Expression of Interest for the Construction/Provision of Computer Based Test (CBT) Center

The National Postgraduate Medical College of Nigeria (NPMCN), in compliance with the Public Procurement Act, 2007 hereby solicits for Technical bids from qualified and interested project consultancy firms (Architects, Structural Engineers, Mechanical & Electrical Engineers and Quantity Surveyors) for the under-listed project to be funded from the Federal Government Capital Grant for 2025.

PROJECT
Construction/Provision of Computer-Based Test (CBT) Center

ELIGIBILITY
In order to be considered, bidders are expected to be registered as Federal Government Contractors, in the appropriate categories with the Bureau of Public Procurement (BPP) – visit https://federalcontractors.bpp.gov.ng
As part of their submission, bidders are expected to show evidence of registration with the BPP by submitting the following documents:

  • Certificate of Incorporation with the Corporate Affairs Commission (CAC);
  • Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
  • Current Pension Compliance Certificate valid till 31st December, 2025;
  • Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025;
  • Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025;
  • Evidence of financial capability to handle the job 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;
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) valid till 31st December, 2025;
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the College a former or present Director, shareholder or any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
  • Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications. Deployed Staff are expected to have COREN, QSRBN, ARCON, CORBON, with evidence of current professional practicing license 2025.
  • Company’s Audited Account for the last (3) years – 2022, 2023, 2024.
  • Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years with Federal Government Ministries, Departments and Agencies including Letter of Awards, Valuation Certificate, Job Completion Certificates and Photographs of the project.

NOTE: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letterhead 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.

PAYMENT OF TENDER FEE
A non-refundable tender fee of Ten thousand naira only (₦10,000.00) should be paid into the College REMITA Account: Tender Fee. The photocopy of the receipt should be attached to the Tender documents.

SUBMISSION OF BIDS
Prospective bidders are to submit bid for the project. Two (2) hard copies of the technical bid, packaged in a sealed envelope and clearly marked as “Technical Bid”. The soft copy of the technical bid should also be submitted in PDF format (in a flash drive) and added to the envelope. Thereafter, the sealed envelope should be addressed to:
           The College Registrar
           National Postgraduate Medical College of Nigeria
           Km 26, Lagos Badagry Expressway, Ijanikin, Lagos
The bid should be registered in the College Registrar’s Office before submission into the Tenders Box (in the College Registrar’s office) not later than 12.00 Noon Friday, 16th May 2025. 
Only Bids received from eligible/registered consultants, submitted into the Tenders Box as stated above, shall be entertained.

BID OPENING
The technical bid would be open immediately after the closure of bid submission, at the College Boardroom, NPMCN, Ijanikin, Lagos State.

GENERAL INFORMATION

  • All submissions must be in English Language and signed by an official authorized by the bidders.
  • The evaluation of the received documents shall be strictly based on the requirements specified in this invitation to tender.
  • Bids submitted after the deadline for submission would be returned un-opened.
  • Bidders must have a verifiable physical Office in the state.
  • The submitted bids should be orderly.
  • The bidders must bear all the costs.
  • Only pre-qualified bidders at the technical evaluation will be invited at a later date.
  • The College is not bound to prequalify any bidder and reserves the right to annul the Procurement process at any time without incurring liabilities in accordance with section 28 of the Public Procurement Act 2007. For further clarification /enquiries please contact Procurement Unit by Email: procurement@npmcn.edu.ng; and copy registrar@npmcn.edu.ng

DISCLAIMER
This advertisement is published for information and invitation only. The College will not be responsible for any cost or expenses incurred by any interested party/parties in connection with any response to this expression of interest or other submission of the tenders’ document.

Signed
Dr. S. S. Sule, FMCPH
Acting College Registrar