Background Image

SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY
FEDERAL MINISTRY OF WATER RESOURCES & SANITATION
DAMALE KAITA HOUSE, GUSAU ROAD, PMB 2223, SOKOTO
SOKOTO STATE OF NIGERIA
INVITATION TO TENDER

1.0 INTRODUCTION
1.1 Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.) in furtherance of its statutory mandate intends to undertake the Procurement of various Works, Goods and Services under the 2025 Capital Appropriation/Zonal intervention projects in accordance with Extant Provision of Section 25 of the Public Procurement Act, 2007.
1.2 The Authority therefore invites all experienced and competent Contractors, Suppliers and Consultants/Service providers with relevant experience for consideration for the execution of the following projects.

2.0 SCOPE OF WORK & GOODS
The Scope of Works/Supply/Service for the projects earmarked for execution is categorized as follows:

2.1 INVITATION TO TENDER (WORKS AND GOODS)
Interested Contractors/Suppliers are invited to submit bids for the following procurements.

LOT E

LOT PROJECT DESCRIPTION
E1 Supply and installation of laboratory and science equipment in Jibwis secondary school of nursing in Gwadengwaji in Kebbi central senatorial district, Kebbi state
E2 Purchase of school furniture at Aliero town primary school in Kebbi central senatorial district, Kebbi state
E3 Purchase of school furniture at Jega model primary school in Kebbi central senatorial district, Kebbi state
E4 Purchase of school furniture at Gwandu town primary school in Kebbi central senatorial district, Kebbi state
E5 Purchase of school furniture at Nizzamiyya primary and secondary school, Aliero in Kebbi central senatorial district, Kebbi state
E6 Repair and renovation of town hall facility in Maiyama town in Kebbi central senatorial district, Kebbi state
E7 Supply of food items (maize) to indigent families in Kebbi central senatorial district, Kebbi state
E8 Supply of food items (rice) to indigent families in Kebbi central senatorial district, Kebbi state
E9 Supply of improved rice, maize and millet seeds to various farming communities in Kebbi central senatorial district, Kebbi state
E10A Provision of solar power borehole in various locations in Sokoto North Federal Constituency, Sokoto state
E10B Provision of solar power borehole in various locations in Sokoto South Federal Constituency, Sokoto state
E10C Provision of solar power borehole in various locations in Sokoto North/South (A,B,C) Federal Constituency, Sokoto state
E11 Provision of hand pump borehole in Yauri/Shanga/Ngaski Federal Constituency, Kebbi state
E12 Purchase of solar powered water pumps to Kebbi central senatorial district, Kebbi state
E13 Purchase of beds and beddings to comprehensive girls secondary school in Aliero, Kebbi central senatorial district, Kebbi state

3.0 ELIGIBILITY REQUIREMENTS:

Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects under the above are required to submit the following documents in their Technical Proposals:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇. Business Name with Form BN1 is also acceptable for Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is 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. Certificate of Independent Tender Determination.
h. Sworn Affidavit:
– Disclosing whether or not any officer of the relevant committees of the Sokoto Rima River Basin Development Authority 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;
i. Company’s Audited Accounts for the last three (3) years–2022, 2023 & 2024, duly acknowledged by the Federal Inland Revenue Service (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’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 (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates from procuring entity and Photographs of the projects;
m. Works: List of Plants/Equipment with proof of Ownership or Lease Agreement. Irrevocable lease letter & any lease letter above TWO (2) years from the date of submission of tender in response to this advertisement are not acceptable;
n. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (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 signed by the authorised officer of the firm.
-Note that all documents/information required must be paginated, submitted in the Sequence/order as listed above.

4.0 COLLECTION OF TENDER DOCUMENTS.
Interested Companies are to collect the Bidding Document (BD) from the Office of Head of Procurement, Sokoto Rima River Basin Development Authority, Damale Kaita House, Ground Floor, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the Sokoto Rima River Basin Development Authorities’ Remita Account in any reputable Commercial Bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Invitation to Tender (Works and Goods)
Prospective bidders are to submit bid for each of the lot desired in two (2) 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 Managing Director, Sokoto Rima River Basin Development Authority, KM. 10 GusaU Road Sokoto State 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 should be deposited in the Tender Box at the address in 4.0 above, not later than 12:00 noon on Monday 23rd Feb, 2026.

