Background Image

NIGERIA MARITIME UNIVERSITY OKERENKOKO, DELTA STATE-INVITATION TO TENDER FOR 2025 TETFUND INTERVENTION FOR ICT SUPPORT

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, ABUJA-EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES

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 . Not a Member? Join Us

LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY-EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSULTANT FOR YEAR 2026 TETFUND SPONSORED PROJECTS

LAGOS STATE UNIVERSITY OF SCIENCE AND TECHNOLOGY
FORMERLY LAGOS STATE POLYTECHNIC, IKORODU, LAGOS STATE.
EXPRESSION OF INTEREST (EOI) FOR ENGAGEMENT OF CONSULTANT FOR YEAR 2026 TETFUND SPONSORED PROJECTS

1.0 BACKGROUND
The Lagos State University of Science and Technology (LASUSTECH) formerly Lagos State Polytechnic intends to execute and complete its Year 2026 TETFund Physical Infrastructure and Project Maintenance Interventions. The University is desirous of engaging the services of a Lead Consultant needed to monitor the progress of works on sites. Interested, competent and reliable Lead Consultants whose services cover Civil, Mechanical, Electrical Engineering, Quantity Surveying and Architecture are invited to submit Expression of Interest for the following:

2.0 SCOPE OF WORK
WORKS
Lot 1 – Consultancy Service for Construction of a Faculty Building and;
Lot 2 – Consultancy Service for Proposed Rehabilitation of the Centre for Entrepreneurship and Skills Development Building, Marketing Building, College of Agriculture Building and Agricultural Technology Building.

3.0 ELIGIBILITY REQUIREMENTS
Reputable and suitably qualified Lead Consultant with pre-requisite technical experience in the built sector with adequate and sufficient financial capacity to undertake consultancy services are hereby invited to respond to the expression of interest mentioned above. In addition, Prospective bidders are required to submit the following documents along with their bids:
a. Certificate of Incorporation/Registration with Corporate Affairs Commission including Form CAC1, CAC2 and CAC7;
b. Evidence of firm’s Tax Clearance Certificate (or Personal Income Taxes of the Partners where applicable) issued by Federal Inland Revenue Service (FIRS) for the last three years (2022, 2023 & 2025) valid till 31st December 2025;
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2026;
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2026;
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2026;
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, 2026 or valid Certificate issued by Bureau of Public Procurement (BPP);
g. Evidence of firm’s registration with relevant professional body(ies) such as COREN, NICE etc. with current valid licence of firm and Principal Partner;
h. Sworn Affidavit disclosing whether or not any officer of the relevant committee of Lagos State University of Science & Technology, Ikorodu 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 bidder and that no Partner or Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices or criminal misrepresentation or falsification of facts relating to any matter and that all the required documents presented in this bid are both genuine and up to date and that the company is not under receivership, the subject of any form of winding up petition or proceedings;
i. Company’s audited accounts for the last three (3) years 2022, 2023 & 2024;
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 in the letter;
k. Company profile with the Curriculum Vitae of key staff to be deployed for the project including copies of their Academic/Professional qualifications (e.g. COREN, NIS.) and current Practicing Licence;

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

METALLURGICAL TRAINING INSTITUTE, ONITSHA-EXPRESSION OF INTEREST AND INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

MINISTRY OF STEEL DEVELOPMENT
METALLURGICAL TRAINING INSTITUTE
KM 6/7, ONITSHA OWERRI ROAD, P.M.B 1555, ONITSHA
EXPRESSION OF INTEREST AND INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1. INTRODUCTION
The Metallurgical Training Institute, Onitsha is a Federal Government Owned Institute with the mandate to train Low/Middle Level Technical Manpower in Maintenance and Repair works for the Steel and Allied Industries in Nigeria. In compliance with the Public Procurement Act 2007, the institute hereby invites reputable, competent and qualified companies to tender for Procurement and Consultancy Services of the following projects:

