Professional Documents
Culture Documents
13 June 2024 Full Tenders Download
13 June 2024 Full Tenders Download
1. INTRODUCTION
The National Judicial Institute is the training organ of the Federal Judiciary and in compliance
with the Public Procurement Act (PPA) 2007, invites competent and experienced contractors to
apply for the under listed projects appropriated in its 2024 Appropriation:
3. ELIGIBILITY REQUIREMENTS
Prospective companies shall submit the following documents and without any of which the
company will automatically be disqualified.
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 is also acceptable;
b) Evidence of current annual returns issued by the Corporate Affairs Commission;
c) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance
Certificates for all partners) for the last three (3) years valid till 31st December 2023; with a
minimum average annual turnover of N20m for lots A1-A11, N200m for Lots B1-B4 and N50m
for Lots C1-C11;
d) 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).
e) 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);
f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid
till 31st December, 2023;
g) 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;
h) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Judicial Institute 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.
i) Company’s Audited Accounts for the last three years (2021 ,2022 & 2023);
j) Reference letter addressed to the Hon. Administrator, national Judicial Institute, Abuja 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 eg COREN, QSRBN, ARCON,
CORBON etc
l) Only companies included in the National Automotive design and development Councils
approved list of Local manufacturers of vehicles or their authorized representatives should bid for
the
m) For supply of Equipment: Letter of Authorization as representative of the Original Equipment
Manufacturer (OEMs)
n) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
o) Services: Evidence of firm’s current registration with relevant regulatory professional body(ies)
such as COREN/QSRBN/ARCON/CORBON/SURCON etc
p) 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;
q) 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);
Note: 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.
6. GENERAL INFORMATION
i. Bids and Expression of interest must be in English Language and signed by an official
authorized by the bidder,
ii. Bids and Expression of interest submitted after the dead line for submission would be returned
un-opened,
iii. Applicants should not bid for more than two (2) Lots
iv. All cost will be borne by the bidders.
v. The Prequalification documents/EOI will be opened in the presence of Bidders or their
representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional
bodies, and will be covered by video recording, invitation link will be sent to bidder who chooses
to join the bid opening online;
vi. If any information provided is found to be false at any Stage of the exercise, it will lead to
outright disqualification of the Firm/Company.
vii. This advertisement shall not be construed to be a commitment on the part of the National
Judicial Institute, Abuja nor shall it entitle the submitting Company to make any claims
whatsoever or seek any indemnity from the National Judicial Institute by virtue of such Company
having responded to this advert.
viii. Goods & Works: Only pre-qualified bidders will be invited at a later date for collection of
tender documents;
ix. Services: Only shortlisted Consultants will be invited at a later date for collection of Request
for Proposals,
x. The National Judicial Institute is not bound to pre-qualify/shortlist any Applicant 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
INSTITUTE SECRETARY,
NATIONAL JUDICIAL INSTITUTE, ABUJA
FEDERAL COLLEGE OF EDUCATION OKENE, KOGI STATE-
INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2024
CAPITAL PROJECTS (2 LOTS)
DEADLINE: 8TH JULY, 2024
FEDERAL COLLEGE OF EDUCATION OKENE, KOGI STATE
INVITATION TO TENDER FOR THE IMPLEMENTATION OF 2024 CAPITAL PROJECTS
1. INTRODUCTION
The Federal College of Education, Okene wishes to invite competent/qualified and experienced
contractors who may wish to tender for its 2024 capital projects below:
2. SCOPE OF WORKS
The scope of work is as follows:
3. ELIGIBILITY REQUIREMENTS
a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC)
including Form CAC2 and CAC7;
b. Evidence of company’s income Tax Clearance Certificate for the last three (3) years (2021,2022
& 2023) Valid till 31st December 2024;
c. Evidence of Current Pension Compliance Certificate Valid till 31st December, 2024; (this
requirement is only applicable to bidder’s whose number of staff is 15 and above)
d. Evidence of current industrial Training Fund (ITF) Compliance certificate valid till 31st
December, 2024; (This requirement is only applicable to bidders whose number of staff is 5 and
above or the bidder’s annual turnover is N100m and above)
e. Evidence of current Nigeria social Insurance Trust Fund (NSITF) Compliance Certificate valid
till 31st December, 2024;
f. Evidence of registration on the National Database of Federal Contractors, Consultants and
Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or
valid certificate issued by BPP.
