The Secretary to the Government of the Federation, Sen. George Akume, CON, has inaugurated the Committee to review the Public Procurement Act 2007 in line with current economic realities in the Country.
Sen. Akume in his inaugural speech recalled that the Public Procurement Act 2007 was...
NIGERIA MARITIME UNIVERSITY OKERENKOKO, DELTA STATE, NIGERIA INVITATION TO TENDER FOR 2025 TETFUND INTERVENTION FOR ICT SUPPORT
INTRODUCTION The Nigeria Maritime University, Okerenkoko, Delta State, in accordance with the requirements of the Public Procurement Act, 2007 and other extant government regulations, intends to undertake the procurement of ICT Hardware and Capacity Development for Year 2025 TETFund Intervention for ICT Support following allocation of funds.
Competent and experience firms with relevant experience and good track record of prompt delivery of similar projects are hereby invited to submit bids for pre-qualification and tender exercise for the projects listed below:
PROJECT DESCRIPTION LOT | DESCRIPTION OF PROJECTS Lot 1 | Procurement of ICT Hardware Lot 2 | Capacity Development
2. ELIGIBILITY REQUIREMENTS Competent and interested companies who have requisite experience and desire to execute the projects are required to submit the following documents with verifiable evidence for assessment and consideration: i. Certificate of Incorporation and Registration with Corporate Affairs Commission (CAC) including form CAC2 and CAC7 ii. Evidence of Company Tax Clearance Certificate for the last three years, valid till 31st December 2025 iii. Evidence of Pension Compliance Certificate (PENCOM) valid till 31st December 2025 iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 v. Evidence of National Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025 vi. 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 vii. A sworn affidavit specifying that the company is not in receivership, insolvent or bankrupt, and none of the Directors has been convicted in any court for any criminal offence, including fraud and financial impropriety; and that no officer of the University, BPP or Federal Ministry of Education is a former or present Director or Shareholder or has a pecuniary interest in the bidder; and confirming that all information presented in its bid are true and correct in all particulars. viii. Comprehensive company profile indicating organizational structure with curriculum vitae for key staff to be deployed for the project, including copies of their Academic, Professional qualifications such as: COREN, QSRBN, ARCON and resumes of key managerial and technical staff with address; phone numbers and e-mail addresses. ix. Verifiable evidence of similar services, jobs or assignments successfully executed in the past x. Reference letter from a Bank stating the financial ability of the Vendor to carry out such project(s) xi. Letter of Authorization from the Original Equipment Manufacturer (OEM) xii. 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 Joint Venture xiii. All documents for submission shall be transmitted with a forwarding letter under the Company/Firm’s Letter headed paper bearing amongst others, Registration number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (Preferably GSM No.), and Email Address. The Letter headed paper shall bear Names and Nationalities of the Directors of the Company at the bottom, duly signed by the authorized officer of the firm.
3. COLLECTION OF TENDER DOCUMENTS Interested Companies are to collect Standard Bidding Documents from the Procurement Division (Office of the Vice-Chancellor), Nigeria Maritime University, Okerenkoko, Delta State between 9am – 4pm (Monday-Friday) on payment of a non-refundable fee of Ten Thousand Naira (N10,000) only to be paid into Nigeria Maritime University, Okerenkoko TSA Remita Internally Generated Revenue Account with CBN through any Commercial Bank and obtain receipt from the Bursary Department.
4. SUBMISSION OF TENDER DOCUMENTS Prospective bidders are to submit bid for each of the Lot desired, and two (2) hard copies each of the technical and financial bids with softcopy of financial bids only in MS Excel format package separately in a sealed envelope and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, the two sealed envelopes should be enclosed in a bigger sealed envelope clearly marked with “Name of Project” and “Lot No” on the right-hand corner, the name of the Bidder on the reverse side of the envelope and addressed to: The Vice-Chancellor, Nigeria Maritime University, Okerenkoko, Delta State Attn: Head, Procurement Division Nigeria Maritime University, Okerenkoko, Delta State.
