1. INTRODUCTION
The Agricultural and Rural Management Training Institute (ARMTI), Ilorin, was established in 1980 by the Federal Government with a loan from the World Bank to build and strengthen Human Resources Management capacity in the Agricultural and Rural Sector of the Nigerian economy.
The Institute became a parastatal of the Federal Ministry of Agriculture and Rural Development with the promulgation of Decree No. 37 of December 31, 1984, now Agricultural and Rural Management Training Institute (ARMTI) Act Cap 11 Vol. 1, Law of the Federation of Nigeria, 1990.
2. PROJECT DESCRIPTION
- A. WORKS: Construction Works
- B. GOODS: Procurement of Goods
- C. CONSULTANCY: Request for Submission of Expression of Interest
2.1 CATEGORY A: WORKS
- LOT 1: Provision and Installation of Solar Street Lights within Kabo/Gwarzo Federal Constituency, Kano State.
2.2 CATEGORY B: GOODS
- LOT 2: Supply of Rice to the People of Gwarzo/Kabo Federal Constituency, Kano State.
- LOT 3: Supply of Grains to Lagos Island I Federal Constituency.
- LOT 4: Supply of Agricultural Implements to Water Communities in Ipokia Local Government, Ogun State.
2.3 CATEGORY C: CONSULTANCY
- LOT 5: Capacity Building and Empowerment on Fertilizer Usage for Farmers in Various Rural Communities in Ipokia Local Government Area, Ogun State.
3. ELIGIBILITY REQUIREMENTS
Interested and competent Contractors and Consulting Firms/Individual Consultants wishing to carry out the projects listed above are required to submit the following documents:
- 1. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7.
- 2. Evidence of Company Income Tax Clearance Certificate for the last three (3) years, valid till 31st December, 2025.
- 3. Evidence of current Pension Compliance Certificate valid till 31st December, 2025.
- 4. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025.
- 5. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025.
- 6. 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 a valid certificate issued by BPP.
- 7. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Agricultural and Rural Management Training Institute or then Bureau of Public Procurement is a former or present Director, shareholder of has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars
- 8. Company’s Audited Accounts for the last three (3) years – 2022, 2023, and 2024.
- 9. Evidence of financial capability to execute the projects by submission of Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
- 10. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN ARCON, CORBON etc.)
- 11. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation/Job Completion Certificates and Photographs of the projects
- 12. For Works: List of Plants/Equipment with proof of Ownership or Lease (where applicable).
- 13. Service: Evidence of registration with relevant professional/technical bodies such as COREN, Centre for Management Development (CMD), NITDA etc. for category ’A’ and ‘C’.
- 14. For Supply of Equipment: Letter of Authorization from Original Equipment Manufacturers (OEMs).
- 15. Evidence of Remita payment for Bidding Documents.
- 16. 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 ae compulsory for each Joint Venture/ Partnership.
- 17. All documents for submission must be transmitted with a covering/forwarding letter under the company/firm’s letter head paper bearing among others the Registration Number (RC) as issued be the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No) and the E-mail Address. The letter head paper must bear names and nationalities of Directors of the Company at the bottom of the page duly signed by authorized officer of the firm.
Note: The above listed requirements shall form part of the Bids Evaluation Criteria and non-compliance with any of the stated criteria shall result in automatic disqualification of the bidder. Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in Public Procurement Act, 2007.
4. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
Interested companies are to collect tender documents at the Procurement Unit of the Institute’s Headquarters in Ilorin upon presentation of evidence of payment of a non-refundable tender fee of ₦10,000.00 per Lot. Firms applying for Consultancy Services will not pay at this stage.
5. SUBMISSION OF TENDER DOCUMENTS (GOODS & WORKS)
- Completed Technical and Financial bids shall be submitted in two (2) copies each — one original and one copy — in separate sealed envelopes clearly marked “TECHNICAL BID” and “FINANCIAL BID”, enclosed in a third envelope indicating the project title and lot number marked at top right-hand corner and addressed to the Executive Director, Agricultural and Rural Training Institute (ARMTI), Km 18, Ilorin-Ajase-Ipo, P.M.B 1343 Ilorin, Kwara State.
- The Company Name and Address must be written on the reverse side of the envelope.
- All submissions must reach the Executive Director not later than 12:00 noon, Monday, 23rd March, 2026.
6. SUBMISSION OF EXPRESSION OF INTEREST (EOI)
Interested Consultancy firms are to submit Expression of Interest (EOI) in two (2) hard copies (one original & one copy) not later than 12:00 noon, Monday, 9th March, 2026.
7. OPENING OF DOCUMENTS
Submitted bids shall be opened immediately after the submission deadline at 12:00 noon on Monday, 23rd March, 2026, at the Institute’s Conference Hall, ARMTI, Ilorin. NGOs, Anti-Corruption Agencies, and the general public are invited to witness the bid opening.
8. GENERAL INFORMATION
- Bids must be in English and signed by an authorized official.
- Late submissions shall be returned unopened.
- Bidders shall not bid for more than two (2) Lots.
- Category A & B:(Goods & Works) Only pre-qualified bidders at technical evaluation will be invited at a later date for collection of Tender documents
- Category C (Consultancy): only shortlisted firms will be invited at a later date for collection of Request for Proposals.
- Category C (Consultancy): only shortlisted firms will be invited at a later date for collection of Request for Proposals.
- The Agricultural and Rural Management Training Institute (ARMTI) Ilorin is not bound to pre-qualify any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities as stipulated in section 28(b) of the Procurement Act, 2007