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

NIGERIAN INSTITUTE FOR OIL PALM RESEARCH (NIFOR), BENIN CITY-INVITATION TO TENDER FOR EXECUTION OF 2025 CAPITAL PROJECT

NIGERIAN INSTITUTE FOR OIL PALM RESEARCH (NIFOR)
(AN INSTITUTE UNDER FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY)
KILOMETER 7, BENIN AKURE ROAD, PRIVATE MAIL BAG 1030, BENIN CITY, NIGERIA
www.nifor.gov.nginfo@nifor.gov.ng
INVITATION TO TENDER FOR EXECUTION OF 2025 CAPITAL PROJECT

INTRODUCTION
The Nigerian Institute for Oil Palm Research (NIFOR) is a Federal Parastatal under the Federal Ministry of Agriculture and Food Security. The Institute provides support, through Research and Development to the Oil Palm, Coconut, Raphia, Date Palm and Shea value chain in Nigeria.

In compliance with the requirements of the Public Procurements Act (2007) of the Federal Republic of Nigeria, for Certification of Standard Procedure for execution of works project, the Institute intends to undertake a pre-qualification exercise for some more approved Capital Project for year 2025. Accordingly, the Institute invites competent and interested contractors to indicate interest for pre-qualification to tender for the projects.

2. SCOPE OF WORK FOR 2025

CATEGORY A: WORKS
LOT W08: Construction of 1.5km road at Ashame, Delta North Senatorial District
LOT W09: Construction of 1.5km Idumuje Ugboko link road, Delta North Senatorial District
LOT W10: Construction of 1.5km road at Ghana quarter, Ukwani Delta North Senatorial District
LOT W11: Procurement and installation of transformers in Nsukwa Asaba, Akwuose, Okpanam and Ilah, Delta North Senatorial District
LOT W12: Reclamation/sand filling Aboh/Ugbene/Dr Imegwu quarter, Aboh, Ndokwa East LGA, Delta State
LOT W13: Solar powered borehole, overhead tank and reticulation in Ukwunzu Delta North Senatorial District
LOT W14: Construction of solar powered borehole and reticulation in Utagba Ogbe Kwale, Delta North Senatorial District

3. ELIGIBILITY REQUIREMENTS:
Only Contractors that have proven capabilities, relevant experience and good track records, will be considered for these competitive tenders. Such interested bidders are required to provide the following:
a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC) including form CAC₁ or CAC₂ and CAC₃;
b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2025.
c. Evidence of current Pension Clearance Certificate valid till 31st December 2025.
d. Evidence of current Industrial Training Fund (ITF) compliance Certificate valid till 31st December 2025.
e. Evidence of current Nigerian 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. Affidavit:
– Disclosing whether any officer of the relevant committees of the Nigerian Institute for Oil Palm Research or the Bureau of Public Procurements 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 of proceedings.
– That the Company does not have an 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 and 2024.
i. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for 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 (COREN, OSRBN, ARCON, CORBON etc.).
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letter of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects.
l. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement.
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 and 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.

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

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

UNIVERSITY OF LAGOS, NIGERIA
INVITATION TO TENDER

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

2. DESCRIPTION OF PROJECTS

LOT PROJECTS CONTRACT NO
1 CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF ENGINEERING & SCIENCES UL/NEEDS/W/2026/01
2. CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF ARTS & MANAGEMENT SCIENCES UL/NEEDS/W/2026/02
3 CLASSROOM FACILITIES UPGRADE FOR UNIVERSITY LIBRARY UL/NEEDS/W/2026/03
4 CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF SOCIAL SCIENCE & EDUCATION UL/NEEDS/W/2026/04
5 CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF ENVIRONMENTAL SCIENCE & BASIC MEDICAL SCIENCE UL/NEEDS/W/2026/05
6 CLASSROOM FACILITIES UPGRADE FOR FACULTIES OF CLINICAL SCIENCES UL/NEEDS/W/2026/06
7 PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF ENGINEERING & SCIENCE UL/NEEDS/G/2026/07
8 PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF ARTS, MANAGEMENT SCIENCES & SOCIAL SCIENCES UL/NEEDS/G/2026/08
9 PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF EDUCATION & ENVIRONMENTAL SCIENCES UL/NEEDS/G/2026/09
10 PROCUREMENT OF TEACHING AND RESEARCH EQUIPMENT FOR FACULTY OF BASIC MEDICAL SCIENCE & CLINICAL SCIENCES UL/NEEDS/G/2026/10
11 PROPOSED FIBRE CABLE INSTALLATION AT COLLEGE OF MEDICINE UNILAG UL/IGR/G/2026/11
12 PROCUREMENT AND INSTALLATION OF AUTHORING, EDITING AND COLLABORATION SOFTWARE UL/TEFT/SW/2026/12
13 PROCUREMENT AND INSTALLATION OF CONTENT RECORDING EQUIPMENT AND SOFTWARE UL/TEFT/G/2026/13