2. SCOPE OF GOODS & SERVICES
CAPITAL PROJECTS: INVITATION TO TENDER

LOT NODESCRIPTION
LOT 1PURCHASE OF TRAINING EQUIPMENT
LOT 2PURCHASE OF OFFICE EQUIPMENT
LOT 3PURCHASE OF POWER GENERATOR

CONSULTANCY PROJECT
CATEGORY B: CONSULTANCY SERVICES

LOT NODESCRIPTION
LOT 4AUTOMATION OF THE PAYMENT PROCESSES FOR ENHANCED EFFICIENCY, TRANSPARENCY AND ACCOUNTABILITY (APPEETA)

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. Business Name with Form BN1 is also acceptable for Consultancy Services;
b. Evidence of Company Income’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 (2022, 2023 & 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 5 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 bidders whose annual turnover is ₦50m 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 31st December, 2025 or valid Certificate issued by the BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committee of the Metallurgical Training Institute, Onitsha 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 any 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, and the declared turnovers must correspond with those in Tax Clearance Certificate;
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. For Training Programmes (Lot 4): Evidence of firm’s current Registration with the Centre for Management Development (CMD) and the firm must register with the Office of the Auditor General of the Federation;
k. 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.;
l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letter of Awards, Valuation Certificates and Job Completion Certificates and Photograph of the projects.
m. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
n. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
o. 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)

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 Note signed by the authorised officer of the Firm.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to visit the Institute’s website www.mti.org.ng to download the Standard Bidding Documents (SBD) with the attached forms for each lot, fill both of them appropriately and submit them with evidence of payment of non-refundable tender fee of ₦10,000.00 per Lot, paid into the Metallurgical Training Institute, Onitsha’s Remita account in any reputable Commercial Bank in Nigeria. “Your bid will be considered valid only upon evidence of payment of tender fee”

Please, note that interested firms in Consultancy Services will not pay at this stage until after shortlisting.

5.0 SUBMISSION OF TENDER DOCUMENTS (GOODS)
Prospective bidders are to submit bid for each of the Lot desired, one (1) original and two (2) hard copies each of the technical and financial bids with softcopy of financial bid only, 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 Director/Ag. Chief Executive, Metallurgical Training Institute, km 6/7 Onitsha-Owerri Road, Onitsha 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 drop in the designated Tender Box at the Procurement Department of the Institute, Room 6 not later than 12:00 noon, Tuesday, 10th March, 2026.

6.0 SUBMISSION OF EXPRESSION OF INTEREST (CONSULTANCY SERVICES)
Interested firms are to submit three (3) 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 Director/Ag. Chief Executive, Metallurgical Training Institute, km 6/7 Onitsha-Owerri Road, Onitsha 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 drop in the designated Tender Box Procurement Department of the Institute, Room 6 not later than 12:00 noon, Tuesday, 24th February, 2026.

7.0 OPENING OF EXPRESSION OF INTEREST AND TECHNICAL BIDS
The EOI and the Technical bids will be opened immediately after the deadlines for submission at 12:00 noon, Tuesday, 24th February, 2026 and 12:00 noon, Tuesday, 10th March, 2026, respectively, in the Institute’s Conference Room, in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register at the Procurement Department of the Institute, Room 6 as the Metallurgical Training Institute, Onitshawill not be held liable for misplaced or wrongly submitted bids.

MSI NIGERIA REPRODUCTIVE CHOICES-REQUEST FOR EXPRESSION OF INTEREST FOR THE ENGAGEMENT OF COMMUNITY BASED ORGANIZATIONS (CBOS)

REQUEST FOR EXPRESSION OF INTEREST (REOI)
SUBJECT: ENGAGEMENT OF COMMUNITY BASED ORGANIZATIONS (CBOS)
DATE OF THE REOI: 06/02/2026
CLOSING DATE OF EOI: 20/02/2026
REFERENCE: EOI/004/2026

Background
MSI NIGERIA REPRODUCTIVE CHOICES is a social enterprise established in Nigeria in 2009 and is a leading provider of family planning and a range of contraceptive options to women, girls, and families across the 36 states of Nigeria and the FCT. With a mission to ensure children by choice not chance, MSI Nigeria envisions a world where every birth is wanted. Through collaborations with government at the national, state, and community levels, MSI Nigeria offers accessible and comprehensive reproductive healthcare services using operational approaches, such as Marie Stopes Medical Centers, community outreach teams, public sector strengthening support, and a toll-free contact center.

