Background Image

UNIVERSITY OF LAGOS, NIGERIA-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

UNIVERSITY OF LAGOS, NIGERIA
INVITATION TO TENDER

1. INTRODUCTION
The University of Lagos Nigeria is a federal tertiary institution established by the University of Lagos Act, 1967 (as amended) CAP U9 Laws of the Federal Republic of Nigeria, 2004, with its main campus at Akoka, Lagos. The University is desirous of embarking on the under-listed projects and as such, qualified suppliers are hereby invited to submit bids for the projects as described.

2. DESCRIPTION OF PROJECTS

LOT  PROJECTS CONTRACT NO SOURCE OF FUND
1 Procurement, Installation and Commissioning of Laboratory Equipment to Faculty of Dental Sciences UL/NA/2025/01 Needs Assessment
2 Procurement, Installation and Commissioning of Equipment For Faculty of Art UL/NA /2025/01

3. ELIGIBILITY REQUIREMENTS FOR ALL LOTS:
Interested Contractors/Companies are required to submit the following documents in sequential order as listed below:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC), including Forms CAC₂ and CAC₇, (or CAC₁₁)
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (i.e. 2022, 2023 and 2024) valid till 31st December, 2025.
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (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, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is ₦50m and above).
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT COLLEGE, KWALI, ABUJA, FCT-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, KWALI, ABUJA, FCT.
INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Federal Government College, Kwali, Abuja, FCT in the 2025 Appropriation Act, for the execution of policies, programmes and projects toward achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence and experiences to submit tenders for the execution of the following projects:

2. A. SCOPE OF WORKS
LOT PROJECT TITLE LOCATION
W1. RENOVATION OF E – LIBRARY FGC KWALI

B. SCOPE OF GOODS
G1. PURCHASE OF 150 CLASSROOM TABLES AND CHAIRS FOR STUDENTS FGC KWALI

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC2 and CAC7;
b. Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2022,2023 & 2024) valid till 31st December, 2025; with minimum average turnover of N200 million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (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, 2025 (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, 2025;
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, 2025 or valid Certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Federal Government College, Kwali, Abuja, FCT 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 – 2022,2023 & 2024;
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 practice Licence such as ARCON,COREN,QSRBN,CORBON etc.;
k. 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;
l. List of Plants/Equipment with proof of Ownership, Lease Agreement and Equipment Leasing Registration Authority (ELRA’s) Registration Certificate;
m. Evidence of Original Equipment Manufacturers (OEM)/Authorised Representative (For Goods Only)
n. Evidence of Registration with NITDA and Certification (For Services Only)
o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating Lead Partner among others (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner); and
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 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.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL GOVERNMENT COLLEGE, VANDEIKIYA, BENUE STATE-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL GOVERNMENT COLLEGE, VANDEIKIYA, BENUE STATE
INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has allocated Funds to the Federal Government College, VandeiKiya, Benue State in the 2025 Appropriation Act, for the execution of policies, programmes and projects toward achieving the mandate of the College. Accordingly, the College wishes to invite reputable contractors with relevant proven competence and experiences to submit tenders for the execution of the following projects:

2. A. SCOPE OF WORKS

LOT  PROJECT TITLE LOCATION
W1 RENOVATION OF EXISTING HOSTELS FGC VANDEIKIYA

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC2 and CAC7;
b. Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2022,2023& 2024) valid till 31st December, 2025, with minimum average turnover of N200 million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (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, 2025 (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, 2025;
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, 2025 or valid Certificate issued by BPP;

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL MINISTRY OF SOLID MINERALS DEVELOPMENT, ABUJA-RE: INVITATION FOR TENDER/PREQUALIFICATION/EXPRESSION OF INTEREST (EOI) FOR GOODS, WORKS AND SERVICES FOR EXECUTION OF 2025 APPROPRIATION

FEDERAL MINISTRY OF SOLID MINERALS DEVELOPMENT
MINERALS & METALS COMPLEX, NO 2, LAUNDA CRESENT
OFF ADE TOKUNBO ADEMOLA CRESCENT, WUSE II, ABUJA
CORRIGENDUM
RE: INVITATION FOR TENDER/PREQUALIFICATION/EXPRESSION OF INTEREST (EOI) FOR GOODS, WORKS AND SERVICES FOR EXECUTION OF 2025 APPROPRIATION

1.0. The Federal Ministry of Solid Minerals Development Science wishes to draw the attention of prospective Bidders and General Public to the Ministry’s Advertisement in the Nation and Tribune Newspapers of Monday 27th October, 2025 and the Federal Tender Journal of Monday October 27th – Sunday November 9th, 2025 Vol. 21 No. 22.