The tender documents are to be delivered by hand and dropped in the Bid Box at the Procurement Division not later than 12:00noon on Tuesday, 17th February 2026.
5. OPENING OF BIDS The Tenders will be opened immediately after the submission deadline on Tuesday, 17th February 2026 and Tenderers, Procurement Observers and the general public are invited to attend the opening ceremony of the bids at the University Auditorium.
UNIVERSAL SERVICE PROVISION FUND NIGERIAN COMMUNICATIONS COMMISSION HEAD OFFICE, 9TH FLOOR, PLOT 423, AGUIYI IRONSI STREET, MAITAMA DISTRICT, ABUJA, FCT. www.uspf.gov.ng EXPRESSION OF INTEREST
1. INTRODUCTION The Universal Service Provision Fund (USPF) was established by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal access and universal service to Information and Communication Technology (ICT) in rural, unserved and under-served areas in Nigeria.
To achieve the above statutory mandate and in compliance with the provisions of the Public Procurement Act 2007, the Universal Service Provision Fund under its 2025 budget hereby invites qualified reputable contractors and service providers to submit Expressions of Interest (EOIs) documents for the following Consultancy Services:
EXPRESSION OF INTEREST
LOT
DESCRIPTION
LOCATION
CBO-1
Capacity Building of Community Based Organizations
North
CBO-2
Capacity Building of Community Based Organizations
South
IISED
Innovative ICT Solutions and Entrepreneurship Development
Nationwide
AG
Update of USPF Access Gap
Nationwide
AR
Preparation and Publication of Annual Report
HQ, Abuja
IMP
Impact Assessment
HQ, Abuja
ICTP
ICT Penetration Analysis and Needs Assessment
HQ, Abuja
2. ELIGIBILITY REQUIREMENTS Prospective bidders should submit the following documents: a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including form CAC1.1 or CAC2 and CAC7; b. CTC of Articles and Memorandum of Association of the Company. It must show that the company has ICT related activities as part of its objectives (Not a requirement for AR, CBO & IMP); c. Evidence of filing annual returns for the preceding three years (2022, 2023, and 2024) by inclusion of an acknowledgment letter from CAC; d. Evidence of Company Income’s Tax Clearance Certificate for the preceding three (3) years (2022, 2023, and 2024) valid till 31st of December 2025; e. 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); f. 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); g. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025; h. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring by 31st December, 2025 or valid Certificate issued by BPP; i. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Universal Service Provision Fund 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; j. Company’s audited accounts for the last three (3) years – 2022, 2023, & 2024; k. Reference letter from a reputable bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; l. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic and Professional qualifications; 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. 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 are compulsory for each JV partner) NOTE: NOT MORE THAN TWO COMPANIES SHOULD FORM A JOINT VENTURE; o. 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 an authorized officer of the firm.
3. COLLECTION OF DOCUMENTS Only shortlisted Consultants will be invited at a later date for collection of Request for Proposals.
4. SUBMISSION OF DOCUMENTS i. Bids must be in English Language and signed by an official authorized by the bidder ii. Interested Firms are to submit two (2) hard copies in a sealed envelope for Expression of Interest for each of the Lots desired; iii. Thereafter put the sealed envelopes together in a bigger sealed envelope addressed to: The Secretary, Universal Service Provision Fund, Nigerian Communications Commission Head Office, 9th Floor, Plot 423 Aguiyi Ironsi Street, Maitama, Abuja. iv. Each bid package shall be clearly marked with the following information on both sides of the envelope: • ‘USPF/EOI/LOTX/2025 at the top right hand corner; Please note that X denotes the Lot Name • Name of Proponent on each of the enclosed document; • Contact Name, Phone Number and E-Mail Address; v. All copies of the bids shall be duly signed by an authorised representative of the Proponent. In the event of any discrepancy between copies, the original shall govern; vi. Interested Parties shall not bid for more than two (2) Lots of all 2025 USPF Goods, Works and Services; vii. USPF will assume no responsibility for the content of tamper evident bids or for non-compliance with this instruction. Bids that do not comply with this section shall be disqualified; viii. Kindly note that submissions shall be subjected to verification from relevant authorities. Fake documents and false declaration shall be forwarded to the relevant prosecution authorities; ix. Bidders can submit through Post (Courier Services); x. THE DEADLINE FOR SUBMISSION IS 12:00 pm On Monday, 23rd February, 2026.