Under the Reproductive Health and Pandemic Resilience (RHPR) Project, funded by KfW Development Bank, MSI Nigeria seeks to strengthen community level awareness, prevention, and referral mechanisms for Sexual and Gender Based Violence (SGBV) in selected states.

Purpose of the REOI
MSI Nigeria invites Expressions of Interest (EOIs) from qualified Community Based Organizations (CBOs)/Civil Society Organizations (CSOs) for selection and engagement to support the implementation of community level SGBV prevention promotion, awareness creation, and referral pathway strengthening activities under the RHPR Project funded by KfW. Only one CBO will be selected per state. CBOs will not be allowed to bid for two states, unless evidence proves otherwise.

Geographical Scope
The assignment will be implemented in selected communities across the following states: Adamawa, Katsina, Kebbi, Taraba, Zamfara

S/N Lot number Location
1 Lot 1 Adamawa
2 Lot 2 Katsina
3 Lot 3 Kebbi
4 Lot 4 Taraba
5 Lot 5 Zamfara

Eligibility Criteria
• Be a legally registered community based CSO/CBOs in Nigeria and have a governance structure including an active board
• Have a minimum of 3 to 5 years’ experience implementing community level SRH and/or SGBV programmes
• Demonstrate active presence and operational capacity in the project state of interest, including a physical office
• Have experience working with women, adolescents, and vulnerable populations
• Possess basic financial management, monitoring, and reporting capacity
• Have a verifiable physical office address within the state of operation

Scope of Engagement
1. Community sensitization and SBCC activities on integrated services including Family Planning, Cervical Cancer Screening and Prevention Therapy, Sexual and Gender based Violence and Menstrual Hygiene
2. Awareness creation and demand generation
3. Strengthening and operationalizing community referral pathways
4. Identification, referral, and follow up of SGBV cases
5. Monthly reporting, documentation, and coordination with MSI Nigeria

Submission Requirements
Interested organizations should submit the following:
1. Organizational profile Profile of the organization, Certificate of incorporation, Management structure and Board membership
2. Evidence of legal registration (CAC Certificate, Tax Clearance 2022–2024, form CO2 and Co7)
3. Technical proposal outlining understanding of the assignment, state context of SGBV problem statement, methodology, M&E plan, and workplan stating the lot applied
4. CVs of key personnel
5. Evidence of similar past projects with details of Grant amounts, funding agencies and period of such grants

EOIs should be submitted in hard copy to the address below:
Plot 59 Anthony Enahoro Street, off Okonjo-Iweala Road, Utako District, FCT, Abuja, Nigeria. All submissions must be received on or before 20th February 2026.

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

NIGERIA HUMAN CAPITAL OPPORTUNITIES FOR PROSPERITY AND EQUITY (HOPE) PROGRAM-REQUEST FOR EXPRESSIONS OF INTEREST FOR ENGAGEMENT OF A FIRM AS AN INDEPENDENT VERIFICATION AGENT FOR THE HOPE GOVERNANCE (HOPE-GOV), HOPE EDUCATION (HOPE-BED) AND PRIMARY HEALTHCARE PROVISION STRENGTHENING (HOPE-PHC) PROGRAMS IN ALL THE 36 STATES INCLUDING THE FEDERAL CAPITAL TERRITORY

FEDERAL REPUBLIC OF NIGERIA
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRM SELECTION)
NIGERIA HUMAN CAPITAL OPPORTUNITIES FOR PROSPERITY AND EQUITY (HOPE) PROGRAM
CREDIT NO.: IDA-76400
ASSIGNMENT TITLE: ENGAGEMENT OF A FIRM AS AN INDEPENDENT VERIFICATION AGENT FOR THE HOPE GOVERNANCE (HOPE-GOV), HOPE EDUCATION (HOPE-BED) AND PRIMARY HEALTHCARE PROVISION STRENGTHENING (HOPE-PHC) PROGRAMS IN ALL THE 36 STATES INCLUDING THE FEDERAL CAPITAL TERRITORY
REFERENCE NO.: NG-MOFBUDGET ECON PLAN-521609-CS-QCBS