3. ELIGIBILITY REQUIREMENTS FOR ALL LOTS:
Interested Contractors/Companies are required to submit the following documents in sequential order as listed below:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC), including Forms CAC₂ and CAC₇ (or CAC₁.₁) status report and current annual returns filing
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (i.e. 2022, 2023 and 2024) valid till 31st December, 2025.
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above).
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025.
f. Evidence of Company’s registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31/12/2025 or valid Certificate issued by the Bureau of Public Procurement. (BPP).
g. Current Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of University of Lagos 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;
– The Company is not in receivership, subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
– The Company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offences in relation to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
– That all information presented in the documents are true and correct in all particulars.
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.
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by 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.

Other mandatory requirements are listed as follows:

In respect of LOTS 1, 2, 3, 4, 5 & 6 –
(a) Bidders shall have minimum average annual turnover of not less than N200,000,000.00 (Two Hundred Million Naira Only), N100,000,000.00 (One Hundred Million Naira Only), N85,000,000.00 (Eighty-Five Million Naira Only), N130,000,000.00 (One Hundred and Thirty Million Naira Only), N180,000,000.00 (One Hundred and Eighty Million Naira Only), N130,000,000.00 (One Hundred and Thirty Million Naira Only) for LOTS 1, 2, 3, 4, 5 & 6 respectively as evidence in the Tax Clearance Certificate.
I. Evidence of having at least one (1) COREN Registered Civil/Structural Engineer with practicing license valid for 2025 (copy of COREN Certificate and Current practicing licence of the personnel must be attached).
II. Evidence of having at least one (1) QSRBN Registered Quantity Surveyor with practicing license valid for 2025 (copy of QSRBN Certificate and Current practicing licence of the personnel must be attached)

In respect of LOT 7–13
(a) Bidder must have current documentary evidence as sole/authorised distributor / agent of the Original Equipment Manufacturers (OEM).

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

FEDERAL UNIVERSITY OF PETROLEUM RESOURCES, EFFURUN, DELTA STATE-INVITATION TO TENDER FOR YEAR 2025 TETFUND SPONSORED ICT AND LIBRARY INTERVENTION PROJECTS

THE FEDERAL UNIVERSITY OF PETROLEUM RESOURCES
P.M.B. 1221, EFFURUN, DELTA STATE, NIGERIA
INVITATION TO TENDER FOR YEAR 2025 TETFUND SPONSORED ICT AND LIBRARY INTERVENTION PROJECTS

1. INTRODUCTION:
The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations, the university intends to undertake the Procurement of Works, Goods and Services for the implementation of Year 2025 TETFund sponsored ICT and Library Intervention Projects following the allocation of funds. Competent and experienced Contractors/Firms with relevant experiences and good track record of prompt delivery of similar projects are hereby invited to submit bids for prequalification and tender exercise for the projects listed below.

2. SCOPE OF PROJECT AND ASSIGNMENT

Year 2025 TETFund sponsored Library Project
Lot 1: Supply of assorted textbooks and library equipment

Year 2025 TETFund sponsored ICT Projects
Lot 2: Supply and Installation of Hardware Equipment and Software Solutions
Lot 3: Engagement of Trainer for Capacity Development in ICT

3. ELIGIBILITY REQUIREMENTS
Competent and interested companies who have the requisite experience and desire to execute the projects are required to submit the following documents with verifiable evidence for assessment and consideration:
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC)
b. Evidence of Current Tax Clearance Certificate (TCC) for the last three (3) years (2020, 2021 & 2022) valid till 31st December, 2025.
c. Evidence of current Pension Compliance Certificate valid till 31st December, 2025
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025.
e. Evidence of Compliance 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. A sworn affidavit by a Director of the company certifying that:
i. The document submitted for the pre-qualification exercises 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 Federal University of Petroleum Resources, Effurun or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder.
iv. The company is not in receivership, insolvency or bankruptcy proceedings or the subject of any form of winding up petition.
h. Company Audited Accounts for the last three (3) years certified by a Chartered Accountant/Auditor.
i. Evidence of personnel competence and registration with professional bodies (CVs and profiles of lead Consultants/facilitators) for lot 3
j. Evidence of registration with National Information Technology Development Agency (NITDA) as an ICT Contractor/Consultant for Lots 2 and 3
k. Evidence of financial capability to execute the project including Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
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 (all the eligibility requirements 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 among others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and e-mail Address.

