Background Image

SECURITIES AND EXCHANGE COMMISSION, ABUJA-EXPRESSION OF INTEREST (EOI) AND INVITATION TO TENDER FOR THE EXECUTION PROJECTS

EXPRESSION OF INTEREST (EOI) AND INVITATION TO TENDER
TENDER PACKAGE NO. – SEC/PROC/2026/001

1. INTRODUCTION
The SECURITIES AND EXCHANGE COMMISSION (“The Commission”) is a Statutory Organization established by the Investments and Securities Act (ISA) No. 2 of 2025. The Commission is empowered by the ISA to Regulate and Develop the Nigerian Capital Market. To this end, in compliance with the Public Procurement Act, 2007, the Commission hereby invites reputable, competent and qualified companies to tender for Procurement of Goods and Consultancy Services of the following projects:

2. SCOPE OF GOODS & SERVICES
CAPITAL PROJECTS 2025: INVITATION TO TENDER
CATEGORY A: GOODS

LOT NO. PROJECT TITLE
LOT 1 Purchase of Hardware Computers

CAPITAL PROJECTS 2025: CONSULTANCY SERVICES
CATEGORY B: GOODS

LOT NO. PROJECT TITLE
LOT 2 Engagement of Consultant for Promotion and Selection Assessment of Staff.
LOT 3 Engagement of Consultant for HR Organisation Strategy Development

3. ELIGIBILITY REQUIREMENTS
Interested and competent Consultants wishing to carry out any of the projects listed in the above two (2) Categories are required to submit the following documents. Failure to fulfil any of the under-listed requirements will render a bid disqualified:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2025;
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.

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

UNIVERSITY OF DELTA, AGBOR, DELTA STATE-INVITATION TO TENDER FOR THE YEAR 2025 TETFUND INTERVENTION FOR ICT SUPPORT

UNIVERSITY OF DELTA
P.M.B. 2090, AGBOR, DELTA STATE
INVITATION TO TENDER FOR THE YEAR 2025 TETFUND INTERVENTION FOR ICT SUPPORT

1.0. INTRODUCTION
In compliance with the provisions of the Public Procurement Act, 2007, University of Delta, Agbor, Delta State hereby invites experienced and competent Contractors/Suppliers and Service providers to submit bids for the below project:

2.0. SCOPE OF WORK: GOODS/SERVICES

S/N | PROJECT DESCRIPTION
1 LOT | Supply and Installation, Testing and Commissioning of Solar Power and Hardware Equipment, Content Recording Equipment/Software and Staff Training.

3.0. ELIGIBILITY REQUIREMENTS
For the purpose of pre-qualification evaluation, interested prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2026; with minimum average annual turnover of N300 Million;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (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, 2026 (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, 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 31/12/2026 or valid Certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the University of Delta, Agbor, Delta State or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
h. Company’s Audited Accounts for the last three (3) years – 2023, 2024 & 2025;
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. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
m. Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
n. Evidence of company’s current registration with relevant regulatory professional body(ies) such as CMD for Training;
o. Electricity jobs; Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA);
p. Evidence of company’s current registration/accreditation with Computer Professional Registration Council of Nigeria and National Information Technology Development Agency.

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.

4.0. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Document (SBD) from Procurement Unit, first floor of the University’s Administrative Building on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, paid into the University of Delta, Agbor, Delta State’s account.

5.0. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit two (2) hard copies of each of the Technical and Financial bid with soft copy of financial bid only in MS Excel Format, package separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two (2) sealed envelope together in a bigger sealed envelope addressed to the Vice-Chancellor, University of Delta, Agbor, Delta State, first floor, University’s Administrative Building and clearly marked with the name of the project. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box, Registrar’s office, First floor, University’s Administrative Building, not later than 12:00 noon, Monday, 9th March, 2026.