5. OPENING OF DOCUMENT i. KINDLY NOTE THAT THE EXPRESSION OF INTEREST (EOI) DOCUMENTS WILL BE OPENED IMMEDIATELY AFTER THE DEADLINE FOR SUBMISSION at 12:00 pm on Monday, 23rd February, 2026.
Please ensure that you sign the Bid Submission Register in the office of the undersigned, as the Universal Service Provision Fund will not be held liable for misplaced or wrongly submitted bids. Failure to comply with the instructions shall lead to disqualification.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
RUFUS GIWA POLYTECHNIC, OWO INVITATION TO TENDER FOR TETFUND YEAR 2026 ANNUAL INTERVENTION
1. INTRODUCTION Rufus Giwa Polytechnic, Owo intends to provide some critical projects through Tertiary Education Trust Fund (TETFUND) year 2026 Annual Intervention. The proposed projects are part of the Polytechnic’s efforts at providing decent and conducive environment for learning and research.
The Management of Rufus Giwa Polytechnic, Owo in pursuant of its mandate, and in line with the requirement of Public Procurement Act 2007 (as amended), hereby invites interested competent/qualified and experienced Contractors to submit bids for the projects named below:
2. SCOPE OF WORK
LOT
Project Title
INTERVENTION
Location
H1
Construction of Building for the department of Hospitality Management Technology
2026 Annual Intervention
Rufus Giwa Polytechnic, Owo
H2
Construction of Laboratory for the department of Science Laboratory Technology
2026 Annual Intervention
Rufus Giwa Polytechnic, Owo
H3
Furnishing of Proposed Building for the department of Hospitality Management Technology
2026 Annual Intervention
Rufus Giwa Polytechnic, Owo
3. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7; b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025; with minimum average annual turnover of N300 million; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025; 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) Clearance 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 Rufus Giwa Polytechnic, Owo 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, duly acknowledged by the Federal Inland Revenue Service (FIRS); 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 COREN, QSRBN, ARCON, 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;
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL UNIVERSITY OF TECHNOLOGY, P.M.B. 1526, OWERRI INVITATION TO TENDER FOR PARENTS MANAGEMENT FORUM PROJECT
1. INTRODUCTION The Federal University of Technology, Owerri in compliance with the requirements of the Public Procurement Act (PPA) 2007 invites selected, qualified and competent Contractors with proven experience and good track record of performance to submit bids for its Parent Management Forum (PMF) Project as listed below:
S/N | PROJECT DESCRIPTION | CATEGORY LOT 1 | CONSTRUCTION OF PROFESSORIAL OFFICE BUILDING | WORKS
2. ELIGIBILITY REQUIREMENTS To be eligible, potential bidders should submit all the under listed verifiable documents and must be arranged in the following order and numbered. a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇; b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31ˢᵗ December, 2025 with minimum average annual turnover of N200m; 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) Clearance 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 31/12/2025 or valid Certificate issued by BPB. g. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Federal University of Technology, Owerri 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; 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 Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON 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. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications; m. 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 are compulsory for each JV partner) n. 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 authorised officer of the firm.
Note: Technical Bid Documents should be bound with a table of contents in order of listing above.