The National Program Coordinating Units (NPCUs) of the Nigeria Human Capital Opportunities for Prosperity and Equity – Governance (HOPE GOV) Program under the Federal Ministry of Budget and Economic Planning; the HOPE-Primary Health Care (HOPE PHC) under the Federal Ministry of Health & Social Welfare; and HOPE-Basic Education (HOPE-BED) under the Federal Ministry of Education have received financing from the World Bank to assist implementation of the Program. The NPCUs intends to apply a portion of these funds toward the engagement of the above-referenced consulting service.

The consulting services (“the Services”) will entail Independent Verification of the HOPE-GOV, HOPE-BED, and HOPE PHC programs. The Independent Verification Agent (IVA) in collaboration with the NPCUs will develop a program verification plan and update same on an ongoing basis. The plan will set out in detail and in summary the proposed timelines and activities to verify performance across Federal entities, participating States and FCT for all the Disbursement Link Indicators (DLIs) as well as the responsible parties (including the NPCUs, the IVA, and the World Bank) involved in the execution of various tasks within the plan.

The detailed Terms of Reference (TOR) for the assignment can be found at the following link: https://nationalplanning.gov.ng/UHSource_Info/7/HOPE-IVA-TOR

The NPCUs now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The short-listing criteria are:
i. The IVA will be a reputable consulting firm, or consortium of firms, with a lead firm having a minimum of 15 years operational existence as an organization
ii. Minimum of two similar assignments in the last 10 years.
iii. Demonstrated experience in verification/audit as well as M&E exercises, with both desk-and field verification methods.
iv. Deep understanding of governance structures, accountability mechanisms, and financial management systems in the public sector.
v. Experience in assessing and strengthening transparency and accountability in the management of financial and human resources.
vi. In-depth knowledge of the primary healthcare and basic education sectors, including their specific challenges, regulatory frameworks, and best practices.
vii. Familiarity with the Nigerian context and the operational environment of the HOPE Programs.
viii. Demonstrated experience working in virtual work/desk research environment.
ix. Comprehensive knowledge and understanding of controls within an IT environment, including experience and competence in managing, storing, filing data electronically.
x. Persons carrying out the tasks should be fluent in English.

Key experts to be proposed for the methodology of implementation may not be included in the EOI, as these will not be evaluated at this short-listing stage.

The attention of interested firms is drawn to paragraph 3.13 and 3.14 of the World Bank’s Procurement regulation for IPF Borrower, seventh edition, September 2025, setting forth the World Bank’s policy on conflict of interest.

To perform the required verification tasks, the IVA shall be a firm or a consortium of firms. In the case of a Consortium, which shall not be more than three (3) firms, the profile of each of the firms shall be submitted in the proposal,

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

LAGOS STATE IMPACT PROJECT – IMMUNIZATION PLUS-REQUEST FOR EXPRESSIONS OF INTEREST FOR ENGAGEMENT OF CONSULTING FIRM FOR DEVELOPMENT OF DIGITAL PLATFORM WITH PAYMENT SOLUTION, DIGITAL INSPECTION TOOL, E-LEARNING PLATFORM AS WELL AS DESIGN OF QR CODES FOR HEFAMAA

LAGOS STATE GOVERNMENT,
IMMUNIZATION PLUS AND MALARIA PROGRESS BY ACCELERATING COVERAGE AND TRANSFORMING SERVICES (IMPACT) PROJECT

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SELECTION – FIRM SELECTION) –
CREDIT NO.: P167156

ENGAGEMENT OF CONSULTING FIRM FOR DEVELOPMENT OF DIGITAL PLATFORM WITH PAYMENT SOLUTION, DIGITAL INSPECTION TOOL, E-LEARNING PLATFORM AS WELL AS DESIGN OF QR CODES FOR HEFAMAA

The Lagos State Government through the Federal Government of Nigeria has received financing from the World Bank towards the cost of the Immunization Plus and Malaria Progress by Accelerating Coverage and Transforming Services (IMPACT) Project, and intends to apply part of the proceeds for payment of the “Engagement of a consulting firm for the development of a digital platform with payment solution, digital inspection tool, E-learning platform as well as design of QR codes for HEFAMAA”.

