Background Image

UNIVERSITY OF MEDICAL SCIENCES ONDO CITY, ONDO STATE-INVITATION FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

UNIVERSITY OF MEDICAL SCIENCES ONDO CITY, ONDO STATE, NIGERIA
INVITATION FOR EXPRESSION OF INTEREST

1. PREAMBLE
In compliance with the Ondo State Public Procurement Law, 2017; the University of Medical Sciences, Ondo City, Ondo State hereby invites Reputable and Competent firms with all the relevant Consultants or Consortia to submit Expressions of Interest (EOI) for the Proposed High-Rise Senate Building for the University.

2. SCOPE OF SERVICE
Each firm or consortium should comprise the following:
i. Architectural Services
ii. Structural Engineering Services
iii. Mechanical Engineering Services
iv. Electrical Engineering Services
v. Quantity Surveying Services
vi. Building Services

3. ELIGIBILITY REQUIREMENTS
Interested firms should submit two (2) Bound EOI Documents duly signed, paginated, and arranged in the order outlined hereunder:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7; Business Name with Form BN1 is also acceptable (verifiable by QR Code);
b. Evidence of Company’s Income Tax Clearance Certificate (verifiable by QR Code) or Personal Income Tax Clearance Certificates of all the Partners in case of Business Names for the last three (3) years up to December 31, 2025;
c. Evidence of Personal Income Tax of 2 Nos Directors for non-Business Names valid up to December 31, 2025.
d. Evidence of Registration for Consultancy Services issued by the Ondo State Bureau of Public Procurement valid till December 31, 2026
e. Sworn Affidavit disclosing (i) whether or not any officer of the relevant committees of the University of Medical Sciences, Ondo City or the Ondo State Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the Bidder and (ii) to Confirm that all information presented in its bid are true and correct in all particulars;
f. Company’s Audited Accounts for the last three (3) years – 2022, 2024 & 2025;
g. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the Project when needed;
h. 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;
i. Evidence of Firm’s current registration with relevant Regulatory Professional Body(ies) such as COREN, QSRBN, ARCON, CORBON
j. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the Projects (firms or consortia that have not undertaken high-rise projects need not express interests);
k. For all consortia or joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, & 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 bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Address, Telephone Number (preferably WhatsApp compliant GSM No), and e-mail address. The Letterhead must bear the Names and Nationalities of the Directors of the Company at 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

ECONOMIC AND FINANCIAL CRIMES COMMISSION, ABUJA-INVITATION TO TENDER FOR GOODS AND WORKS/EXPRESSION OF INTEREST TO ENGAGE CONSULTANTS FOR CONSULTING SERVICES FOR THE DESIGN AND CONSTRUCTION SUPERVISION FOR NEW OFFICE BUILDING FOR LAGOS 2 ZONAL DIRECTORATE, OKOTIE-EBOH, IKOYI, LAGOS STATE.

ECONOMIC AND FINANCIAL CRIMES COMMISSION
PLOT NO 301-302 CADASTRAL ZONE C-O INSTITUTION AND RESEARCH DISTRICT, ABUJA, NIGERIA
INVITATION TO TENDER FOR GOODS AND WORKS/EXPRESSION OF INTEREST TO ENGAGE CONSULTANTS FOR CONSULTING SERVICES FOR THE DESIGN AND CONSTRUCTION SUPERVISION FOR NEW OFFICE BUILDING FOR LAGOS 2 ZONAL DIRECTORATE, OKOTIE-EBOH, IKOYI, LAGOS STATE.

INTRODUCTION:
The Economic and Financial Crimes Commission (EFCC) hereby invites interested reputable contractors/consultants with relevant experience to submit Technical and Financial Bids for the execution of the under-listed projects in various locations across the country as contained in the 2025 Federal Government of Nigeria Appropriation Act.

SCOPE: GOODS/SERVICES

CATEGORY A: GOODS
S/N DESCRIPTION LOT
1. Supply of EFCC Customized Track Suits G1

CATEGORY B: GOODS
S/N DESCRIPTION LOT
1. Supply of EFCC Customized Track Suits W1

CATEGORY C: GOODS
S/N DESCRIPTION LOT
1. Design and Construction Supervision (Architect, Quantity Surveying, Civil/Structural Engineering Services and Mechanical & Electrical Engineering Services) for the Proposed New Office Building, Lagos 2 Zonal Directorate, Okotie-Eboh, Ikoyi, Lagos State.