3. COLLECTION OF BID DOCUMENTS Interested Companies are to collect the Standard Bidding documents (SBD) from the Assistant Chief Procurement Officer, Room 203, First floor, Senate Building, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten thousand Naira) per Lot, paid into Federal University of Technology Owerri’s “Tender Fees” remita account in any reputable Commercial Bank in Nigeria.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
KWARA STATE UNIVERSITY, (KWASU) MALETE P.M.B 1530, ILORIN, KWARA STATE EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSORTIUM FOR PROPOSED YEAR 2026 TETFUND INTERVENTION PROJECTS
INTRODUCTION 1.1 Kwara State University, Malete intends to execute and complete its TETFUND Year 2026 Intervention Allocation, in order to create an atmosphere conducive for teaching, learning, research, and thus ensuring a likeable and functional University system for its community. 1.2 Interested, competent Consortium (Architect, Structural Engineer, Mechanical Engineer, Electrical Engineer and Quantity Surveyor) are invited to submit Expression of Interest for the project.
2. SCOPE OF SERVICES PHYSICAL INFRASTRUCTURAL INTERVENTION Lot 1: Proposed Construction of 500 Capacity Lecture Hall for Faculty of Engineering and Technology Lot 2: Proposed Construction of Academic Building (Academic Offices and Lecture Rooms) for Faculty of Education Lot 3: Proposed Synthetic Standard Football Pitch and Stadium Pavilion Seating for KWASU Students Sport Arena
CATEGORY B: PHYSICAL MAINTENANCE INTERVENTION Lot 4: Proposed Renovation Of University Main Library Building
3. ELIGIBILITY REQUIREMENTS Interested and competent Consortium wishing to carry out services on the buildings should signify such intention; however, failure to fulfil any of the under listed requirements will render the bid disqualified: a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC₁ or CAC₂ and CAC₃. Business Name is also acceptable with the Company Memorandum of Association. b. Evidence of Firm’s Income’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December 2025; with minimum average turnover of N20 million. c. Evidence of current Pension Clearance Certificate valid till 31st December 2025; (this requirement only applicable to bidders whose number of staff is 15 and above) d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025; (this requirement only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50 million and above) e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance 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 31/12/2025 or valid Certificate issued by BPP. g. Evidence of Firm’s current registration with relevant regulatory professional body such as COREN, QSBRN, ARCON etc.; h. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the (Kwara State University, Malete, Kwara 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 criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matters; – 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 proceedings. i. Company’s Audited Accounts for the last three (3) years – 2022, 2023, 2024 which must correspond with the Turnovers in the TCC and duly acknowledged with stamped and signed by FIRS; j. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; k. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSBRN, ARCON, etc.; l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificate, Job Completion Certificates and Photographs of the projects; m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided including among others the lead Partner (CAC, Tax Clearance, 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/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 authorised officer of the firm.
4. SUBMISSION OF EOI Prospective firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by divider and arranged as indicated above. The documents should be submitted in a sealed envelopes and addressed to The Vice-Chancellor, Office of the VC, Kwara State University, Malete and clearly marked with the project intervention name of the project. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at the office of the Registrar, Kwara State University, Malete not later than 12:00 noon, Monday, 23rd February 2025.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
UNDP
CONSTRUCTION OF 2 BLOCKS 40 UNITS OF MARKET LOCK-UP SHOPS IN DIKWA
INVITATION TO BID
REFERENCE:UNDP-NGA-01344
BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA
REGISTRATION LEVEL:BASIC
PUBLISHED ON:09-FEB-2026
DEADLINE ON:23-FEB-2026 08:00 (GMT -5.00)
Description
Please indicate whether you intend to submit a bid by creating a draft response without submitting directly in the system. This will enable...
RFQ – CONFERENCE SERVICES 23RD TO 27TH FEB 2026 ENUGU CITY – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB (23 > 27 FEB 2026)
REQUEST FOR QUOTATION
REFERENCE:RFX_4388_ROAF
BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA
REGISTRATION LEVEL:BASIC
PUBLISHED ON:09-FEB-2026
DEADLINE ON:10-FEB-2026 11:59 (GMT 1.00)
Description
Dear Bidder (ENUGU CITY Hospitality/Hotel Service Providers), The INTERNATIONAL LABOUR OFFICE (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area. The ILO must receive your offer no later than the deadline
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us