This tender is from the country of Nigeria in African region. The tender was published by NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB) on 27 Jul 2023 for Expression of Interest are invited for Upgrade and renovation of Centre of Excellence for the Modibbo Adama University of Technology, Yola, Adamawa State Interested firms in service are to submit the Expression of Interest (EOI) for each of the lot desired in two (2) hard copies each (one original and one copy). The EOI should be addressed as indicated below and submitted not later than 12:00 noon Tuesday 15th August, 2023. Interested firms should submit the following in the technical profiles/EOI: a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable consultancy services (category A); b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years (2019, 2020 and 2021) valid till 31st December 2023 c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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) Compliance Certificate valid till 31st December, 2023; f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; g) Sworn affidavit • disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; • That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding; • That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h) Evidence of firm’s current practice licence issued by the relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON, NITDA, etc i) Company’s Audited Accounts for the last three years (2020, 2021, 2022) j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; k) 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, QSDRBN, ARCON, CORBON etc; l) 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; m) Works: list of plants/equipment with proof of ownership/lease agreement; n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); o) All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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 firm. Note: a) EOIs/Bids must be in English Language and signed an official authorized by the bidder, b) EOIs/Bids submitted after the deadline for submission would be returned un-opened; c) All costs will be borne by the bidder: d) No bidder should bid for more than two (2) lots e) The EOIs/Technical bids will be opened in the presence of CSOs and professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the EOI’s opening online; f) Category A: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened; g) Category B: Only pre-qualified bidders at technical evaluation will be invited at later date for collection of tender documents; h) The NCDMB 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. Interested firms should submit the following in the technical profiles/EOI: a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable consultancy services (category A); b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years (2019, 2020 and 2021) valid till 31st December 2023 c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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) Compliance Certificate valid till 31st December, 2023; f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; g) Sworn affidavit • disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; • That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding; • That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h) Evidence of firm’s current practice licence issued by the relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON, NITDA, etc i) Company’s Audited Accounts for the last three years (2020, 2021, 2022) j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; k) 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, QSDRBN, ARCON, CORBON etc; l) 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; m) Works: list of plants/equipment with proof of ownership/lease agreement; n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); o) All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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 firm.. The last date to submit your bid for this tender was 15 Aug 2023. This tender is for the companies specializing in Construction work and similar sectors.
*The deadline for this tender has passed.
Tender Organisation:
NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB)
Tender Sector:
Tender Service:
Worldwide
Tender Region:
Tender Country:
Tender CPV:
45000000 : Construction work
Tender Document Type:
Tender Notice
Tender Description:
Expression of Interest are invited for Upgrade and renovation of Centre of Excellence for the Modibbo Adama University of Technology, Yola, Adamawa State Interested firms in service are to submit the Expression of Interest (EOI) for each of the lot desired in two (2) hard copies each (one original and one copy). The EOI should be addressed as indicated below and submitted not later than 12:00 noon Tuesday 15th August, 2023. Interested firms should submit the following in the technical profiles/EOI: a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable consultancy services (category A); b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years (2019, 2020 and 2021) valid till 31st December 2023 c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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) Compliance Certificate valid till 31st December, 2023; f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; g) Sworn affidavit • disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; • That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding; • That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h) Evidence of firm’s current practice licence issued by the relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON, NITDA, etc i) Company’s Audited Accounts for the last three years (2020, 2021, 2022) j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; k) 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, QSDRBN, ARCON, CORBON etc; l) 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; m) Works: list of plants/equipment with proof of ownership/lease agreement; n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); o) All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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 firm. Note: a) EOIs/Bids must be in English Language and signed an official authorized by the bidder, b) EOIs/Bids submitted after the deadline for submission would be returned un-opened; c) All costs will be borne by the bidder: d) No bidder should bid for more than two (2) lots e) The EOIs/Technical bids will be opened in the presence of CSOs and professional bodies and covered by video recording; invitation link will be sent to bidder who chooses to join the EOI’s opening online; f) Category A: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened; g) Category B: Only pre-qualified bidders at technical evaluation will be invited at later date for collection of tender documents; h) The NCDMB 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. Interested firms should submit the following in the technical profiles/EOI: a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name with form BN1 is also acceptable consultancy services (category A); b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years (2019, 2020 and 2021) valid till 31st December 2023 c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023 (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) Compliance Certificate valid till 31st December, 2023; f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP; g) Sworn affidavit • disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board or Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars; • That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter. • That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding; • That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h) Evidence of firm’s current practice licence issued by the relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON, CORBON, NITDA, etc i) Company’s Audited Accounts for the last three years (2020, 2021, 2022) j) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed; k) 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, QSDRBN, ARCON, CORBON etc; l) 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; m) Works: list of plants/equipment with proof of ownership/lease agreement; n) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner); o) All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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 firm.
Tender Bidding Type:
Tender Notice No:
Tender Document:
Looking for more tenders like this one in Construction work? With over 70 million global procurement opportunities and new tenders added daily, Tender Impulse is your gateway to international and local contracting success. Whether you're targeting the Infrastructure and construction sector in Nigeria, or expanding across regions, we provide live, accurate, and relevant updates every day.
Our platform sources tenders from:
Every day, we add hundreds of new RFPs, RFQs, EOIs, and contract awards across multiple sectors and geographies. This tender from Nigeria is just a sample of what's available right now.
Tender Impulse covers:
Each listing is categorized using CPV codes like 45000000, enabling precise filtering. Search by:
While you're viewing a tender in Nigeria, Tender Impulse offers access to tenders across:
Tender Impulse provides more than listings:
Thousands of new tenders are added daily-across countries, sectors, and CPV codes. With Tender Impulse, you gain strategic insight, timely alerts, and a competitive edge.
Start your free trial to unlock tenders customized to your Infrastructure and construction, Nigeria, and Construction work categories.