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

NATIONAL COMMISSION FOR ALMAJIRI AND OUT-OF-SCHOOL CHILDREN EDUCATION (NCAOOSCE)-INVITATION TO TENDER FOR THE EXECUTION OF CAPITAL PROJECT FOR THE 2025 APPROPRIATION

NATIONAL COMMISSION FOR ALMAJIRI AND OUT-OF-SCHOOL CHILDREN EDUCATION (NCAOOSCE)
INVITATION TO TENDER FOR THE EXECUTION OF CAPITAL PROJECT FOR THE 2025 APPROPRIATION

1.0 INTRODUCTION
The National Commission for Almajiri and Out-of-School Children Education (NCAOOSCE), in line with its mandate and in compliance with the provisions of the Public Procurement Act (PPA) 2007 and relevant extant regulations on public procurement of goods, hereby invites reputable and interested suppliers with relevant experience and competence to submit Technical and Financial Bids for the procurement of goods under the 2025 Appropriation Act (Amendment) as detailed below.

2.0 SCOPE OF PROCUREMENT
CATEGORY: GOODS

LOT NO | PROJECT DESCRIPTION | LOCATION
LOT 1 | Procurement of Tricycles and Motorcycles for Enrolment Mobilization of Out-of-School Children and Almajiri | Rabah/Wurno Local Government Area, Sokoto State

3.0 ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed minimum requirements to be eligible to participate in this procurement:
I. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Form CAC 1.1 or CAC Forms 2 & 7
II. Evidence of Company Income Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st December 2025 with a minimum turnover of 500 million
III. Evidence of Current Pension Compliance Certificate valid till 31st December 2025
IV. Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025
V. Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025
VI. Evidence of dealership representative/accredited dealers or OEMs
VII. Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of BPP Interim Registration Report (IRR) valid till 31st December 2025
VIII. Sworn Affidavit stating:
• disclosing whether or not any officer of NCAOOSCE or BPP is a former or present director/shareholder or has any pecuniary interest in the bidder
• confirming that the company is not in receivership, bankruptcy or liquidation
• confirming that none of the directors has been convicted of any criminal offence relating to fraud or financial impropriety
• All information provided is true and correct
IX. Audited Accounts of the company for the last three (3) years (2022–2024)
X. Evidence of financial capability by submission of a Reference Letter from a reputable commercial bank in Nigeria
XI. Verifiable documentary evidence of at least three (3) similar supplies executed in the last five (5) years, including Letters of Award, Job Completion Certificates and photographs
XII. All documents must be submitted with a Covering/Forwarding Letter on the company’s letterhead, duly signed by an authorised officer, bearing the RC number, contact address, GSM number, email address, and names of directors.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested and competent bidders are requested to collect the Standard Bidding Document (SBD) from the Office of the Head of Procurement, NCAOOSCE Headquarters, Abuja, upon presentation of evidence of payment of a non-refundable tender fee of ₦10,000.00, paid into the NCAOOSCE Remita Account in any reputable commercial bank in Nigeria.

5.0 SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit two (2) hard copies each of Technical and Financial Bids, packaged separately in sealed envelopes and clearly marked “Technical Bid” and “Financial Bid”.
Both envelopes should be enclosed in a larger envelope clearly marked:
“Procurement of Tricycles and Motorcycle”
and addressed to:
The Executive Secretary
National Commission for Almajiri and Out-of-School Children Education (NCAOOSCE)
No. 2 Zuma Close, Udi Hill, Aso Drive, Asokoro, Abuja
The reverse side of the envelope should bear the name and address of the bidder and be deposited in the Tender Box at the Office of the Head of Procurement, NCAOOSCE Headquarters, Abuja, between 8:00am – 4:00pm (Monday–Friday), not later than 23rd February 2026

FEDERAL UNIVERSITY OF MEDICAL AND HEALTH SCIENCE KWALE – DELTA STATE-INVITATION FOR PREQUALIFICATION AND TENDER FOR THE EXECUTION OF YEAR 2025 SPECIAL FOR DISASTER RECOVERY INTERVENTION.

FEDERAL UNIVERSITY OF MEDICAL AND HEALTH SCIENCE
KWALE – DELTA STATE
INVITATION FOR PREQUALIFICATION AND TENDER FOR THE EXECUTION OF YEAR 2025 SPECIAL FOR DISASTER RECOVERY INTERVENTION.

1.0. INTRODUCTION
The Federal University of Medical and Health Science Kwale is to implement projects to be financed with funds from Tertiary Education Trust Fund via its 2025 Special for Disaster Recovery Intervention. The University therefore in compliance with the requirements of the Public Procurement Act 2007, hereby invites interested, competent and reliable Bidders/Firms with proven experience and good track record of performance for the execution of this Project.