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Documents (SBD) from the Procurement Unit (Office of the Vice Chancellor), Federal University of Petroleum Resources, Effurun, Delta State between 10am – 3pm (Monday–Fridays) on payment of a non-refundable fee of N10,000, to be paid into FUPRE TSA Internally Generated Revenue Account with CBN through any Commercial Bank and obtain receipt from the Bursary Department.

5. SUBMISSION OF TENDER DOCUMENT
Prospected bidders are to submit bid for each of the Lot desired, one (1) hard copies each of the technical and financial bids packaged 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,
ATTN: Head of Procurement
Federal University of Petroleum Resources,
PMB 1221, Effurun, Delta State.
The tender documents are to be hand-delivered and dropped in the Bid Box at the Procurement Unit, Federal University of Petroleum Resources, PMB 1221, Effurun, Delta State, not later than: 12:00noon on Wednesday, 25th February, 2026.

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.

UNICEF-INVITATION TO BID FOR GENERAL SUPPLIES FOR 200 PHC 

UNICEF

ITB-9202431 – GENERAL SUPPLIES FOR 200 PHC

INVITATION TO BID

REFERENCE:ITB-9202431 – GENERAL SUPPLIES FOR 200 PHC

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:06-FEB-2026

DEADLINE ON:17-FEB-2026 00:00 (GMT 1.00)

Description

ITB-9202431 – General Supplies for 200 PHC

OPENED TO ONLY NIGERIAN REGISTERED VENDORS AND DOMICILED IN NIGERIA

Mandatory Requirements are:

Submission of CAC certificate, Audited Financial Statement of Account for 2022-2024, Evidence of past supply of similar items (share minimum of three Contract documents from UN Agencies or INGOs within the last three years), Manufacturer’s catalogue with clear specifications, warranty documents for applicable equipment, Regulatory compliance documentation (NAFDAC/SON) and a detailed Company profile including office and warehouse documentation.

FOOD AND AGRICULTURE ORGANIZATION-REQUEST FOR EXPRESSION OF INTEREST: PRE-QUALIFICATION OF SERVICE PROVIDERS FOR GENETIC IMPROVEMENT AND BROODSTOCK MANAGEMENT FOR AFRICAN CATFISH IN NIGERIA

FAO 

REQUEST FOR EXPRESSION OF INTEREST: PRE-QUALIFICATION OF SERVICE PROVIDERS FOR GENETIC IMPROVEMENT AND BROODSTOCK MANAGEMENT FOR AFRICAN CATFISH IN NIGERIA

REQUEST FOR EOI

REFERENCE:2026/FRNIR/FRNIR/135556

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:05-FEB-2026

DEADLINE ON:15-FEB-2026 17:00 (GMT 1.00)

Description

FAO is seeking eligible service providers to partner with for genetic improvement and broodstock management for African Catfish in Nigeria. The purpose of this request for Expression of Interest (EOI) is to prequalify eligible firms with the technical capacity to provide the above services in anticipation of an upcoming tender(s) to be launched. Eligible suppliers will

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

UNDP-REQUEST FOR QUOTATION FOR CONSUMABLES AND SUPPLIES FOR UNDP OFFICE IN LAGOS 

UNDP

CONSUMABLES AND SUPPLIES FOR UNDP OFFICE IN LAGOS

REQUEST FOR QUOTATION

REFERENCE:UNDP-NGA-01341

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:03-FEB-2026

DEADLINE ON:05-FEB-2026 23:00 (GMT -5.00)

Description

The UNDP (United Nations Development Programme) is the UN’s global development network, working in over 170 countries to eradicate poverty, reduce inequality, and build resilience, focusing on achieving the Sustainable Development Goals (SDGs) through policy support, knowledge sharing, and resource connection. It helps nations with poverty reduction, climate action (like the Paris Agreement), and inclusive, sustainable growth, connecting communities with resources and expertise to create better lives and withstand crises.

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

WORLD HEALTH ORGANIZATION(WHO)-REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF IEC MATERIAL (DIPHTHERIA, MEASLES AND MENINGITIS) 

WHO

DEVELOPMENT OF IEC MATERIAL (DIPHTHERIA, MEASLES AND MENINGITIS)

REQUEST FOR PROPOSAL

REFERENCE:EPR-RCCE/2026/02/003

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:03-FEB-2026

DEADLINE ON:13-FEB-2026 17:00 (GMT 1.00)

Description

The WORLD HEALTH ORGANIZATION, hereinafter referred to as WHO, hereby invites prospective Proposers to submit a proposal in accordance with the General Conditions of Contract and the Terms of Reference as set out in this Request for Proposal (RFP).

