Background Image

OXFAM-REQUEST FOR QUOTATION FOR ICT AND SOLAR EQUIPMENT SUPPLIES

OXFAM
REQUEST FOR QUOTATION

Oxfam seeks vendors who can supply or install the following:

All ToR links are embedded in the requested service title above

The deadline for submission of proposals is 27th February 2026 at 11:59 PM (WAT) upon conditions in the Terms
of Reference and Evaluation Criteria.

Oxfam does not bind itself to award the proposal to the lowest offer and reserves the right to accept the whole or part of the proposal.

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

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

UNDP-INVITATION TO BID FOR DRILLING OF MIDDLE-AQUIFER SOLAR-POWERED BOREHOLE IN DIKWA MARKET

UNDP
DRILLING OF MIDDLE-AQUIFER SOLAR-POWERED BOREHOLE IN DIKWA MARKET
INVITATION TO BID
REFERENCE: UNDP-NGA-01342
BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 04-FEB-2026
DEADLINE ON: 19-FEB-2026 08:00 (GMT -5.00)

Description
Please indicate whether you intend to submit a bid by creating a draft response without submitting directly in the system. This will enable the system to send notifications in case of amendments of the tender requirements

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

INTERNATIONAL RESCUE COMMITTEE, INC.-INVITATION TO TENDER FOR THE SUPPLY AND INSTALLATION OF SOLAR POWER SYSTEM AS A BACKUP TO THE IRC MAIDUGURI FIELD OFFICE

INTERNATIONAL RESCUE COMMITTEE, INC.
(NIGERIA COUNTRY PROGRAM)
IRC/2NGA/MAI/01/2026
SUPPLY AND INSTALLATION OF SOLAR POWER SYSTEM AS A BACKUP TO THE IRC MAIDUGURI FIELD OFFICE.

The International Rescue Committee (IRC) responds to the world’s worst humanitarian crises, helping people to survive, recover, and rebuild their lives. The IRC began operations in Nigeria in 2012, initially responding to severe flooding in Kogi State. As humanitarian needs escalated in the Northeast, IRC expanded to Borno, Adamawa, and Yobe States, later growing into the Northwest, including Zamfara, Katsina, and most recently Sokoto and Plateau States. Across these regions, the IRC implements integrated, multi-sectoral programs focused on health, nutrition, WASH, education, protection, economic recovery, and emergency response, serving both IDPs and host communities. With a head office in Abuja and field presence in some of Nigeria’s most crisis-affected areas, the IRC is committed to empowering vulnerable communities, restoring dignity, and strengthening resilience. Our mission is to help people regain control of their lives in the face of conflict, disaster, and displacement. We do this through strategic partnerships, community engagement, and data-driven approaches that inform sustainable programming and systemic change.

It is the intent of this RFP to secure competitive proposals to select Vendor(s) for the International Rescue Committee Nigeria country Program, for Supply and Installation of Solar Power System as a Backup to the IRC Maiduguri Field Office. All qualified and interested vendors are invited to submit their proposals to the email address IRCNigeriaTender@rescue.org on or before the closing date for Bids submission. Interested Bidders advised to bid for all Lots.

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

INTERNATIONAL CENTRE FOR ENERGY, ENVIRONMENT AND DEVELOPMENT(ICEED)-TENDER NOTICE FOR THE SUPPLY AND INSTALLATION OF: I) 200KWP SOLAR PV HYBRID SYSTEM AT STANDARDS ORGANIZATION OF NIGERIA LABORATORY COMPLEX, OGBA, LAGOS; II) 50KWP SOLAR PV HYBRID SYSTEM AT A SELECTED SME CLUSTER IN EKITI STATE; AND III) 50KWP SOLAR PV HYBRID SYSTEM AT A SELECTED SME CLUSTER IN KANO STATE

ICEED
INTERNATIONAL CENTRE FOR ENERGY, ENVIRONMENT AND DEVELOPMENT
DEPLOYMENT OF SUSTAINABLE SOLAR PV SYSTEMS FOR PRODUCTIVE USE OPPORTUNITIES IN THE LABORATORY COMPLEX OF THE STANDARDS ORGANIZATION OF NIGERIA AND SELECTED SMALL AND MEDIUM ENTERPRISES
TENDER NOTICE FOR THE SUPPLY AND INSTALLATION OF: I) 200KWP SOLAR PV HYBRID SYSTEM AT STANDARDS ORGANIZATION OF NIGERIA LABORATORY COMPLEX, OGBA, LAGOS; II) 50KWP SOLAR PV HYBRID SYSTEM AT A SELECTED SME CLUSTER IN EKITI STATE; AND III) 50KWP SOLAR PV HYBRID SYSTEM AT A SELECTED SME CLUSTER IN KANO STATE