2.0 The Ministry wishes to withdraw its solicitation of tenders for the following projects:

LOT NO PROJECT TITLE
CATEGORY A:
W7 PROVISION AND INSTALATION OF 5TON ORE OF GOLD PROCESSING PLANT WITH ACCESSORIES IN MINNA, NIGER STATE
W8 CONSTRUCTION OF THE GEMSTONE LAPIDARY/TRADING FACILITY AND RELEVANT INFRASTRUCTURE IN EKITI STATE.
W10 CONSTRUCTION/CIVIL WORK AND RELEVANT INFRASTRUCTURE FOR THE BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE.
W11 CONSTRUCTION/CIVIL WORK OF 5-TON PER DAY ORE OF GOLD PROCESSING PLANT AND RELEVANT INFRASTRUCTURE IN MINNA, NIGER STATE.
W12 OFFICE SPACE REALIGNMENT: CAPTURE DATA OF OFFICE SPACE OCCUPATION. CAPTURING DATA THROUGH AUTOMATED SYSTEMS. TABLETS INSTALLED WITH APPS FOR THE CAPTURING.ANALYTICS OF THE DATA. PARTITIONING AND REALLOCATION OF OFFICES.
CATEGORY B:
G4 PROVISION OF ALTERNATIVE SOURCE OF POWER FOR THE GEMSTONE LAPIDARY/TRADING FACILITY IN EKITI STATE
G5 SUPPLY AND INSTALLATION OF THE GEMSTONE LAPIDARY AND JEWELRY PROCESSING EQUIPMENT AT THE GEMSTONE LAPIDARY/TRADING FACILITY IN EKITI STATE
G6 PROCUREMENT EQUIPMENT AND WORKING TOOLS TO AID FORMALIZATION PROCESS
G7 PROCUREMENT OF EQUIPMENT FOR BIOMETRIC DATA CAPTURING
G9 PROCUREMENT OF EQUIPMENT, TOOLS TO ACTUALIZE SAFER MINING
G14 PROCUREMENT OF OFFICE EQUIPMENT FOR THE BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE
G15 PROVISION OF ALTERNATIVE SOURCE OF POWER FOR THE BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE
G16 SUPPLY OF METALLURGICAL LABORATORY EQUIPMENT FOR THE 5TON/DAY ORE OF GOLD PROCESSING PLANT IN MINNA, NIGER STATE
G17 SUPPLY AND INSTALLATION OF BRICK AND MAKING EQUIPMENT AT THE BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE.
G18 SUPPLY AND INSTALLATION OF POTTERY MAKING EQUIPMENT AT THE BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE.
CATEGORY C:
C6 ENGAGEMENT OF CONSULTANT TO CONDUCT FEASIBILITY STUDIES AND PLANNING FOR THE ESTABLISHMENT OF 5-TON PER DAY GOLD PROCESSING PLANT IN MINNA, NIGER STATE.
C13 ENGAGEMENT OF CONSULTANT FOR LAND ACQUISITION AND DOCUMENTATION FOR THE ESTABLISHMENT OF GEMSTONE LAPIDARY/TRADING FACILITY IN EKITI STATE
C14 ENGAGEMENT OF CONSULTANT FOR FORMALIZATION OF ARTISANAL MINERS WITHIN 100 KM RADIUS OF THE LOCATION OF THE GEMSTONE LAPIDARY/ TRADING FACILITY IN EKITI STATE
C15 ENGAGEMENT OF CONSULTANT FOR LAND ACQUISITION AND DOCUMENTATION FOR THE ESTABLISHMENT OF 5-TON PER DAY GOLD PROCESSING PLANT IN MINNA, NIGER STATE.
C16 ENGAGEMENT OF CONSULTANT FOR FORMALIZATION OF ARTISANAL MINERS WITHIN 100KM RADIUS OF THE LOCATION OF THE 5TON/DAY GOLD PROCESSING PLANT IN MINNA, NIGER STATE
C17 ENGAGEMENT OF CONSULTANT FOR LAND ACQUISITION AND DOCUMENTATION FOR THE ESTABLISHMENT OF BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE.
C18 ENGAGEMENT OF CONSULTANT FOR FORMALIZATION OF ARTISANAL MINERS WITHIN 100KM RADIUS OF THE LOCATION OF THE BRICK AND POTTERY CENTRE IN OTUKPO, BENUE STATE
C20 ENGAGEMENT OF CONSULTANT FOR REVALIDATION OF ABANDONED MINE SITES IN THE NORTH CENTRAL, NORTHEAST AND NORTH WEST ZONES.
C21 ENGAGEMENT OF CONSULTANT FOR REVALIDATION OF ABANDONED MINE SITES IN THE S OUTH-SOUTH, SOUTH EAST AND SOUTH WEST ZONES.