2.0. SCOPE OF PROJECTS:
The Project for which the bid is invited are:

LOT NO | PROJECT DESCRIPTION
LOT 1 | CONSTRUCTION OF PERIMETER FENCE (1500M), COMPRISING EXCAVATION (300MM WIDE X 1000MM) DEPT AND FILLING

3.0. ELIGIBILITY REQUIREMENTS
Interested and reputable Companies are required to possess the under-listed requirements to be eligible for these projects:
a. Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) including form CAC 1.1 or CAC 2 & CAC 7.
b. Evidence of Company’s Income Tax Clearance Certificate for the past three (3) years valid to 31st December 2025, WITH A TURNOVER OF 150 million Naira Only
c. Evidence of Pension Clearance (Pencom) Certificate valid till 31st December, 2025
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025
e. 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.
f. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal University of Medical and Health Science, Kwale 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;
g. Company’s Audited Accounts for the last three (3) years – 2023, 2024 & 2025, duly acknowledged by the Federal Inland Revenue Service (FIRS);
h. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
i. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
j. 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;
k. For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs)
l. 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);
m. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the lot bid for, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4.0. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Tender Documents from the office of the HEAD OF PROCUREMENT, (PROCUREMENT OFFICE) FUMHSK DELTA STATE on evidence of payment of non-refundable tender fee of Ten Thousand Naira (₦10,000.00) only through the REMITA platform, and receipt obtained from the Bursary Department of the University, a copy of payment receipt must also be attached to financial documents.

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

UNICEF-INVITATION TO BID FOR THE SUPPLY OF MEDICAL EQUIPMENT

UNICEF

ITB-9202417 (SUPPLY OF MEDICAL EQUIPMENT)

INVITATION TO BID

REFERENCE:ITB-9202417 (SUPPLY OF MEDICAL EQUIPMENT)

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

PUBLISHED ON:06-FEB-2026

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

Description

ITB-9202417 (Supply of medical equipment)

OPENED TO ONLY NIGERIAN COMPANIES

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.

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

INTERNATIONAL ORGANIZATION FOR MIGRATION(IOM)-REQUEST FOR QUOTATION FOR SALE OF IOM ASSORTED USED OFFICE FURNITURE 

IOM

FOR NIGERIAN VENDORS ONLY_ BID FOR SALE OF IOM ASSORTED USED OFFICE FURNITURE

REQUEST FOR QUOTATION

REFERENCE:30000020015

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:02-FEB-2026

DEADLINE ON:16-FEB-2026 16:00 (GMT 0.00)

Description

AD/001/LOS/2026 – Bid for sale of IOM assorted used office furniture

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

KWARA STATE MINISTRY OF EDUCATION AND HUMAN CAPITAL DEVELOPMENT-INVITATION FOR EXPRESSION OF INTEREST FOR TECHNICAL AND FINANCIAL BIDS

KWARA STATE MINISTRY OF EDUCATION AND HUMAN CAPITAL DEVELOPMENT
INVITATION FOR EXPRESSION OF INTEREST FOR TECHNICAL AND FINANCIAL BIDS

1.0 INTRODUCTION

The Kwara State Government through the Ministry of Education and Human Capital Development is to embark on provision and upgrading of facilities in schools across the sixteen (16) Local Government Areas in the State. The project will include some new construction works, renovation of selected existing dilapidated structures, science laboratory equipment and WASH facilities. In compliance with the Kwara State Public Procurement Law as amended, the Ministry wishes to invite interested reputable and competent Contractors with relevant experience and good track records to submit Bids for the proposed projects.

2.0 SCOPE OF WORKS

The State Government will carry out series of renovation of existing structures and construction of additional facilities in another phase of 70 public schools in the state. The location of the projects and descriptions of basic needs of the schools are the following schools:

S/N LOCATION DESCRIPTION OF THE PROJECT LGA
1 COMM. SEC. SCH. ELEMERE CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES MORO
2 SEN. SEC. SCH. GODINWA PATIGI REN. OF EXAM HALL WITH OFFICE PATIGI
3 COMM. SEC. SCH. TANKPAFU REN. OF 4 CLASSROOMS WITH OFFICE (BLOCK B) AND CONSTRUCTION OF EXAM HALL EDU
4 BARUTEN LGEA SCH. SINAWU REN. OF EXAM HALL AND 2 CLASSROOMS WITH OFFICES (BLOCK C) BARUTEN
5 COMM. SEC. SCH. LADE REN. OF 2 BLOCKS OF 3 CLASSROOMS WITH OFFICES (BLOCKS C AND B), REN. OF 4 CLASSROOMS WITH OFFICES (BLOCK A) PATIGI
6 JUNIOR SEC. SCH. ADENA CONSTRUCTION OF EXAMINATION HALL KAIAMA
7 BATAYOKU/ COMM. SCH. SHONGA CONSTRUCTION OF EXAM HALL AND REN. OF 2 CLASSROOMS WITH OFFICES (BLOCK B) EDU
8 MORA TASUDE SEC. SCH. CONSTRUCTION OF LAB AND REN. OF 2 CLASSROOMS BLOCK C KAIAMA
9 G.S.S KUGIJI KAIAMA CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES AND EXAMINATION HALL KAIAMA
10 SEN. SEC. SCH. KEMANJI RENOVATION OF SCHOOL LAB AND EXAMINATION HALL KAIAMA
11 G.S.S ILESHA BARUBA REN. OF 2 CLASSROOMS (BLOCK H), 2 CLASSROOMS WITH OFFICES (BLOCK D) AND LIBRARY BARUTEN
12 G.D.S.S BODE SAADU PROPOSED DEMOLITION AND RECONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES AND REN. OF EXAM HALL MORO
13 TSARAKI UNITY SCH. CONSTRUCTION OF EXAMINATION HALL AND RENOVATION OF 2 CLASSROOMS (BLOCK F) EDU
14 NYSC GOVT. SEC. SCH. GBALE CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES EDU
15 GOVT. SEC. SCH. BORIYA CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICE AND 2 CLASSROOMS WITH OFFICES BARUTEN
16 NYSC MODEL SCH. KOKODO CONSTRUCTION OF 2 BLOCKS OF 2 CLASSROOMS WITH OFFICES PATIGI
17 GOVT. SEC. SCH. ROGUN REN. OF 3 CLASSROOMS (BLOCK D), REN. OF COMPUTER LAB (BLOCK C) AND REN. OF 2 CLASSROOMS WITH OFFICE (BLOCK E) PATIGI
18 G.D.S.S OKUTA CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES AND RENOVATION OF A BLOCK OF 3 CLASSROOMS (BLOCK B) BARUTEN
19 GOVT. JNR. SEC. SCH. EIDONGARI REN. OF 2 ROOMS LAB AND REN. OF CLASSROOMS (BLOCK B) MORO
20 G.S.S MALETE REN. OF 3 CLASSROOMS BLOCK K, 4 CLASSROOMS WITH OFFICES BLOCK I, 3 CLASSROOMS BLOCK G AND ADMIN BLOCK MORO
21 GSS ILOGUN CONSTRUCTION OF ADMIN BLOCK AND 3 CLASSROOMS WITH OFFICES OYUN
22 ILARA ISIN HIGH SCH. CONSTRUCTION OF EXAM HALL AND REN. OF LABORATORY BLOCK ISIN
23 COMM. HIGH SCH. ESIE RENOVATION OF SCHOOL LAB IREPODUN
24 OKE ODEGBON S.S.S CONSTRUCTION OF LABORATORY AND RENOVATION OF A BLOCK OF 3 CLASSROOMS WITH AN OFFICE (BLOCK H) ISIN
25 BISHOP OJO MEMORIAL SEC. SCH. OBO AJASSOR REN. OF 4 CLASSROOMS BLOCK C EKITI
26 COMPREHENSIVE HIGH SCH. ORO I REN. OF BLOCK B (CLASSROOM AND EXAM HALL), REN. OF BLOCK C (ADMIN BLOCK) IREPODUN
27 OKE ABAN COMM. COLLEGE OMU-ARAN RENOVATION OF A BLOCK OF 2 CLASSROOMS (BLOCK B) AND RENOVATION OF 2 BLOCKS OF 4 CLASSROOMS WITH OFFICES IREPODUN
28 NOTRE DAME SCH. ORO RENOVATION OF 4 CLASSROOMS WITH OFFICES BLOCK M, REN. OF 4 CLASSROOMS WITH OFFICES BLOCK A IREPODUN
29 BABALOLA MEMORIAL C.A.C ODO OWA CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES AND EXAMINATION HALL OKE ERO
30 S.S.S AMOYO CONSTRUCTION OF LAB IFELODUN
31 ANSARUL ISLAM COLL. IKOTUN CONSTRUCTION OF LAB OYUN
32 OFFA GRAMMAR SCH. CONSTRUCTION OF ICT CENTRE AND RENOVATION OF STAFF AND PRINCIPAL QUARTERS OFFA
33 OYUN L.G SCH. ILEMARA REN. OF 2 CLASSROOMS BLOCK C AND EXAM HALL OYUN
34 OSI CENTRAL S.S OSI CONSTRUCTION OF EXAMINATION HALL AND REN. OF 2 CLASSROOMS WITH OFFICE BLOCK B EKITI
35 JAMAAT NASIR ISLAM BABANLOMA REN. OF 4 CLASSROOMS WITH HOME ECONS. LAB IFELODUN