g. Sworn affidavit:
• Disclosing whether or not any officer of the relevant committees of the Federal College of
Education, okene 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 the company is not bankrupt, in receivership or under liquidation or involved in any litigation
which can potentially affect the company’s ability to effectively discharge their responsibility if
engaged;
• 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 petitions or proceedings;
h. Company’s Audited Accounts for the last three (3) years – (2021, 2022, 2023);
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. Verifiable documentary evidence of atleast three (3) similar jobs executed in the last five (5)
years including Letters of Awards, Valuations Certificates, Job Completion Certificates and
Photographs of the projects;
k. Company’s program with the curriculum Vitae of key staffs to be deployed for the projects,
Including copies of their Academic/Professional qualifications such as COREN, QSRBN,
ARCON, CORBON etc.;
l. List of Plants/Equipment with proof of ownership/lease Agreement;
m. For joint Venture/Partnership, memorandum Of Understanding (MoU) should be provided
(CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate,
NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner)
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 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.
7. 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) Only pre-qualified bidders at technical evaluation will be invited at a later date for financial
bids of an un-successful bidders will be returned un-opened.
e) Bidders should not bid for more than one (1) Lots.
f) The college reserves the right to verify the authenticity of claims made on documents submitted
and shall disqualify any company whose claims are found to be false in addition, other sanctions
that may be deemed necessary.
g) The Technical bids will be opened in the presence of bidders or their representatives, CSOs in
the areas of Anti-Corruption and Transparency and private professional bodies; and will be
covered by video recording; invitation link will be sent to bidder who chooses to join the bid
opening online;
h) The Federal College of Education, Okene is not bound to pre-qualify any bidder and reserved
the right to annul the procurement process at any time without incurring any liabilities in
accordance with section of the public Procurement Act, 2007.
Signed:
Head (procurement)
For: Provost
ABIA STATE POLYTECHNIC, ABA- INVITATION TO TENDER FOR
YEAR 2024 TETFUND ZONAL INTERVENTION PROJECT
DEADLINE: 8TH JULY, 2024
ABIA STATE POLYTECHNIC, ABA
ABIA STATE
INVITATION TO TENDER FOR YEAR 2024 TETFUND ZONAL INTERVENTION PROJECT
1. INTRODUCTION
In compliance with the requirement of the Public Procurement Act, 2007, the Abia State
Polytechnic, Aba, Abia State, wishes to invite reputable and seasoned firms with proven track
record and expertise to submit bids for the project:
2. SCOPE OF WORKS
LOT 1: Procurement, installation, Testing and commissioning of computers with Accessories.
3. ELIGIBILITY REQUIREMENTS
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, 2024.
c. Evidence of Pension Clearance Certificate Valid till 31st December, 2024; (this requirement is
only applicable to bidder’s whose number of staff is 15 and above);
d. Evidence of industrial Training Fund (ITF) Compliance certificate valid till 31st December,
2024 (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) Compliance Certificate valid till 31st
December, 2024;
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,
2024 or valid certificate issued by BPP.
g. Sworn affidavit:
• Disclosing whether or not any officer of the relevant committees of the Abia state polytechnic,
Aba, Abia State 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 – 2021, 2022 & 2023;
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 NITDA & CPN etc.;
k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity)
executed in the last five (5) years including letters of Awards, Valuation Certificates, Job
Completion Certificates and photographs of the projects;
l. Evidence of current License/accreditation with Computer Professionals Registration Council of
Nigeria (CPN) and National information Technology Development Agency (NITDA);
m. 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);
Note: All documents for submission must be transmitted with a covering or 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
(preferable 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 firm.
7. 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) Arrangement of the technical documents in hard copies should follow the order in the list above
and appropriately paged. The technical documents should have a table of content indicating the
pages, which these items are to be found. Failure to comply with this directives will result in
disqualification of the bidder
e) Non-compliance with all the condition stated herein will lead to automatic disqualification of
the bidder from the bidding process.
f) The Technical bids will be opened in the presence of bidders or their representatives, CSOs in
the areas of Anti-Corruption and Transparency and private professional bodies; and will be
covered by video recording; invitation link will be sent to bidder who chooses to join the bid
opening online;
g) Only pre-qualified bidders at technical evaluation will be invited at a later date for financial
Bids opening, while the financial Bids of unsuccessful bidders will be returned un-opened;
h) The Abia State Polytechnic, Aba, Abia State is not bound to pre-qualify any bidder and
reserved the right to annul the procurement process at any time without incurring any liabilities in
accordance with section of the public Procurement Act, 2007.