3.0 The Ministry wishes to invite solicitation of tenders for:
C44 ENGAGEMENT OF CONSULTANT FOR PROJECT SUPERVISION AND CERTIFICATION ACROSS THE COUNTRY

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNIVERSITY OF MEDICAL SCIENCES, ONDO STATE-EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF FINANCIAL FORENSIC INVESTIGATOR

UNIVERSITY OF MEDICAL SCIENCES
LAJE ROAD, ONDO, ONDO STATE
WEBSITE: www.unimed.edu.ng
ADVERTISEMENT FOR EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF FINANCIAL FORENSIC INVESTIGATOR

The University of Medical Sciences, Ondo City, Ondo State (UNIMED) was established by the Ondo State Government in year 2014. The Ondo State Government recently set up Visitation Panel to examine the activities and operations of the University for the period of 2020 to 2024. One of the recommendations of the Visitation Panel is that the University should carry out a Financial Forensic Investigation of financial transactions for the period of 2020 to 2024.
In view of this, the University hereby invites reputable and qualified firms to submit Expression of Interest (EOI) for the engagement of a Financial Forensic Investigator to undertake a financial forensic investigation of the University’s financial records.

SCOPE OF WORK
The Scope of Works shall include, but not limited to, the following:
1. Examination and analysis of the University’s books of accounts, financial statements, and related records;
2. Identification and investigation of any financial irregularities, misappropriations, or fraudulent activities;
3. Review of internal control systems and recommendations for strengthening same;
4. Provide integrity report on usage of approved cash advances during the report; and
5. Preparation and submission of comprehensive Financial Forensic Investigation Report detailing findings, evidence and actionable recommendations

ELIGIBILITY AND QUALIFICATION REQUIREMENTS
Interested firms must possess the following qualifications and competencies:
1. Evidence of registration with the Corporate Affairs Commission (CAC) and current Tax Clearance Certificate (last three years)
2. Profile of the firm with verifiable evidence of similar assignments carried out in the last five years, preferable for public institutions
3. The Lead Consultant must:
A. Be a Chartered Accountant (Member of ICAN or ANAN or equivalent)
B. Hold relevant Financial Forensic Investigation or Fraud Examination certification (e.g Certified Institute of System Auditors (CISA), or equivalent certified institutes of forensic investigations and fraud examiners)
C. Have not less than 10 years post qualification experience including a minimum of 5 years in financial forensic investigation
4. Evidence of registration with relevant professional bodies and current practising license
5. Curriculum Vitae (CV) of key professionals to be engaged for the assignment

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

SUSTAINABLE POWER AND IRRIGATION FOR NIGERIA (SPIN) PROJECT-INVITATION TO EARLY MARKET ENGAGEMENT (EME) FOR HYDROPOWER MASTER PLAN AND STRATEGIC ENVIRONMENTAL AND SOCIAL ASSESSMENT (SESA) DEVELOPMENT EVENT

