. The Board hereby invites interested reputable Companies/Consultants with a good track record of performance and experience to bid for the following projects:
Expression of Interest (EOI)
Lot No.
DESCRIPTION
A1/2026
Provision of Office 365 E3
A2/2026
Provision of Horticultural Service
A3/2026
Provision for an Administrator to Manage the NCDMB Technology Innovation & Incubation Centre
Further details of the scope shall be contained in the Request for Proposals (RFP).
2. CONDITIONS FOR ELIGIBILITY: Interested firms should submit the following as a minimum: i. Evidence of company registration with the Corporate Affairs Commission (CAC) and supporting documents (Forms CAC2 and CAC7). ii. Evidence of Company Income Tax Clearance Certificate for the last three (3) years (2023, 2024, 2025), valid till 31st December 2026. iii. Evidence of a current Pension Compliance Certificate valid till 31st December 2026. iv. Evidence of current NSITF Compliance Certificate valid till 31st December 2026. v. Evidence of current ITF Compliance 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 a valid certificate issued by BPP; vii. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board (NCDMB) 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. viii. Company Audited Accounts for the last three years (2023, 2024, 2025); ix. Evidence of financial capacity to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, including a willingness to provide credit facility for the execution of the project where necessary. x. Company Profile with list of key technical personnel of the company, the Curriculum Vitae of key staff to be deployed for the project, including copies of their academic qualifications and relevant professional certification. xi. Vendor must be Microsoft Cloud Solution Providers CSPs)/Gold Partner (Applicable only for Lot A1/2026) xii. 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. xiii. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided; xiv. All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company 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.
3. SUBMISSION OF TENDER DOCUMENTS for EOI Interested Firms in services are to submit the Expression of Interest (EOI) for each of the lot desired in three (3) hard copies each (One original and two copies) packed in sealed envelopes clearly marked with the consultancy title and the lot number. The reverse of each envelop should bear the name and address of the bidder. The EOI should be addressed as indicated below and submitted not later than Monday 4th May 2026, at 12 noon. The Manager, General Manager, Procurement Division, Nigerian Content Development and Monitoring Board, Nigerian Content Tower, Ox-Bow Lake, Swali, Yenagoa, Bayelsa State, Nigeria.
The tender documents must be delivered in the tender box located on the 12th Floor, NCDMB Tower Office, Swali Ox-Bow Lake, Yenagoa.
Kindly note that submission of Financial bid is not applicable at this stage. Hence, only Technical submission is required.
4. OPENING OF TENDER DOCUMENTS for (EOI) All received pre-qualification documents for lots under Category A (EOI’s) will be opened immediately after the deadline of submission on Monday 4th May 2026, at 12 noon at Nigerian Content Tower in the presence of bidders or their representatives. (Prequalified firms will be invited to collect RFPs) Please ensure that you sign the Bid Submission Register at the Procurement Division, as NCDMB will not be held liable for misplaced or wrongfully submitted bids
5. GENERAL INFORMATION a) Bids must be in English Language and signed an official authorized by the bidder. b) Bids submitted after the deadline for submission would be returned un-opened. c) All costs will be borne by the bidder. d) Note: that only pre-qualified bidders shall be invited to collect the bid documents. e) A company cannot bid for more than two (2) Lots in each category. f) The NCDMB is not bound to pre-qualify 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.
Signed General Manager, Procurement Division Nigerian Content Development and Monitoring Board (NCDMB)