The International Centre for Energy, Environment and Development Foundation (ICEED Foundation) is committed to the goal of poverty eradication. We deliver this commitment by providing the evidence base for reforms and influence that shape Nigeria’s climate and energy security. ICEED Foundation is leading efforts to expand access to clean and sustainable energy solutions for public institutions and micro, small and medium scale clusters across Nigeria. With funding from Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH under the Nigeria Energy Support Programme (NESP), ICEED Foundation is implementing the “DEPLOYMENT OF SUSTAINABLE SOLAR PV SYSTEMS FOR PRODUCTIVE USE OPPORTUNITIES IN THE LABORATORY COMPLEX OF THE STANDARDS ORGANIZATION OF NIGERIA AND SELECTED SMALL AND MEDIUM ENTERPRISES” Project. This project, among other deliverables, seeks to deploy a 200kWp hybrid solar PV electricity system in Standards Organization of Nigeria Laboratory Complex, Ogba, Lagos. This will provide the electricity needs of the AC and refrigerator laboratories as well as enhanced electricity supply for the management office. The project will also deploy 50kWp hybrid solar electricity in two SME clusters in Ekiti and Kano States. This will reduce their energy costs and improve the competitiveness of the SMEs. It will also strengthen institutional capacity for decentralized renewable electricity.

The Project therefore seeks to procure and install the following solar PV equipment and materials:

Lot 1: Equipment and materials for the installation of 200KWp hybrid solar PV system at Standards Organization of Nigeria Laboratory Complex, Ogba, Lagos

S/N Description Unit Quantity
1 550Wp Jinko Bifacial Solar Panel per panel 380
2 50KW Deye Inverter, TP&N per inverter 3
3 100KWH Deye Li-ion Battery per battery 3
4 150MM AC Armored Cable (Comestar) per metre 400
5 70MM DC Solar Panel Cable (Comestar) per metre 1,000
6 600A AC Switch Gear (ABB), TP&N per switch 3
7 125A DC Breakers (Chint) per breaker 12
8 500A Bus Bar (ABB), TP&N per bus bar 3
9 600A Changeover Switch (ABB), TP&N per switch 3
10 Lightening Arrestor – 2 sqft mat, 6 mtrs x 3 galvanized rod, 3 bags of industrial salt, 1 bag of iron filings, 1 bags of animal dung, etc Per set 3
11 Earthing Per set 3
12 Erection of Base Station consisting of 3600mm x 3600mm Block Structure c/w Furnishing (see figure 1 below for floor plan and elevation) Per structure 1
13 Surge Protection Device (DC) 125A (Chint) per device 6
14 Surge Protection Device (AC) 600A, TP&N per device 1
15 Installation of carport measuring 67 metres length x 16 metres width and total area of 1072 square metres for the Solar Panel Support Structure (see figure 2 below for sample design) Lot 1
16 Accessories for installation of the solar PV system Lot 1
17 Logistics for transportation and delivery to site Lot 1
18 Labour for installation of the solar PV system Lot 1

Figure 1: Floor plan and layout for the Base Station

Figure 2: Carport design for solar panel support structure

Lot 2: Equipment and materials for the installation of 50KWp hybrid solar PV system at MSME Cluster, Ekiti State

S/N Description Unit Quantity
1 550Wp Jinko bifacial solar panel per panel 105
2 80KW Deye inverter, TP&N per inverter 1
3 30KWH Deye li-ion battery per battery 2
4 25MM AC Cable (Comestar) per metre 5
5 25MM DC Solar panel cable (Comestar) per metre 800
6 200A AC Switch gear (ABB), TP&N per switch 2
7 125A DC breakers (Chint) per breaker 6
8 200A Bus bar (ABB), TP&N per bus bar 2
9 200A Changeover switch (ABB), TP&N per switch 3
10 Lightening arrestor – 2 sqft mat, 6 mtrs x 3 galvanized rod, 3 bags of industrial salt, 1 bag of iron filings, 1 bags of animal dung, etc PER SET 2
11 Earthing PER SET 2
12 Erection of base station consisting of 3600mm x 3600mm block structure c/w furnishing (as per specification in Lot 1) Per structure 1
13 SURGE PROTECTION DEVICE (DC) 125A (Chint) per device 6
14 Surge protection device (AC) 200A, TP&N per device 1
15 Accessories for installation of the system (note that the solar panels will be roof mounted) Lot 1
16 Smart metering system c/w digital set up infrastructure. The smart meter to be deployed will be 230V 10A STS compatible per unit 50
17 Logistics for transportation and delivery to site Lot 1
18 Labour for installation of the solar PV system Lot 1

