Subscribe email

Keep Up to Date with the Most Important Library News

By pressing the Subscribe button, you confirm that you have read and are agreeing to receiving newsletters from the National Assembly Library Trust Fund.

INVITATION FOR PRE-QUALIFICATION AND EXPRESSION OF INTEREST

INTRODUCTION

The National Assembly Library Trust Fund is an Agency under the National Assembly and proposes to implement the following projects under the 2026 budget. In compliance with the Public Procurement Act 2007, the Trust Fund wishes to invite interested, qualified, reputable, and eligible contractors, vendors, suppliers, service providers and consultants, with relevant experiences to bid for the procurement and execution of the under listed Projects under Categories A, B and C:

  • SCOPE OF WORKS/GOODS/SERVICES
 PROJECT DESCRIPTIONLOCATION
CATEGORY A (WORKS)
W23REPLACEMENT AND INSTALLATION OF BATTERIES FOR UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS AT NALTFNALTF, ABUJA
W24RENOVATION AND UPGRADE OF THE NALTF MULTI-PURPOSE HALL AND SUPPORTING INFRASTRUCTURENALTF, ABUJA
W25PROCUREMENT AND INSTALLATION OF STANDBY POWER GENERATORNALTF, ABUJA
W26SUPPLY AND INSTALLATION OF PROTECTIVE WINDOW LAMINATION FOR NALTF OFFICE BUILDINGSNALTF, ABUJA
W27RENOVATION AND UPGRADE OF THE NATIONAL ASSEMBLY RESEARCH CENTRENALTF, ABUJA
W28PROCUREMENT AND INSTALLATION OF TELEPROMPTERSNALTF, ABUJA
W29PROCUREMENT, INSTALLATION AND DISPLAY OF ARTWORKS AND HERITAGE EXHIBITSNALTF, ABUJA
W30INSTALLATION AND PROVISION OF COMPUTERSNALTF, ABUJA
W31INSTALLATION AND PURCHASE OF PRINTER, PHOTOCOPYING MACHINES AND OTHER OFFICE EQUIPMENTNALTF, ABUJA
W32INSTALLATION AND PURCHASE OF OFFICE EQUIPMENTNALTF, ABUJA
W33INSTALLATION AND PURCHASE OF SCANNERNALTF, ABUJA
W34DEVELOPMENT AND DEPLOYMENT OF NASS LIBRARY MOBILE APPNALTF, ABUJA
W35PURCHASE AND INSTALLATION OF VIDEO WALLNALTF, ABUJA
W36PURCHASE AND INSTALLATION OF ACCESS CONTROLNALTF, ABUJA
W37DEVELOPMENT AND DEPLOYMENT OF TICKETING SYSTEM FOR INCIDENT AND SERVICE REQUEST MANAGEMENTNALTF, ABUJA
W38PROCUREMENT, INSTALLATION, AND CONFIGURATION OF A STORAGE AREA NETWORK (SAN) SYSTEMNALTF, ABUJA
W39INSTALLATION AND PURCHASE OF BOOK SCANNERSNALTF, ABUJA
W40INSTALLATION AND PURCHASE OF FURNITURE AND FITTINGSNALTF, ABUJA
W41MAINTENANCE AND REPLACEMENT OF DAMAGED AND LEAKING PANELS OF SMC MODULAR WATER STORAGE TANK SYSTEMNALTF, ABUJA
W42REHABILITATION WORKS ON GALVANISED STEEL PIPE INFRASTRUCTURE INCLUDING SURFACE TREATMENT AND RECOATINGNALTF, ABUJA
W43PROCUREMENT OF TOUCH-SCREEN DIGITAL DISPLAY BOARDS FOR NALTFNALTF, ABUJA
W44ESTABLISHMENT OF BROADCASTING INFRASTRUCTURENALTF, ABUJA
W45SERVICING AND REPLACEMENT OF FIRE-FIGHTING EQUIPMENTNALTF, ABUJA
W46CONSTRUCTION OF NATIONAL ASSEMBLY ARCHIVESNALTF, ABUJA
W47NALTF NETWORK UPGRADE: HIGH SPEED CAMPUS WI‑FI EXPANSION WITH FAILOVER AND HOTSPOTNALTF, ABUJA
W48ESTABLISHMENT OF A DATA CENTRE FOR THE NATIONAL ASSEMBLY LIBRARYNALTF, ABUJA
W49ESTABLISHMENT OF A DIGITAL DISASTER RECOVERY SITE FOR THE NATIONAL ASSEMBLYNALTF, ABUJA
W50MAINTENANCE OF OFFICE BUILDINGNALTF, ABUJA
CATEGORY B (GOODS)
S30PROCUREMENT OF LIBRARY BOOKS, REFERENCE MATERIALS AND LIBRARY FURNITURENALTF, ABUJA
S31PROCUREMENT OF MEDIA AND COMMUNICATION EQUIPMENTNALTF, ABUJA
S32PURCHASE OF OPERATIONAL VEHICLESNALTF, ABUJA
CATEGORY C (SPECIAL PROJECTS)
SP75CONSULTANCY SERVICES FOR GRANT RESOURCE MOBILISATION NALTF, ABUJA
SP76CONSULTANCY ON NEW TAX LAW OBLIGATIONNALTF, ABUJA
SP77NETWORK INFRASTRUCTURE OPTIMIZATION AND MAINTENANCE (NALTF HQ AND ANNEX)NALTF, ABUJA
SP78EXPANSION OF NASS MUSEUM COLLECTIONSNALTF, ABUJA
SP79DEVELOPMENT AND DEPLOYMENT OF AUDIO GUIDE SYSTEMS WITH GUIDED TOURSNALTF, ABUJA