NATIONAL OBSTETRIC FISTULA CENTRE (NOFIC)- INVITATION TO
TENDER FOR 2024 CAPITAL PROJECTS (7 LOTS)
DEADLINE: 8TH JULY, 2024
NATIONAL OBSTETRIC FISTULA CENTRE (NOFIC)
PMB 016 ABAKALIKI EBONYI STATE
INVITATION TO TENDER FOR 2024 CAPITAL PROJECTS
1. INTRODUCTION
National Obstetric Fistula Centre, Abakaliki, Ebonyi State intends a commence the execution of
2024 Capital Appropriation. In compliance with the Public Procurement Act, 2007, the hospital is
hereby inviting interested, competent, experienced, reputable contractors and suppliers to tender
for the projects below;
2. SCOPE OF WORKS/SUPPLIES
3. ELIGIBILITY REQUIREMENTS
Interested contractors/Suppliers are required to submit the following documents;
a) Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including
Forms CAC 1.1 or CAC2 and CAC7.
b) Evidence of Company’s Income Tax Clearance Certificates the last three (3) years valid till 31st
December 2024;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (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, 2024
(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, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service
Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid
Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Obstetric
Fistula Center Abakaliki, Ebonyi State 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) Company’s audited accounts for the last three (3) years – 2021, 2022 & 2023;
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility
for the execution of the project when needed;
j) Health & Medical Equipment: letter of authorization from the original equipment manufacturers
listed in the approved policy for procurement of Health and Medical Equipment for tertiary hospitals
in Nigeria;
k) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services
Agency (NEMSA);
l) Company’s profile with the curriculum vitae of at least three (3) key professionals including
photocopies of relevant academic and professional qualifications such as ARCON, COREN, QSRBN,
ARCON CORBON, NEMSA 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) Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
o) 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);
Note: 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.
7. 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 unopened;
c. Bidders should not bid for more than two (2) lots;
d. All cost will be borne by the bidders;
e. All document submitted will be verified from relevant agencies;
f. The technical bids opening will be opened in the Presence of CSO’s and professional bodies and
covered by video recording; invitation link will be sent to bidders who choose to join the bid opening
online.
g. 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;
h. The National Obstetric Fistula Centre, Abakaliki is not bound to prequalify and bidder 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.
i. For more information, please contact the secretary parastatals tenders board through
nationalobstericfistulacentre@yahoo.com
SIGNED
MANAGEMENT
NATIONAL OBSTETRIC FISTULA CENTRE, ABAKALIKI
WATERAID NIGERIA- INVITATION TO TENDER AND INSTRUCTION
TO TENDERERS FOR PROJECTS EXECUTION (4 LOTS)
DEADLINE: 27TH JUNE, 2024
WATERAID NIGERIA
INVITATION TO TENDER AND INSTRUCTION TO TENDERERS FOR PROJECTS EXECUTION
1. PREAMBLE
WaterAid Nigeria with funding from Cummins Inc. under the improving access to Water Hygiene
and Sanitation project in collaboration with the Lagos State Government, Onigbongbo, Orile
Agege and Mushin, hereby invites tenders from reputable and qualified companies for
Rehabilitation and construction of water Sanitation and hygiene facilities in the above mentioned
LCDAs and LGA.
2. SCOPE OF WORK
Onigbongbo Local Council Development Area (LCDA)
LOT Construction of a single Wing Female Friendly Toilet (FFT), Rehabilitation of student toilet,
1 Vice Principal Toilet and Staff toilet, and rehabilitation/construction of 1 water facility in Oregun
Junior high School
LOT Rehabilitation of student toilet I, Student toilet II, principal toilet, staff toilet I and staff toilet II.
2 And rehabilitation/construction of 1 water facility in the Special Correctional Center for boys in
Oregun
Orile-Agege LCDA
LOT Construction of single Wing FFT, and rehabilitation/construction of 1 water facility at Eko
3 College Junior School, Orile-Agege
Mushin LGA
LOT Construction of Single Wing FFT, Rehabilitation of Principal’s toilet, staff toilet I Student toilet
4 & bath, Staff toilet II, Staff and children toilet and rehabilitation/construction of 1 water facility
in the special Correctional Center for Girls Idi-Araba Mushin.