FEDERAL GOVERNMENT OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES AND SANITATION IN COLLABORATION WITH FEDERAL MINISTRY OF POWER
SUSTAINABLE POWER AND IRRIGATION PROJECT FOR NIGERIA (SPIN)
PROJECT ID: P179684 | FINANCING: INTERNATIONAL DEVELOPMENT ASSOCIATION (IDA)

INVITATION TO EARLY MARKET ENGAGEMENT (EME) FOR HYDROPOWER MASTER PLAN AND STRATEGIC ENVIRONMENTAL AND SOCIAL ASSESSMENT (SESA) DEVELOPMENT EVENT
Request for Participation – In-Person and Virtual (Hybrid) Consultative Meeting

The Federal Government of Nigeria on behalf of the Federal Ministry of Water Resources and Sanitation (FMWR&S) in collaboration with Federal Ministry of Power (FMP) has received financing from the World Bank toward the cost of implementing the Sustainable Power and Irrigation for Nigeria (SPIN) Project, a transformational US$500 million national initiative aimed at enhancing dam safety, modernizing irrigation systems, and supporting climate-resilient hydropower development in selected states.

The SPIN Project under sub-component 1.1.3 will Prepare (i) A National Hydropower Masterplan (HMP) to serve as a strategic blueprint for identifying, prioritising and guiding national hydropower development. (ii) A Strategic Environmental and Social Assessment (SESA) to ensure hydropower investments aligns with environmental sustainability, social inclusion, and climate resilience. The SESA will provide a framework for managing cumulative impacts, safeguarding ecosystems, and promoting equitable development. These instruments will complement the Water Resources Master Plan, inform Nigeria’s Integrated Resource Plan, and support integration of variable renewable energy to the national power grid.

OBJECTIVES OF THE CONSULTANCY
• Prepare a Hydropower Master Plan (HMP) for all river basins in Nigeria.
• Conduct an integrated Strategic Environmental and Social Assessment (SESA) alongside the HMP.
• Engage stakeholders throughout the process.
• Build capacity within relevant ministries and agencies for integrated hydropower planning.
• Analyze preferred hydropower portfolios and assess cumulative impacts.

OBJECTIVE OF THE EME
1. To gather feedback to help shape the ToR, and the procurement for the Master Plan and SESA.
2. To Inform and align expectation to clarify project scope, timelines and regulatory requirement
3. Help Mitigate Risk to address environmental and social concerns early in the planning phase of the project planning
4. Create awareness and elicit the interest of hydropower consulting firms in the preparation of the Nigeria hydropower master plan
5. To build partnership by encouraging collaboration among stakeholders.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

SEPLAT EAST ONSHORE LIMITED-INVITATION TO TENDER FOR PROVISION OF LAND DRILLING RIG FOR SEPLAT EAST

SEPLAT EAST ONSHORE LIMITED
(ON BEHALF OF THE NNPC/SEPLAT JOINT VENTURE)
TENDER OPPORTUNITY: PROVISION OF LAND DRILLING RIG FOR SEPLAT EAST
NIPEX SHOPPING CART – 1000008136
ES/NCDMB/IPP/SEPLAT-ADV-100564 /031125

1.0 INTRODUCTION:
Seplat Energy, an operator of the NNPC/Seplat Joint Venture, invites interested and prequalified companies with relevant experience in the Provision of Land Drilling Rigs required to execute drilling, completion, and workover operations in the Eastern Assets.

2.0 SERVICES REQUIRED/SCOPE OF WORK:
The scope of work includes the provision of a 2000HP/10K Land drilling rig, ancillary equipment, and related services. At a minimum, the contractor is expected to supply and provide the following:
• Land Drilling Unit and Associated equipment
• Consumables / Spare parts and
• Other related equipment and personnel

The contract is expected to run for two (2) years with an option to extend for an additional one (1) year, subject to performance and project requirements.