ELIGIBILITY REQUIREMENTS:
Interested firms should submit Five (5) bound EOI documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7, or Business Name where applicable;
b. Evidence of Firm’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years with a minimum turnover of N300, 000,000.00 for LOT G1, N100, 000,000.00 for LOT W1 and N500, 000,000.00 for LOT S1
c. Evidence of valid Pension Compliance Certificate
d. Evidence of valid Industrial Training Fund (ITF) Compliance Certificate
e. Evidence of valid Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate
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 /12/2025 or valid Certificate issued by BPP.
g. Evidence of Firm’s registration with relevant professional body e.g. COREN, QSRBN, ARCON,CORBON, etc;
h. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the (Economic and Financial Crimes Commission,) 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;
i. Company’s Audited Accounts for the last three (3) years
j. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank 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;
l. 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;
m. 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 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.

1. COLLECTION OF TENDER DOCUMENTS (CATEGORY A) GOODS
Interested companies are to collect Tender documents from the Procurement Department, 5th floor EFCC Headquarters upon payment of a non-refundable Tender Fee of N10,000.00 (Ten Thousand Naira Only).

2. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A) GOODS
Prospective bidders are to submit bid for each of the Lot desired, three (3) hard copies each of the Technical and Financial Bids with softcopy of Financial Bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to The Executive Chairman, Economic and Financial Crimes Commission, Plot No 301-302 Cadastral Zone C-O Institution and Research District, Abuja, Nigeria and clearly marked with (the name of the project and the Lot number). (Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated Tender Box EFCC Office, No.2 Nyala Street, Wuse Zone 6, Abuja) not later than (12 noon 26th January, 2026). Only prequalified Companies will be issued Tender Documents.

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

FAO-INVITATION TO BID FOR ESTABLISHMENT OF CALIFORNIAN IRRIGATION SYSTEM TO SUPPORT THE 2025 DRY SEASON INTERVENTION ACROSS BORNO, ADAMAWA AND YOBE STATES IN NIGERIA. 

FAO

ITB2025/134252 – ESTABLISHMENT OF CALIFORNIAN IRRIGATION SYSTEM TO SUPPORT THE 2025 DRY SEASON INTERVENTION ACROSS BORNO, ADAMAWA AND YOBE STATES IN NIGERIA.

INVITATION TO BID

REFERENCE:2025/FRNIR/FRNER/134252

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:04-DEC-2025

DEADLINE ON:21-DEC-2025 17:00 (GMT 1.00)

Description

The Food and Agriculture Organization of the United Nations (FAO) invites you to submit an ITB Nr 2025_FRNIR_FRNIR_ITB2025/134252 – Establishment of Californian Irrigation System (to serve as Main and Secondary Water Irrigation Network Installed in Each 5-Hectare Cluster) to support the 2025 dry season intervention across Borno, Adamawa, Yobe, and Taraba States in Nigeria.

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

JIGAWA STATE MINISTRY OF LAND, HOUSING, URBAN DEVELOPMENT & REGIONAL PLANNING-REQUEST FOR EXPRESSIONS OF INTEREST FOR THE PROVISION OF CONSULTANCY SERVICES

JIGAWA STATE GOVERNMENT
MINISTRY OF LAND, HOUSING, URBAN DEVELOPMENT & REGIONAL PLANNING
REQUEST FOR EXPRESSIONS OF INTEREST FOR THE PROVISION OF CONSULTANCY SERVICES

In line with His Excellency Governor Malam Umar A. Namadi FCA 12-point Agenda among which is Construction of Danmodi Mass Housing across the State. The Jigawa State Housing Authority is hereby inviting interested reputable Consultant Building Engineering, Architectural and Quantity Surveying firms for the Expression of Interest in Consultancy services for the Architectural Drawings, Services Drawing, Bill of Quantity and supervision (stage I, II and III) for the construction of 3-Bedrooms Detached, 2-Bedrooms Semi – Detach and Wall Fencing across the State.