36 TAOHEED SCH. OFFA REN. OF A BLOCK OF 2 CLASSROOMS WITH OFFICE BLOCK A, CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES OFFA
37 SAINT MARKS S.S OFFA CONSTRUCTION OF LAB AND EXAMINATION HALL OFFA
38 GOVT DAY SEC. SCH TEMIDIRE CONSTRUCTION OF EXAMINATION HALL IFELODUN
39 KORO GRAMMAR SCH. KORO REN. OF EXAM HALL AND LAB (BLOCK C) EKITI
40 ANSARULDEEN HIGH SCH. DAGBO CONSTRUCTION OF A BLOCK OF 2 CLASSROOMS WITH OFFICES AND RENOVATION OF EXAM HALL OYUN
41 MUSLIM COM. SCH. IGBAJA REN. OF EXAM HALL AND REN. OF 3 CLASSROOMS WITH OFFICES (BLOCK B) IFELODUN
42 SHEIK ABDULKADIR COLL. ILORIN REN. OF 4 CLASSROOMS BLOCK D, REN. OF 2 CLASSROOMS WITH OFFICE ILORIN WEST
43 ANSARUL ISLAM COLLEGE, LADUBA REN. OF 4 CLASSROOMS WITH LAB AND CON. OF EXAMINATION HALL ASA
44 G.D.S.S ABOTO OJA REN. OF BLOCK B (3CLASSROOMS, STAFF ROOM AND LIBRARY) ASA
45 ILLOTA APAPOLA SCH. REN. OF 2 CLASSROOMS WITH OFFICES ILORIN SOUTH
46 OWODE LGEA SCH. CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ASA
47 G.D.J.S.S AGBABIAKA REN. OF EXAM HALL AND A BLOCK OF 6 CLASSROOMS WITH OFFICES (BLOCK C) ILORIN SOUTH
48 LGEA PRY. SCH. ADIGBONGNO CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ASA
49 CENTRE IGBORO LGEA SCH. REN. OF 4 CLASSROOMS WITH OFFICES BLOCK E AND 3 CLASSROOMS WITH OFFICES BLOCK A ILORIN SOUTH
50 G.D.S.S OKE ALUKO RENOVATION OF 4 CLASSROOMS WITH OFFICE (BLOCK B) ILORIN SOUTH
51 ASA LOCAL GOVT. SCH. BUDO EGBA REN. OF 6 CLASSROOMS WITH OFFICES ASA
52 COMM. SEC. SCH. IGBOROKO CONSTRUCTION OF A BLOCK OF 2 CLASSROOMS WITH OFFICE AND REN. OF 3 CLASSROOMS WITH OFFICES ASA
53 S.S.S OGELE REN. OF 3 BLOCKS OF 2 CLASSROOMS WITH OFFICES (BLOCKS C, D AND E) ASA
54 S.S.S DADA ILORIN CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES, REN. OF 2 CLASSROOMS (BLOCK C) ILORIN EAST
55 SHEIK ABDULSALAM SCHOOL ILORIN CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ILORIN SOUTH
56 MOUNT CARMEL S.S ILORIN REN. OF ADMIN BLOCK AND CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ILORIN WEST
57 GOVT. GIRLS DAY PAKATA REN. OF EXAM HALL, BLOCKS OF 2 CLASSROOMS WITH OFFICE (BLOCK D, C AND B), AND ADMIN BLOCK ILORIN WEST
58 TAOHEED S.S ILORIN REN. OF 4 CLASSROOMS ILORIN SOUTH
59 ANSARUL ISLAM S.S ILORIN CONSTRUCTION OF LAB, EXAM HALL AND REN. OF A BLOCK OF 2 CLASSROOMS (BLOCK G) ILORIN WEST
60 ISALE MALIKI LGEA ILORIN REN. OF 2 BLOCKS OF 2 CLASSROOMS (BLOCK D), CONSTRUCTION OF A BLOCK OF 2 CLASSROOMS WITH OFFICES AND REN. OF BLOCK E, STAFF ROOM AND LABORATORY ILORIN SOUTH
61 BURAHUDEEN S.S OJAGBORO CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ILORIN EAST
62 C.S.S IPONRIN CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ILORIN EAST
63 G.G.D.S.S OKESUNA CONVERSION OF EXISTING 3 CLASSROOMS TO 1 STOREY BUILDING AND LABORATORY (GROUND FLOOR & FIRST FLOOR) ILORIN SOUTH
64 SAINT ANTHONY ILORIN REN. OF 4 CLASSROOMS WITH OFFICE BLOCK Q ILORIN EAST
65 C.S.S.S OKE OYI CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ILORIN EAST
66 ANSARUL ISLAM MARATA OJA REN. OF BLOCK C (2 CLASSROOMS AND EXAM HALL), REN. OF 4 CLASSROOMS WITH OFFICES (BLOCK A) ILORIN SOUTH
67 AL-ADABIYYA SS CONSTRUCTION OF EXAM HALL AND LAB ILORIN WEST
68 C.S.S.S ALARA-AJARA CONSTRUCTION OF A BLOCK OF 3 CLASSROOMS WITH OFFICES ILORIN WEST
69 G.G.S.S OKO ERIN REN. OF BLOCK A (CLASSROOMS AND STAFF ROOM), REN. OF BLOCK B (2 CLASSROOMS), REN. OF BLOCK D (CLASSROOM AND OFFICES) AND REN. OF ADMIN BLOCK AND EROSION CONTROL ILORIN WEST
70 C.S.S AGEBYANGI REN. OF 2 ROOMS LAB AND ADMIN BLOCK ILORIN EAST