Lot 3: Equipment and materials for the installation of 50KWp hybrid solar PV system at MSME Cluster, Kano State

S/N Description Unit Quantity
1 550Wp Jinko bifacial solar panel per panel 105
2 80KW Deye inverter, TP&N per inverter 1
3 30KWH Deye li-ion battery per battery 2
4 25MM AC Cable (Comestar) per metre 5
5 25MM DC Solar panel cable (Comestar) per metre 800
6 200A AC Switch gear (ABB), TP&N per switch 2
7 125A DC breakers (Chint) per breaker 6
8 200A Bus bar (ABB), TP&N per bus bar 2
9 200A Changeover switch (ABB), TP&N per switch 3
10 Lightening arrestor – 2 sqft mat, 6 mtrs x 3 galvanized rod, 3 bags of industrial salt, 1 bag of iron filings, 1 bags of animal dung, etc PER SET 2
11 Earthing PER SET 2
12 Erection of base station consisting of 3600mm x 3600mm block structure c/w furnishing (as per specification in Lot 1) Per structure 1
13 SURGE PROTECTION DEVICE (DC) 125A (Chint) per device 6
14 Surge protection device (AC) 200A, TP&N per device 1
15 Accessories for installation of the system (note that the solar panels will be roof mounted) Lot 1
16 Smart metering system c/w digital set up infrastructure. The smart meter to be deployed will be 230V 10A STS compatible per unit 50
17 Logistics for transportation and delivery to site Lot 1
18 Labour for installation of the solar PV system Lot 1

Please note the following:
– All the installations are expected to be successfully completed not more than 30 calendar days from the date of award of contract.
– ICEED Foundation technical team will be on ground across the 3 locations to oversee the installations and provide onsite technical support.

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

UNIDO-REQUEST FOR QUOTATION FOR PROVISION OF SERVICES RELATED TO A CIRCULAR ECONOMY SITE VISIT PROGRAMME IN AUSTRIA AND SWEDEN FOR FEDERAL GOVERNMENT OFFICIALS, PR ODUCER RESPONSIBILITY ORGANIZATIONS AND EDUCATIONAL INSTITUTIONS FROM NIGERIA IN RELATION TO OFF-GRID RENEWABLE ENERGY EQ

UNIDO
PROVISION OF SERVICES RELATED TO A CIRCULAR ECONOMY SITE VISIT PROGRAMME IN AUSTRIA AND SWEDEN FOR FEDERAL GOVERNMENT OFFICIALS, PR ODUCER RESPONSIBILITY ORGANIZATIONS AND EDUCATIONAL INSTITUTIONS FROM NIGERIA IN RELATION TO OFF-GRID RENEWABLE ENERGY EQ

REQUEST FOR QUOTATION

REFERENCE: 7000008291
BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 29-JAN-2026
DEADLINE ON: 20-FEB-2026 18:00 (GMT 2.00)

Description
Tendering Text: Provision of Services related to a Circular Economy Site Visit Programme in Austria and Sweden for Federal Government Officials, Producer Responsibility Organizations and Educational Institutions from Nigeria in relation to Off-Grid Renewable Energy Equipment (OGREE)

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

AFRICAN REINSURANCE CORPORATION-REQUEST FOR PROPOSAL FOR THE SUPPLY AND INSTALLATION OF 30KVA UPS AT 19/20 AKARIGBERE CLOSE, VICTORIA, ISLAND, LAGOS LAGOS, NIGERIA

AFRICAN REINSURANCE CORPORATION
RFP – SUPPLY AND INSTALLATION OF 30KVA UPS AT 19/20 AKARIGBERE CLOSE, VICTORIA, ISLAND, LAGOS
LAGOS, NIGERIA
CLOSING DATE FOR APPLICATIONS: 2026-02-13

PROJECT OBJECTIVES

The objective of this project is to supply, install, test, and commission a 30kVA Uninterruptible Power Supply (UPS) to provide a reliable and uninterrupted backup power solution for the lift system at the residence. The UPS shall ensure continuous and safe lift operation during power outages or voltage fluctuations, thereby enhancing occupant safety, equipment protection, and operational reliability.