3.0 MANDATORY REQUIREMENTS:
1. To be eligible for this tender exercise, interested Companies are required to be pre-qualified in the Product Group 3.04.01 (Category A) – Drilling Rigs and Production/ Drilling Services (Semisubmersibles / Jack-ups / Others) in NipeX Joint Qualification System (NJQS). All successfully pre-qualified contractors in this category will receive an invitation to Tender (ITT).

2. To determine if you are pre-qualified and to view the product/service category you are listed for: Open http://vendors.nipex-ng.com and access NJQS with your log in details. Click on the Products/-Services Status tab to view your status and product codes.

3. If you are not listed in a Product/Service category and you are registered with NUPRC (Nigerian Upstream Petroleum Regulatory Commission) to do business, contact NipeX office at No 27B, Onyikan Abayomi Drive, Ikoyi, Lagos with your NUPRC certificate as evidence for verification and necessary update.

4. To initiate the NJQS pre-qualification process, access www.nipex-ng.com, click on services tab followed by NJQS registration.

5. Any entity intending to bid as a joint venture/alliance must demonstrate a genuine alliance or joint venture with details on scope and responsibilities of parties for this work, and payment arrangements. Such companies must show evidence of joint ventures via a legally binding agreement duly signed by the Chief Executive Officer (CEO) of both companies. In the absence of a binding legal agreement relating directly to this activity, the company submitting the response on behalf of the alliance/joint venture must supply the power of attorney authorizing it to do so.

6. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.
a. In the section below:

7. “OGTAN” shall mean Oil and Gas Trainers Association of Nigeria and
a. “Tenderer” shall mean bidder.

4.0 NIGERIAN CONTENT DEVELOPMENT:
SEPLAT, as an indigenous Exploration and Production Company in Nigeria, is committed to the development of the capabilities of Nigerian companies in compliance with the provisions of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 for Nigerian Content Development.

Tenderers are to note that they will be requested in the technical tender to provide details of their relevant strategy to ensure that they fully comply with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at http://www.ncdmb.gov.ng/images/GUIDELINES/NCACT.pdf, in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:
• Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
• Furnish details of company ownership and shareholding structure. Also submit photocopies of its CAC Forms CO2 and CO7.
• Tenderer shall submit project specific organogram clearly showing distribution Nigerian and Expatriate staff to be deployed on the project – thisshould include both Management and non-management.
• Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work. this should include detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
• Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities).
• In line with the NCD Human Capacity Development Initiative, Bidder shall commit to providing Project-Specific training, man-hour, budget, skill development and under-study plan for Nigerian personnel utilizing
• OGTAN registered trainer(s) or other approved NCDMB training institution(s).
• Provide evidence of NCRC (Nigerian Content Rig Certificate)
• Evidence of Registration on the NCDMB NOGIC JQS Portal.
• All procurement activity must be done through a registered Nigerian vendor(s) with valid NCEC for the item to be procured.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

COUNCIL FOR THE REGULATION OF FREIGHT FORWARDING IN NIGERIA (CRFFN)-EXPRESSION OF INTEREST (EOI) FOR THE ENGAGEMENT OF CONSULTANTS AND INSURANCE SERVICE PROVIDER

COUNCIL FOR THE REGULATION OF FREIGHT FORWARDING IN NIGERIA (CRFFN)
EXPRESSION OF INTEREST (EOI) FOR THE ENGAGEMENT OF CONSULTANTS AND INSURANCE SERVICE PROVIDER

1.0. INTRODUCTION
The Council for the Regulation of Freight Forwarding in Nigeria (CRFFN), was established by CRFFN Act NO 16 of 2007 and charged with the responsibility to regulate and control the Practice of Freight Forwarding activities in Nigeria, and to ensure compliance with global best practice. In line with the provisions of the Public Procurement Act, 2007, the Council hereby invites interested, competent, and reputable consultancy firms and Insurance service provider to submit Expression of Interest (EOI) for the provision of the following consultancy services under its 2025 budget.