SP80CONSULTANCY ON DIGITAL DISASTER RECOVERYNALTF, ABUJA
SP81CONSULTANCY ON STORAGE AREA NETWORKSNALTF, ABUJA
SP82CONSULTANCY ON DATA HARMONIZATIONNALTF, ABUJA
SP83SUBSCRIPTION TO ONLINE DATABASES, JOURNALS, SOFTWARE LICENCES, AND INFORMATION SERVICESNALTF, ABUJA
SP84CONSULTANCY ON DIGITISATION OF NASSNALTF, ABUJA
SP85DEVELOPMENT OF NASS MUSEUM SOFTWARENALTF, ABUJA
SP86CONSULTANCY ON RECOVERY OF ALL NATIONAL ASSEMBLY DOCUMENTS AND ARTIFACTS WORLDWIDENALTF, ABUJA
SP87CONSULTANCY ON PRESERVATION AND RESTORATION OF NATIONAL ASSEMBLY RECORDS AND ARTIFACTSNALTF, ABUJA
SP88CONSULTANCY FOR THE PRODUCTION OF BRAND ID TOOLKITSNALTF, ABUJA
SP89CONSULTANCY FOR THE PRODUCTION OF PROMOTIONAL ITEMSNALTF, ABUJA
SP90DEVELOPMENT AND DEPLOYMENT OF KNOWLEDGE MANAGEMENT SYSTEM FOR NASSNALTF, ABUJA
SP91ACQUISITION OF BROADCASTING LICENSES (RADIO & TV)NALTF, ABUJA
SP92ESTABLISHMENT OF A SENIOR LEGISLATIVE AIDE (SLA) RESOURCE MANAGEMENT SYSTEM FOR THE NATIONAL ASSEMBLYNALTF, ABUJA
SP93CONSULTANCY ON REVIEW OF NIGERIAN COLONIAL LAWSNALTF, ABUJA
  • ELIGIBILITY REQUIREMENTS
  • Evidence of a Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including Form CAC 1.1 or CAC 2 and CAC 7. A Business Name is also acceptable in the case of services.
  • Evidence of Company Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the partners in the case of Business Name) for the last three (3) years, valid until December 31, 2026.
  • Evidence of Pension Clearance Certificate, valid until December 31, 2026.
  • Evidence of Industrial Training Fund (ITF) Compliance Certificate, valid until December 31, 2026.
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate, valid until December 31, 2026.
  • Evidence of Registration on the National Database of Federal Contractors, Consultants, and Service Providers by submission of an Interim Registration Report (IRR) expiring on December 31, 2026, or a valid Certificate issued by BPP.
  • Affidavit:
  • disclosing whether any officer of the relevant committees of the National Assembly Library Trust Fund (NALTF) 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 is true and correct in all particulars.
  • that no Director has been convicted in any country for any criminal offense 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 loans or financial liabilities with a bank, other financial institutions, or third parties that are classified as doubtful, non-performing, bad, or whose repayment portion has been outstanding for the last four (4) months.
  • Company’s Audited Accounts for three (3) years: 2023, 2024, 2025.
  • Reference letter from a reputable commercial bank in Nigeria indicating willingness to provide a credit facility for the execution of the project when needed.
  • Company’s profile with Curriculum Vitae of key staff to be deployed for the project, including copies of academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON, ACEN, NEMSA, etc.
  • Evidence of the Firm’s registration with relevant regulatory professional body(ies) such as CMD, COREN/QSRBN/ARCON/CORBON/SURCON/ESVARBON etc.
  • 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.
  • Works: List of Plants/ Equipment with proof of Ownership/Lease Agreement;
  • ICT jobs: Evidence of the firm’s current registration/accreditation with the Computer Professionals Registration Council of Nigeria and the National Information Technology Development Agency (NITDA);
  • For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
  • For Joint Venture/Partnership, a Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Affidavit are compulsory for each JV partner).