Scope of Work:

S/N LOT-NO SCOPE OF WORK
1 Lot-1 Architectural Drawings Services Drawings & Bill of Quantity Stage 1 &II for 3 Bedrooms Detached and 2 Bedrooms Semi-Detached across the state.
2 Lot-2 Post contract stage III (supervision) 3-bedroom detached 130 unit and 2-bedroom semi-detached 75 unit at (Dutse and Birnin Kudu)
3 Lot-3 Post contract stage III (supervision) 3-bedroom detached 35 unit and 2-bedroom semi-detached 35 unit at (Hadejia and K/ Hausa)
4 Lot-4 Post contract stage III (supervision 3-bedroom detached 35 unit and 2-bedroom semi-detached 35 unit) at (Ringim Babura and Kazaure)
5 Lot-5 Post contract stage III (supervision) (3-bedroom detached 20 unit and 2-bedroom semi-detached 25 unit at (Gumel and Maigatari)
6 Lot-6 Architectural Drawings Services Drawings & Bill of Quantity and post contract (supervision) stage I II& III for the construction of wall fence across the state.

Jigawa State Housing Authority now invites eligible consulting firms to indicate their interest in providing the above services. Interested consultant should provide information demonstrating that they have the required qualifications and experience to perform the services. Interested consulting firms are hereby requested to submit a statement of capacity indicating relevant experience on similar assignment in Nigeria. This should include, but not limited to summary of CVs of its key staff, provision of company profiles, description of similar assignments carried out in the last five years, experience in similar conditions, availability of appropriate skills among key staff, registration with Jigawa State Due Process, Registration with professional bodies and Registration with Jigawa State Ministry of Commerce etc.

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

KWARA STATE MINISTRY OF EDUCATION AND HUMAN CAPITAL DEVELOPMENT, ILORIN-INVITATION FOR EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

KWARA STATE MINISTRY OF EDUCATION AND HUMAN CAPITAL DEVELOPMENT, ILORIN
INVITATION FOR EXPRESSION OF INTEREST

1. INTRODUCTION
The Ministry of Education and Human Capital Development is proposing to provide structural and other facilities to new site of Government Secondary School, Gwanara, Baruten Local Government Area to improve academic activities of the school. To this end, interested reputable and competent Companies/Firms with relevant experience and good track records are hereby invited to submit expression of interest for the proposed project.

2. SCOPE OF SERVICE
The works includes Architectural, Structural, Electrical, Mechanical and Quantity Surveying Consulting Services for the construction and provision of other facilities at the new site of Government Secondary School, Gwanara, Baruten Local Government Area.

3. ELIGIBILITY REQUIREMENT
Interested and competent Companies/Firms wishing to submit expression of interest are requested to submit their company profiles which shall include the following which should be arranged serially:
i. Evidence of registration with Corporate Affairs Commission (CAC)
ii. Evidence of registration/renewal with Kwara State Public Procurement Agency
iii. Evidence of registration with ITF
iv. Evidence of registration with PENC0M
v. Evidence of registration with NSITF
vi. Evidence of last three years Tax Clearance (2022, 2023 & 2024)
vii. Company’s Audited Report for last three years (2022, 2023 & 2024)
viii. Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial Bank in Nigeria.
ix. Company’s profile with curriculum Vitae of key staff including their Academic and professional qualifications.
x. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificate, Job Completion Certificates, etc.
xi. Participation by Kwara Residents/Local Content

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

KWARA STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONE PROJECT-REQUEST FOR EXPRESSIONS OF INTEREST FOR DETAILED DESIGN AND SUPERVISION OF INFRASTRUCTURES OF KWARA AGRICULTURAL TRANSFORMATION CENTERS (ATCS)

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTANCY SERVICES-SELECTION OF FIRMS)
COUNTRY: NIGERIA
PROJECT: SPECIAL AGRO-INDUSTRIAL PROCESSING ZONE PROJECT (SAPZ)
SECTOR: AGRICULTURE

CONSULTING SERVICES: Detailed Design and Supervision of Infrastructures of Kwara Agricultural Transformation Centers (ATCs) at Afon Milk Collection Center, Asa LGA; Gidan Magajiya Grazing Reserve, Baruteen LGA; Kinikini Grazing Reserve, Kaiama LGA and Olodan Grazing Reserve, Ifelodun LGA in Kwara State
Mode of Financing: Service Ijara
Financing No. NGA1040

The Federal Government of Nigeria/Kwara State has received financing from the Islamic Development Bank towards the cost of the Kwara State Special Agro-Industrial Processing Zones Project and intends to apply part of the proceeds for payment of cost for the Engagement of Consultant for the detailed design and supervision of four (4) Agricultural Transformation Centres (ATCs) at Afon Milk Collection Center, Asa LGA; Gidan Magajiya Grazing Reserve, Baruteen LGA; Kinikini Grazing Reserve, Kaiama LGA and Olodan Grazing Reserve, Ifelodun LGA in Kwara State.