LOTS AND DESCRIPTION OF SERVICE

  • CAPACITY BUILDING FOR FREIGHT FORWARDERS
    Lot 1: Capacity Building for Freight Forwarders North-West (Kano State) South- South (Port-Harcourt) and South West (Lagos State)
  • HUMAN CAPITAL DEVELOPMENT FOR REVENUE GENERATION ENHANCEMENT
    Lot 1: Human Capital Development for revenue Generation Enhancement (Lagos, Abuja, Port Harcourt and Kano State)
  • TRANSPORTATION RISK MANAGEMENT
    Lot 1: Engagement of an Insurance Service Provider for the provision of comprehensive Insurance Cover for the Council’s Fleets

2.0. ELIGIBILITY REQUIREMENTS
Interested consultants are required to submit the following documents, which shall be used as criteria for technical evaluation:
1. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including CAC Forms 7 & 2 or CAC 1.1 valid till December, 2025;
2. Evidence of Firm’s Tax Clearance Certificate for the last three (3) years valid still December, 2025;
3. Evidence of Pension Clearance Certificate valid as at the date of submission (in compliance with Section 16(6)(d) of the PPA 2007) valid till December, 2025;
4. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till December, 2025;
5. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till December, 2025;
6. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of the Interim Registration Report (IRR) or valid Certificate Issued by the BPP valid till December, 2025;
7. Company’s Profile, including a list of key professionals, their qualifications (attach CVs), and evidence of registration with relevant professional bodies;
8. Verifiable documentary evidence of at least three (3) similar consultancy services executed in the last five (5) years, including letters of award, job completion certificates, and reference letters;
9. Evidence of financial capability to execute the project, including reference letter from a reputable bank.
10. Audited Accounts of the Firm for the last three (3) years (2022, 2023, 2024);
11. Statement of Account for the Last three (3) years (2022, 2023, 2024);
12. Sworn Affidavit disclosing:
• That the company is not in receivership, insolvent or bankrupt;
• That none of the company’s directors has been convicted in any court for any criminal offence involving fraud or financial impropriety;
• That all documents submitted are true and correct in all particulars;
• That the company is not debarred from participating in public procurement in Nigeria.
Additional Requirements for Transportation Risk Management (Insurance Service Provider)
In addition to the above general requirements, firms applying for Transportation Risk Management must also submit:
• Evidence of Registration with the National Insurance Commission (NAICOM)
• Evidence of Membership of the Nigeria Council of registered Insurance Broker (NCRIB)
• Evidence of valid Professional Indemnity Cover for the firm/company
• Evidence of Financial Reporting Council to ensure compliance with regulatory requirements and
• Proof of relevant experience in providing Insurance cover for Government Agencies or Corporate Organisations

3.0. TENDER ADMINISTRATION FEE:
Interested firms/company are required to pay a non- refundable tender fee of Fifty Thousand Naira (N50,000) per Lot, Evidence of payment must be submitted along with the Proposal.
Payment should be made through REMITA (www.remita.net)

4.0. SUBMISSION OF EOI DOCUMENTS:
Interested firms are to submit one (1) original and two (2) copies of their Expression of Interest documents in a sealed envelope clearly marked:

CAPACITY BUILDING FOR FREIGHT FORWARDERS
• Lot 1: Capacity Building for Freight Forwarders North-West (Kano State) South- South (Port-Harcourt) and South West (Lagos State)

HUMAN CAPITAL DEVELOPMENT FOR REVENUE GENERATION ENHANCEMENT
• Lot 1: Human Capital Development for revenue Generation Enhancement (Lagos, Abuja, Port Harcourt and Kano State).

TRANSPORTATION RISK MANAGEMENT
• Lot 1: Engagement of an Insurance Service Provider for the provision of comprehensive Insurance Cover for the Council’s Fleets

The envelope should be addressed and delivered to:
The Acting Head of Procurement,
Council for the Regulation of Freight Forwarding in Nigeria (CRFFN)
Address: No.1 Joseph Harden CRFFN Headquarters Marina, Lagos

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

BANK OF INDUSTRY (BOI)-REQUEST FOR EXPRESSION OF INTEREST (RFEoI) FOR ENTERPRISE SUPPORT ORGANISATIONS (ESOs) TO DELIVER START UP COMPETITION, HACKATHONS AND MENTORSHIP – NORTH FOR THE IMPLEMENTATION OF ISLAMIC DEVELOPMENT BANK (IsDB) FUNDING OF THE INVESTMENT IN DIGITAL AND CREATIVE ENTERPRISES (iDICE) PROGRAMME