The Lagos State IMPACT Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The consulting services (“the Services”) include the development of a digital platform with payment solution, digital inspection tool, an E-learning platform as well as the design of QR codes for HEFAMAA and are expected to be completed within five (5) months commencing from the date of contract signing.

The shortlisting criteria are:
ü Company Profile – Including name, registration info, organisation structure, financial capability, information of the executive and key staff with relevant specialised skills as shown below:
a. Software development expertise: Proficiency in programming languages (e.g., Java, Python, JavaScript) and frameworks.
b. Payment gateway integration: Knowledge of payment APIs (e.g., Flutterwave, Paystack) and security standards (e.g., PCI-DSS).
c. Digital inspection tool: Experience with form builders, workflow management, and data analytics.
d. E-learning development: Familiarity with Learning Management Systems (LMS) and authoring tools (e.g., Articulate, Adobe Captivate).
e. UX/UI design: Skills in designing intuitive interfaces and user experiences.
f. Security and compliance: Understanding of data protection regulations (e.g., GDPR, CCPA) and security best practices.
g. Proven experience in developing platforms for government agencies or health organisations.
h. Experience with mobile and cloud-based inspection tools.
i. Expertise in the design of QR codes that meet required standards.
j. Background in learning management systems (LMS) and e-learning, inspection and payment solutions.
ü All track record of delivering secure and scalable technology solutions with documentary evidence.

Submission of Expression of Interest (EOIs)
1. Detail/Organisation Profile of the firm or consortium detailing the firm’s strengths, expertise and any relevant information.
2. Experience in similar assignments with documentary evidence.
3. Any additional document(s) or information the firm believes is relevant.

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

OXFAM-REQUEST FOR PROPOSAL FOR ENGAGEMENT OF CONSULTANT FOR THE DEVELOPMENT OF COSTING WORKSHOP PLANS IN THREE LOCAL GOVERNMENT AREAS; BIU AND KWAYA KUSAR IN BORNO STATE, AND GUYUK IN ADAMAWA STATE.

ENGAGEMENT OF CONSULTANT FOR THE DEVELOPMENT OF COSTING WORKSHOP PLANS IN THREE LOCAL GOVERNMENT AREAS; BIU AND KWAYA KUSAR IN BORNO STATE, AND GUYUK IN ADAMAWA STATE.

Scope of Work:

1. Prequalified Consultancy will be expected to:

To ensure all priority interventions from the Community development plans, are included in the LGA/state budget which addresses the needs of the women and vulnerable groups. The activity is also targeted at improving the capacity of stakeholders for inclusive implementation of development plans. It also seeks to build the capacity of stakeholders to monitor community/LGA development plans in all the sectors, Agriculture and Food Security, Conflict and Security, Social Protection, Gender, Physical Infrastructure, Health, Education, Water and Sanitation, Economy and Livelihood, Climate Change, and Green Economy.

2. Deliverables include:

A detailed, clear, and easy-to-read inception report capturing method, scheduled and list of facilitators.

  • A detailed non-ambiguous and easy-to-read report at the end of the workshop, which should include:
  • All priorities need identified during CDP session in all 31 wards of Guyuk, Biu and Kwaya Kusar are captured sector by sector into the various budgets heads and subheads of the LGA and state.
  • Visual analysis (tables, charts, infographics)
  • Photos documenting the workshop
  • A PowerPoint summary of priority sectors
  • Any relevant contact or follow-up information

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

DEVELOPMENT BANK OF NIGERIA PLC-REQUEST FOR PREQUALIFICATION FOR ESTABLISHMENT OF AN EXPERT ENGAGEMENT FRAMEWORK FOR CLIMATE FINANCE SUPPORT

REQUEST FOR PREQUALIFICATION
(CONSULTING SERVICES – INDIVIDUAL EXPERTS & FIRMS)
DEVELOPMENT BANK OF NIGERIA PLC.