The services include assisting the KWARA-PIU to produce SAPZ master plans with detailed engineering design, preparation of Bill of Engineering Measurement and Evaluation (BEME) for the construction works at proposed ATCs, and supervision of construction works at ATCs to ensure that all works are delivered to agreed quality, time and within budget. The design aspect of the assignment is expected to be delivered in four months from the date of commencement while the supervision is all through the life span of the assignment with a proposed start date of August 2025. While ensuring full consistency with the TOR referred to in the REOI.

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

The Kwara State Special Agro-Industrial Processing Zone (KW-SAPZ) Project 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

EKITI STATE POLYTECHNIC-INVITATION FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES

EKITI STATE POLYTECHNIC
P.M.B 1101, ISAN-EKITI, EKITI STATE, NIGERIA
INVITATION FOR EXPRESSION OF INTEREST

1. INTRODUCTION
In compliance with the requirements of the Public Procurement Act 2007 (as amended), the Ekiti State Polytechnic, Isan-Ekiti hereby invites interested, competent, reputable and qualified Consultancy firms to submit Expression of Interest (EOI) for the following consultancy services as a consortium.

2. SCOPE OF SERVICE
The Consultancy Services to be carried out are in the following categories:
i. Architectural Services
ii. Structural Engineering
iii. Mechanical Engineering (Based on the Project)
iv. Electrical Engineering
v. Quantity Surveying

3. ELIGIBILITY REQUIREMENTS
Interested Consortium Firm should submit two (2) bound (EoI) documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder;
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7.
b. Evidence of current Tax Clearance Certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025.
c. Evidence of current Pension Clearance Certificate valid till 31st December, 2025 (applicable to bidders with above 15 number of staff).
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (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 Compliance/Clearance with National Social Insurance Trust Fund (NSITF) 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. Sworn Affidavit by a Director of the company certifying that:
i. The document submitted are genuine and correct;
ii. None of the Director(s) of the company had ever been convicted by a Court of Law;
iii. None of the Officer of the relevant committees of the Ekiti State Polytechnic or the Bureau of Public Procurement is a former or present Director. Shareholder or has any pecuniary interest in the bidder and
iv. The company is not in receivership, insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceeding;
h. Company’s Audited Accounts for the last three (3) years (2022, 2023 &2024), certified by a Chartered Accountant/Auditor and duly acknowledged by the Federal Revenue Service (FIRS)
i. Evidence of financial capability to execute the project and Reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project needed;
j. Company’s profile with the Curriculum Vitae of Technical/Management Staff to be deployed for the project, including copies of their academic/professional qualifications e.g. COREN, QSRBN, CORBON, ARCON etc.;
k. Evidence of Firm’s current registration with relevant regulatory professional body(ies) such as COREN, QSRBN, ARCON;
l. 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;
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner 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 Letter Head 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.

Notes:
The documents must be arranged sequentially in order; failure to comply renders the submission invalid. Copy of the documents must be exact copy of the original in all particulars; any deviation shall not be accepted. All documents must be paginated and signed.

4. SUBMISSION OF EXPRESSION OF INTEREST
Interested Firms are to submit two (2) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Rector, Ekiti State Polytechnic, Isan-Ekiti and clearly marked (with the name of the project boldly written on top of the envelope).
Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box at the Procurement Office, Ekiti State Polytechnic, Isan-Ekiti not later than 12:00 noon on Monday 19th May, 2025.

5. OPENING OF EXPRESSION OF INTEREST (EoI) DOCUMENTS
The EoI documents will be opened immediately after the deadline for submission at 12:00 noon on Monday 19th May, 2025 at the 250 Capacity Auditorium of the Ekiti State Polytechnic, Isan-Ekiti, in the presence of bidders or their representatives. Please ensure that you sign the bids submission Register in the Procurement Office, Ekiti State Polytechnic, Isan-Ekiti will not be held liable for misplaced or wrongly submitted bids. For further inquiries, please contact the Head of Procurement on e-mail: pdu@ekitistatepolytechnic.edu.ng.