Note: All documents for submission must be transmitted with a Covering/Forwarding Letter on the Company/Firm’s Letterhead Paper bearing, among other things, 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 and forward the softcopy to contact.procurement@naltf.gov.ng and the hardcopy dropped at the designated tender box.

  • SUBMISSION OF EOI / PRE-QUALIFICATION

Firms interested in Category C and prequalification are to submit the Expression of Interest (EOI)/technical document for each of the Lot desired, in three (3) hard copies each (one original & two copies) and soft copy forwarded to contact.procurement@naltf.gov.ng . The hardcopies are to be packaged in sealed envelopes and clearly marked as “Technical Bid” or “EOI” and addressed to the Executive Secretary, National Assembly Library Trust Fund (NALTF), National Assembly Library and Research Centre, 3 Arms Zone, Abuja and clearly marked with the name of the project and the Lot number indicated. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box at the Procurement Office, Room 19, Wing B, No 1 River Niger Street, Off Danube Street, Maitama, National Assembly Library Trust Fund, Annex Office, Abuja, on or before 12:00 noon on Thursday, May 21, 2026.

  • OPENING OF EOI / TECHNICAL BIDS

The EOIs and the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Thursday, May 21, 2026,at the National Assembly Library Trust Fund, Annex Office, Multi-Purpose Hall, Wing B, No 1 River Niger Street, Off Danube Street, Maitama, Abuja, in the presence of bidders or their representatives. Please ensure that you sign the Bid Submission Register in the office of the Procurement Department as the National Assembly Library Trust Fund (NALTF) will not be held liable for misplaced or wrongly submitted bids. For further enquiries contact Procurement Department on contact.procurement@naltf.gov.ng on or before 48 hours to bid submission deadline.

  • GENERAL INFORMATION:
    • EOIs/Bids submitted after the deadline for submission will be returned unopened;
    • Bidders should not bid for more than two (2) lots;
    • All costs will be borne by the bidders;
    • The EOIs/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. An invitation link will be sent to bidders who choose to join the bid opening online;
    • Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for Invitation to Tender;

Signed

Management

NALTF, ABUJA

Add a comment

Leave a Reply

Your email address will not be published. Required fields are marked *