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

EJIGBO LOCAL COUNCIL DEVELOPMENT AREA, LAGOS STATE-INVITATION TO TENDER FOR VARIOUS CONSTRUCTION WORKS

EJIGBO LOCAL COUNCIL DEVELOPMENT AREA
INVITATION TO TENDER

1. Introduction
Ejigbo Local Council Development Area is seeking bids from reputable and competent companies with good track records to tender for the under listed projects at the L.C.D.A:

2. Projects:
LOT 1. Construction of Road at Abuna Street, Aigbaka Ward with Solar Street light
LOT 2. Construction of double Star Road, Jakande Estate, Oke-Afa Ward with Solar Street light
LOT 3. Construction of Primary Health Care Centre at Jakande Estate, Aliegun Ward
LOT 4. Construction of a Storey Building (Nursery and Primary School) Aigbaka Ward
LOT 5. Procurement of Official Vehicles for Political Office Holders and Management
LOT 6. Total Reconstruction of an existing Primary Health Centre at Oke–Afa, Jakande Estate
LOT 7. Installation of Solar Street Light to major Streets and Roads within Ejigbo LCDA

3. Eligibility Requirement
Prospective Bidders are expected to provide the under listed information and documents:
1. Cover letter duly signed by the Company’s authorized signatory indicating interest
2. Certificate of Incorporation/Registration with the Corporate Affairs Commission (CAC)
3. Evidence of Company Registration/Renewal with Ejigbo LCDA
4. Company’s Audited Accounts for the year 2022, 2023 and 2024
5. Company Profile and Organization Structure with the CV of 5 Key Personnel with Professional Certificates
6. Evidence of Financial capability (Reference letter from a reputable Bank capable and willing to provide line of Credit for Project execution, if required)
7. Current Tax Clearance Certificate of the Company and income Tax Certificate of two Directors for the last three years (2022, 2023, 2024)
8. Evidence of Technical capability (List of Equipment, Staffing etc)
9. Evidence of Experience as a prime Contractor in at least 5 Projects of similar nature and complexity with verifiable letters of Contract Award and Certificate of Job completion
10. Evidence of valid registration with Lagos State Public Procurement Agency (PPA) in the appropriate class and category

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

FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY, ABUJA-GENERAL PROCUREMENT NOTICE OF SERVICES, GOODS & WORKS UNDER 2025 APPROPRIATION

FEDERAL MINISTRY OF INNOVATION, SCIENCE AND TECHNOLOGY
GENERAL PROCUREMENT NOTICE OF SERVICES, GOODS & WORKS UNDER 2025 APPROPRIATION

1. INTRODUCTION
Federal Ministry of Innovation, Science & Technology intends to undertake the Procurement of Good/Works & Services under the 2025 Appropriation in accordance with the provisions of the Public Procurement Act, 2007. To achieve this, the Ministry hereby invites submission of tender/expression of interest from interested and competent Contractors and Consultants with cognate experience wishing to participate in the bidding process in any areas listed in the Table Below:

2. SCOPE OF SERVICES/WORK/SUPPLIES

LOT CATEGORY / DESCRIPTION
CATEGORY A: SERVICES
LOT C1 Priming the Youths on Electric Motor Vehicle Assembling, Services and Maintenance in Nigeria
LOT C2 Training of Nigerian Youths on Geospatial Data Gathering for Crop Monitoring to Support Agricultural Production in Nigeria
LOT C3 Training and Equipping Youths in Technology Incubation
LOT C4 Organisation of Workshop and Conferences for stakeholders on Scientific Research and Development
LOT C5 Training & Workshop on Compressed Natural Gas (CNG) for Youths and Unemployed Graduates in Nigeria:
LOTA North Central
LOTB North East
LOTC North West
LOT D South East
LOTE South South
LOT F South West
LOT C6 Technological and Innovative Bioresources Intervention for Improved income and Livelihood
LOT C7 Promotion of Post-Harvest losses Technologies for Agricultural Produce: Application of Postharvest Loss Technology on Agricultural Produce to Ensure Resource Efficiency
LOT C8 Utilization of New and Improved Technologies for Crime Control and Public Security
LOT C9 Promotion of Teaching of Science Subjects in Nigerian Languages: Promotion of STEM Subjects
LOT C10 Provision of Transaction Adviser(s) (TA) Services for the Implementation of Federal Ministry of Innovation, Science and Technology (FMIST) projects.
CATEGORY B: NON-CONSULTANCY SERVICES
LOT C1 Technology and Innovation Expo (Commercialisation of R&D Results) Event
LOT C2 Coordination of Nigeria/China STI Collaboration
LOT C3 Coordination of Research and Development for a Sustainable Blue Economy for Policy Development
CATEGORY C: WORKS
LOT W1 Provision of Solar Boreholes in Osun State
LOT W2 Provision and Installation of Mini Grid as Alternative Energy Sources in Selected Locations in South East
LOT W3 Provision and Installation of Alternative Energy Sources to Support Rural Communities across Nigeria
LOT W4 Installation of off Grid PV in Locations across North Central
LOT W5 Provision and Installation of Transformers to Selected Communities in Nigeria
LOT W6 Pilot Model Compressed Natural Gas (CNG) Infrastructure Development for Sustainable and Energy Independence Transportation In Nigeria (Ongoing)
LOT W7 Construction of 1km Roads in Custom Barack Road/Ben Okoro Eweka Street, Egor LGA Egor/Kpoba-Okha Federal Constituency
LOT W8 Rural Electrification/Power Scheme in Kauru Federal Constituency, Kaduna State
CATEGORY D: GOODS
LOT G1 Provision of Equipment for Scientific Research
LOT G2 Acquisition of Science Equipment and facilities for Nationwide Coordination of STI activities:
LOTA Procurement Of Electronic/Electrical Equipments
LOTB Provision And Installation Of Inverter Energy Source
LOTC Procurement Of Working Material (Stationary)
LOT D Provision For Printing Of Statutory Document Items For Store
LOTE Procurement Of Computer Consumables
LOT F Procurement Of Office Furniture
LOTG Procurement Of Vehicle Parts
LOT G3 Provision of Security Vehicles for Vigilante Groups in Ogharu LGA, Anambra State.
LOT G4 Supply and Distribution of motorcycles to artisan in Wudil/Garko Constituency Federal.