6. GENERAL INFORMATION
i. EoI must be in English Language and signed by an official authorized by the bidder;
ii. EoI submitted after the deadline for submission would be rejected and returned unopened;
iii. Delivery by courier will not be accepted;
iv. All costs will be borne by bidders;
v. The EoI will be opened in the presence of bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies;
vi. Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
vii. The Ekiti State Polytechnic, Isan-Ekiti is not bound to shortlist any applicant and reserves the right to annul the procurement process at any time without incurring any liabilities and assigning any reason thereof, as provided Section 28 of the Public Procurement Act 2007 (as amended).

Signed:
The Rector
Ekiti State Polytechnic, Isan-Ekiti, Nigeria

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

FEDERAL COLLEGE OF EDUCATION, ABEOKUTA-REQUEST FOR EXPRESSION OF INTEREST ON 2025 TETFUND SPONSORED ANNUAL INTERVENTION PROJECTS AND 2025 CAPITAL PROJECTS AT FEDERAL COLLEGE OF EDUCATION, ABEOKUTA

FEDERAL COLLEGE OF EDUCATION, ABEOKUTA
REQUEST FOR EXPRESSION OF INTEREST ON 2025 TETFUND SPONSORED ANNUAL INTERVENTION PROJECTS AND 2025 CAPITAL PROJECTS AT FEDERAL COLLEGE OF EDUCATION, ABEOKUTA

1.0 INTRODUCTION
The Federal College of Education, Abeokuta intends to execute some Federal Government-sponsored projects. The Management is desirous to acquire some construction projects in the current fiscal year to enhance Teaching & Learning towards the realization of the College set goals.

In view of the above, the College is inviting interested, experienced, competent and reputable Consultants to submit their Expression of Interest (EOI) accordingly for the Architectural & Engineering Designs and Costing of the following under listed projects:

2.0 SCOPE OF WORKS: The under listed projects in Lot under 2025 Capital Appropriation and 2025 Tertiary Education trust Fund (TETFund) Annual Intervention Allocation are open for tender:

(A) 2025 FEDERAL GOVERNMENT SPONSORED CAPITAL PROJECTS

S/N LOT PROJECT NUMBER PROJECT DESCRIPTION
1. LOT 2 ERGP27226163 Provision of Consultancy Services: Architectural, Mechanical/Electrical Engineering and Quantity Surveying Services for the Remodeling & Construction of Old Administrative Staff Offices (Phase III)
2. LOT 3 ERGP27226201 Provision of Consultancy Services: Architectural, Structural Engineering, Mechanical/Electrical Engineering and Quantity Surveying Services for the Remodeling & Construction of Old Administrative Staff Offices (Phase IV)
3. LOT 4 ERGP20262672 Provision of Non-Consultancy Services on Digital Skills and E-Commerce training for Young Entrepreneurs to support their Business Growth across Ogun State
4. LOT 6 ERGP20263405 Provision of Consultancy Services: Architectural, Structural Engineering, Mechanical/Electrical Engineering and Quantity Surveying Services for the Construction of Conference Room.
5. LOT 7 ERGP20263440 Provision of Consultancy Services: Architectural and Quantity Surveying Services for the Construction & Equipping of Standard Pitch and Tracks for the College Sports Centre

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

UNIVERSITY OF IBADAN, IBADAN OYO STATE-INVITATION TO TENDER/EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

UNIVERSITY OF IBADAN, IBADAN OYO STATEINVITATION TO TENDER/EXPRESSION OF INTEREST 1. INTRODUCTIONThe University of Ibadan, the First University in Nigeria established in the year 1948 with a vision to be a world-class institution for academic excellence geared towards meeting societal needs hereby invites interested reputable, competent,...

Read More

CAMEROON HIGH COMMISSION-INVITATION TO TENDER FOR ARCHITECTURAL, GEOTECHNICAL AND TECHNICAL STUDY PROJECTS

TENDER NOTICE

The CAMEROON HIGH COMMISSION invites reputable, experienced companies to submit tenders architectural, geotechnical and technical study projects. The study projects involve constructing a chancellery, a residence, a staff accommodation building, and a building for guest house use. Interested bidders should contact the high commission office located at

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