ESTABLISHMENT OF AN EXPERT ENGAGEMENT FRAMEWORK FOR CLIMATE FINANCE SUPPORT

DBN invites qualified Individual Experts (natural persons) and Consulting Firms (legal entities) to apply for prequalification under an Expert Engagement Framework to support DBN’s Climate Finance Unit (CFU) in delivering climate finance workstreams and strengthening institutional capacity.

This RfPQ is issued solely to establish a prequalified roster/pool of experts and firms for future assignments. Prequalification does not guarantee contract award; any engagement will be subject to the applicable procurement method, approvals, and a separate call-off contract.

Interested applicants should download the full RfPQ document from DBN’s website on https://www.devbankng.com/contracts-and-tenders and submit applications in line with the instructions and annexes provided.

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

ACTION AGAINST HUNGER-INVITATION TO TENDER FOR CONSULTANCY FOR DATA PROTECTION AUDIT AND FILLING WITH THE NIGERIA DATA PROTECTION COMMISSION

REFERENCE: PD-ABU-03726
ACTION AGAINST HUNGER
NIGERIA LTD/GTE
CONSULTANCY FOR DATA PROTECTION AUDIT AND FILLING WITH THE NIGERIA DATA PROTECTION COMMISSION

Action Against Hunger tackles the causes and effects of hunger and diseases that threaten the lives of vulnerable children, women and men. Established in France in 1979, Action Against Hunger are a non-governmental, non-political, non-religious, non-profit organization.

The purpose of this agreement is for the Auditor to perform a data protection audit to evaluate and examine the Coordinator’s compliance status as relating to data protection. The Auditor’s objective is to conduct these procedures, and provide a report of factual findings to the Coordinator. This is an assurance engagement; therefore, the Auditor is expected to provide an audit opinion or express assurance.

The Coordinator must submit a Data Protection Audit Report, prepared by an external auditor (DPCO), to the Nigerian Data Protection Commission. The NDPC requires this report to validate the Coordinator’s compliance status with the NDPA.

Geographical scope coverage Borno State, Sokoto State and Yobe State, Nigeria.

Responsibilities of the Parties to the Engagement
• Coordinator’s Responsibilities: The Coordinator is responsible for sharing all documents, reports and information relating to data protection. These documents, reports and information must align with the Nigerian Data Protection Act/Regulations. The Coordinator must also provide sufficient data protection and non-data protection information to support the audit process and granting the Auditor full access to staff, databases, and relevant records, enabling the Auditor to perform the required procedures effectively.
• Auditor’s Responsibilities: The Auditor, a data protection compliance organization (DPCO) engaged for this purpose, is tasked with performing the agreed-upon procedures specified in these ToR. The Auditor must provide a report of factual findings to the Coordinator. The “Auditor” can refer to the engagement partner or other team members responsible for the process.

The Auditor confirms they meet at least one of the following conditions:
• NDPC License: The Auditor or firm is licensed by the Nigerian Data Protection Commission.
• NDPA Compliance: The Auditor or firm fully understands and is knowledgeable on the requirements of the Nigerian Data Protection Act.
• EU GDPR Compliance: The Auditor or firm fully understands and is knowledgeable on the requirements of the European Union’s General Data Protection Regulations

Standards and Ethics
The Auditor will conduct this engagement according to:
• NDPA 2023: Nigeria Data Protection Regulation of 2023, related to agreed-upon procedures for data protection compliance.
• ISO/IEC 27001 Standards: The Auditor will adhere to the ISO/IEC 27001 Standards for Professionals which outlines principles regarding integrity, objectivity, independence, professional competence, confidentiality, and technical standards in ensuring data security and avoiding data breaches.