MINISTRY CAPITAL PROJECTS AND CONSTITUENCY PROJECTS)

3. ELIGIBILITY REQUIREMENTS
Interested Contractors should submit the following 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 forms 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 (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 staffs 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 staffs is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Certificate of Clearance valid till December 31st 2025;
f. Evidence of Registration in the National Database of Federal Contractors, Consultants, and Services providers by submission of Interim Registration Report expiring in 31st, December, 2025; or valid certificate issued by BPP;
g. Sworn Affidavit:
– disclosing whether or not any officer of relevant Committees of the Federal Ministry of Innovation, Science &Technology or the Bureau of Public Procurement is a former or present Director, Shareholder or has any peculiar interest in the bidder and to confirm that information presented in its bid are corrected in all particulars;
– that personnel and components to be used in the execution of the proposed Works, Goods and Services shall form at least 60% composition to comply with the FGN’s Policy on Local Content;
– that the company is not receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings; and
– that the company is not having any Director who 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.
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 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 or either Letters of Awards, Valuation Certificates and Job Completion Certificates plus Photographs of the projects;
l. Works: List of Plants/Equipment with proof of ownership/lease agreement;
m. Consultancy Services: Evidence of Firm’s current registration with relevant regulatory professional body(ies) such as CMD for Training, CBN Licence for the Payment Service Solution Provider; etc.;
n. Original Equipment Manufacturing (OEM) Certificate or Authorization letter from OEMs/Accredited dealers.
o. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating Lead Partner (CAC, TCC, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance 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 Firm/Company’s Letterhead Paper bearing among others, the Registration Number (RC) as issued to the company by Corporate Affairs Commission (CAC), Contact Address, Telephone number (Preferable GSM No) and a valid e-mail address. The Letterhead Paper must bear the names and the nationalities of the Directors of the company at the bottom page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (NON-CONSULTANCY, GOODS & WORKS)
Interested bidders should collect bid documents from the Procurement Department on evidence of Payment of Non-refundable Tender Fees of N10,000.00 only per LOT through remita platform of Federal Ministry of Innovation, Science & Technology (FMIST) in any reputable Commercial Bank in Nigeria.

5. SUBMISSION OF DOCUMENTS (NON-CONSULTANCY, GOODS & WORKS)
Prospective bidders are to submit bid for each of the Lot desired, 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 Permanent Secretary, Federal Ministry of Innovation, Science & Technology, Head of Service Complex, Abuja 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 in the office of the Director, Procurement Department of the Ministry (FMIST) at Phase II, Block ‘D’ Room 609, 6th Floor, Federal Secretariat Complex, Abuja not later than 12:00 noon Monday, 9th February, 2026.

6. SUBMISSION OF EXPRESSION OF INTEREST (EOI)
Interested Firms in Services are to submit the Expression of Interest (EOI) for each of the Lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as indicated above and submitted not later than 12:00 noon, Monday, 2nd February, 2026.

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