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

NASARAWA STATE MINISTRY OF WORKS, HOUSING AND TRANSPORT-GENERAL PROCUREMENT NOTICE FOR THE EXECUTION OF PROJECTS

NASARAWA STATE GOVERNMENT
MINISTRY OF WORKS, HOUSING AND TRANSPORT
OLD STATE SECRETARIAT, JOS ROAD, LAFIA

GENERAL PROCUREMENT NOTICE

The Nasarawa State Government through the State Ministry of Works, Housing and Transport is desirous of utilizing its 2026 approved budget for the provision of physical infrastructures, goods, and services to improve the socioeconomic wellbeing of the citizens of the State.

Consequently, and in compliance with the extant provisions of the Nasarawa State Bureau of Public Procurement (NSBPP) Law 2020, the State Ministry of Works, Housing and Transport hereby requests applications from competent Civil Engineering Construction Companies with evidence of records of performance and professional experience to be pre-qualified for execution of Civil Works, Supply of Goods, and Consultancy Services under the state 2026 Fiscal year as follows:

1. SUPPLY OF GOODS
i. Supply of road construction materials;
ii. Supply of required plants, and equipment.

2. WORKS
i. Construction and rehabilitation of roads, and bridges, etc;
ii. Construction and provision of houses and offices, etc;

3. CONSULTANTS
i. Engineering design and technical supervision;
ii. Surveying, Mapping and Geo-technical services;
iii. Environmental Studies and Impact Assessments (ESIAs);

4. PRE-QUALIFICATION CRITERIA
Qualified applicants must submit the following statutory documents:
a) Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC);
b) Detailed Company Profile and Organizational Structure including names and Telephone numbers of Key Experts and Personnel (Technical/Managerial);
c) Provision of detailed list of Equipment;
d) Audited Accounts for the last three (3) years;
e) Evidence of Current TAX Clearance Certificate and VAT Registration with TIN Number and VAT remittances for the last three (3) Years;
f) Evidence of financial capability with reference letter from applicant’s Banker;
g) Evidence of experience and Competency as Civil Engineering Construction Company with capacity of having carried out at least three (3) recent similar projects with verifiable award letters of contracts and interim/completion certificates;
h) Evidence of ownership or lease of relevant equipment (for civil works);
i) Registration with relevant professional bodies (for civil works and consultancy services);
j) Evidence of Compliance certificate and proof of registration from relevant statutory Authorities i.e. ITF, NSITF, PENCOM, EFCC (SCUML) and the Nasarawa State Bureau of Public Procurement (NSBPP);
k) Compliance with Environmental, Social, Health and Safety Management Plan (ESHSP) for Civil Works and major construction works.
l) Any other relevant documents that may be required in the Standard Bidding Documents.

5. SUBMISSION OF DOCUMENTS
All applications should be well-packaged in sealed envelopes, clearly labeled with the appropriate category thus:
i. Pre-Qualification for Civil Works Contracts;
ii. Pre-Qualification for Supply of Goods (Plants, Equipment & Materials) Contracts, and
iii. Pre-Qualification for Consultancy Services.

To:,
The Hon. Commissioner, Ministry of Works, Housing and Transport,
Old State Secretariat, Jos Road, Lafia, Nasarawa State.

6. DEADLINE FOR SUBMISSION:
All submissions must be received on or before Tuesday 17th February, 2026.
Late submissions will not be considered after the deadline stated above.

7. IMPORTANT NOTICE AND DISCLAIMER
Only the pre-qualified competent Companies will be contacted to purchase the Standard Bidding Documents for any of their desired contract categories listed above. This advertisement shall not be construed to be a commitment on the part of the Nasarawa State Government and the State Ministry of Works, Housing and Transport to contract any Company neither shall it entitle any Company submitting documents to merit any indemnity. The State Ministry of Works, Housing and Transport reserves the right to take final decision on any Procurement Procedures, methodologies and on submission received in the Procurement Processes in line with any General and Specific Provisions of the Nasarawa State Public Procurement Law, 2020. The State Ministry of Works, Housing and Transport will not be responsible for any cost incurred in the preparation and submission of the pre-qualification documents.

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