REQUEST FOR EXPRESSION OF INTEREST (RFEoI) FOR ENTERPRISE SUPPORT ORGANISATIONS (ESOs) TO DELIVER START UP COMPETITION, HACKATHONS AND MENTORSHIP – NORTH FOR THE IMPLEMENTATION OF ISLAMIC DEVELOPMENT BANK (IsDB) FUNDING OF THE INVESTMENT IN DIGITAL AND CREATIVE ENTERPRISES (iDICE) PROGRAMME

Technology and Creative Sector
Financing Agreement Reference: 2000200005160
Project ID No.: P-NG-K00-009

Background
The BANK OF INDUSTRY (BOI) has received financing from the Islamic Development Bank toward the cost of the programme: Investment in Digital and Creative Enterprises (iDICE), and intends to apply part of the proceeds of this financing to eligible payments under the contract of consultancy services of an Individual Consultant for which this Expression of Interest (EOI) is issued. The services include development of an implementation plan to deliver competitions and hackathons to support innovative startups in the technology and creative ecosystems and follow up with mentorship support, while supporting the objectives of the programme and ensuring adherence to relevant regulatory guidelines and global best practices. The assignment is for the period of one year. The detailed Terms of Reference (ToR) for the assignment can be found at www.boi.ng/idicetor. The Bank of Industry (BOI) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants must provide specific information, which demonstrates that they are fully qualified to perform the services. (Brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.).

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

BANK OF INDUSTRY (BOI)-REQUEST FOR EXPRESSION OF INTEREST (RFEoI) FOR CONSULTANT FOR ECONOMIC EMPOWERMENT STUDIES FOR THE IMPLEMENTATION OF ISLAMIC DEVELOPMENT BANK (IsDB) FUNDING OF THE INVESTMENT IN DIGITAL AND CREATIVE ENTERPRISES (iDICE) PROGRAMME

REQUEST FOR EXPRESSION OF INTEREST (RFEoI) FOR CONSULTANT FOR ECONOMIC EMPOWERMENT STUDIES FOR THE IMPLEMENTATION OF ISLAMIC DEVELOPMENT BANK (IsDB) FUNDING OF THE INVESTMENT IN DIGITAL AND CREATIVE ENTERPRISES (iDICE) PROGRAMME

Technology and Creative Sector
Financing Agreement Reference: 2000200005160
Project ID No.: P-NG-K00-009

Background
The BANK OF INDUSTRY (BOI) has received financing from the Islamic Development Bank (IsDB) toward the cost of the programme: Investment in Digital and Creative Enterprises (iDICE). BOI intends to apply part of the proceeds of this financing to eligible payments under the contract for consultancy services for which this Expression of Interest is issued.

The services include conducting comprehensive economic empowerment studies to analyze socio-economic barriers, evaluate existing policies, and propose actionable strategies to enhance inclusivity and sustainable growth, particularly for women, youth, and marginalized groups in the digital and creative sectors. The assignment is for a period of eight (8) months and is expected to commence by towards the end of Q4 2025.

The detailed Terms of Reference (ToR) for the assignment can be found at www.boi.ng/idicetor.

The Bank of Industry (BOI) now invites qualified consultants (“Consultants”) to indicate their interest in providing the services. Interested Consultants must provide specific information which demonstrates that they are fully qualified to perform the services. Individual consultants affiliated with an organization may also submit interest.

The shortlist will be drawn up following the evaluation of CVs and useful information in response to this notice of expression of interest including references. Potential candidates will be required to provide information on their general qualifications as an individual consultant, their mission-relevant experience, their experience in the region and sector as well as their language ability.

A consultant will be selected in accordance with the selection method applicable to individual consultants as defined in the IsDB Guidelines for the Procurement of Consultant Services under IsDB Project Financing including Procurement policy and practices, effective April 2019 (Revised February 2023).