3. MANDATORY REQUIREMENTS
Companies interested in participating in the tendering process are to submit their company profiles
which must contain the following:
i. Evidence of registration with the Lagos State Public Procurement Agency;
ii. Evidence of registration with the Corporate Affairs Commission (CAC);
iii. Evidence of company audited financial account and Tax Clearance Certificate for the last three
years (2021, 2022, 2023);
iv. Submit evidence of membership of the relevant professional association or organization
(PENCOM, NSITF, ITF, BPP)
v. List of certified Board members showing their designation on the Board.
vi. The forwarding letter submitting the bid documents should be signed by the Chairman of the
Board or his alternate.
vii. Resume of key technical staff (Geologist or Hydrogeologist, Civil Engineer or Electro-
Mechanical Engineer) with evidence of COREN and COMEG;
viii. Verifiable evidence of similar projects previously undertaken, including letters of awards and
completion certificates within the past three (3) years, also, indicate the financial value of these
similar projects;
ix. Evidence of previous similar projects undertaken with development partners or government,
including letters of awards and completion certificates within the past three (3) years.
x. Certified copies of company bank statements in the last 6 months.
xi. Description and list of relevant equipment owned by the company; including proof of
ownership or lease or license over the equipment;
xii. A work plan indicating how the work will be carried out from start to finish and the number of
days required to complete the work.
xiii. Evidence of site visits (brief report) to the facilities with photographic evidence of key
components of the facilities.
Bid opening shall follow at 10:00am of Monday 1st July, 2024 at the conference room of the
Ministry of Environment and Water Resources, Lagos State Secretariat.
6. DISCLAIMER
This advertisement for “Invitation to Tender” Shall not be construed as a commitment on the part
of WaterAid and its partners nor shall it entitle any company to make any claim whatsoever,
and/or seek any indemnity from WaterAid Nigeria or its partners and/or any of their departments,
by virtue of such company having responded to this advertisement.
All expenses incurred in preparing an “Invitation to Tender” response and all expenses otherwise
associated with the “Invitation to Tender” response shall be borne solely by the prospective
company.
Signed
Management
SELF HELP AFRICA (SHA)- REQUEST FOR QUOTATION FOR THE
SUPPLY OF GOODS AND SERVICES (2 LOTS)
DEADLINE: 19TH JUNE, 2024
SELF HELP AFRICA (SHA)
REQUEST FOR QUOTATION FOR THE SUPPLY OF GOODS AND SERVICES
1. Supply of brand new 2020 Toyota Land Cruiser Prado GXL, delivery to 48 Anthony Enahoro,
Utako, FCT, Abuja.
2. Vehicle Hire Services at Kano, Benue, Cross River states and FCT, Abuja
Any quotation not sent to the correct address and/or received late will be rejected. Bidders are to be advised
that quotations and all correspondence related to this RFQ are to be emailed to nigeria@selfhelpafrica.org.
Contract Conditions: Any Contract placed as a result of this RFQ will be subject to the SHA Terms and
Conditions for Contracts for Procurement of Goods (2023) provided in Appendix 3 here with attached. If
you are unable to quote, please advise us immediately in writing.
The quotation process is governed by and construed in accordance with the laws of the Federal Republic of
Nigeria
Any questions which you may have in relation to this Request for Quotation must be addressed to the
undersigned in writing.
Priscilla Jacob
Office Coordinator
48 Anthony Enahoro Street
Utako District
Abuja, FCT Nigeria
Nigeria@selfhelpafrica.org
08078872798
NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)- REQUEST
FOR EXPRESSION OF INTEREST (EOI) & PRE-QUALIFICATION FOR
IMPLEMENTATION OF THE NACA/GF GRANT PROJECTS
(ADDENDUM)
DEADLINE: 21ST JUNE, 2024
NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)
REQUEST FOR EXPRESSION OF INTEREST (EOI) & PRE-QUALIFICATION FOR
IMPLEMENTATION OF THE NACA/GF GRANT PROJECTS (ADDENDUM)
REF. NO.: NACA/PRO/271/PM
ISSUED ON: 8TH MAY, 2024 AND ADDITIONAL INFORMATION PUBLISHED ON 8TH MAY,
2024
This is to draw the attention of the general public that the deadline for submission of the above
Advert is extended to on or before 12:00 Noon of 21st June, 2024.
For further inquiries or clarifications, please contact the Head of Procurement, National Agency
for the Control of AIDS (NACA) Ground Floor, NACA main building, 3 Ziguinchor Street. Wuse
Zone 4. Abuja.