3.0 ELIGIBILITY REQUIREMENTS

Interested and competent Contractors wishing to submit tenders are requested to submit their companies’ profiles which shall include the following:

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

EKITI STATE GOVERNMENT/EKITI KNOWLEDGE ZONE PROJECT-REQUEST FOR EXPRESSIONS OF INTEREST FOR ENGAGEMENT OF SUPERVISION CONSULTANT FOR CONSTRUCTION OF PHASE 1 INFRASTRUCTURE OF THE EKITI KNOWLEDGE ZONE (EKZ) (CONSULTING SERVICES – FIRMS)

REPUBLIC OF NIGERIA
EKITI STATE GOVERNMENT
EKITI KNOWLEDGE ZONE PROJECT

REQUEST FOR EXPRESSIONS OF INTEREST FOR ENGAGEMENT OF SUPERVISION CONSULTANT FOR CONSTRUCTION OF PHASE 1 INFRASTRUCTURE OF THE EKITI KNOWLEDGE ZONE (EKZ) (CONSULTING SERVICES – FIRMS)

PROJECT ID: P-NG-100-002

The Federal Government of Nigeria has secured a loan from the African Development Bank towards Ekiti Knowledge Zone Project (EKZ). The project site is located between Ago Araromi in Ado Local Government Area and Ijan Ekiti in Gbonyin Local Government Area in Ekiti State. The Project intends to apply a portion of the loan for the engagement of a reputable Consulting Firm to provide construction supervision services for Phase 1 infrastructure works (40 hectares) of the Ekiti Knowledge Zone, including smart green city buildings, incubation and co-working facilities, residential units, roads, drainage, ICT infrastructure, 5 MW renewable power plant, water supply, wastewater treatment, and associated utilities.

The services include review and validation of detailed designs, supervision of construction works, quality assurance, contract management, environmental and social safeguards monitoring (including ESMP, RAP, GBV/SEA risk mitigation), procurement support, capacity building of the SPIU, and preparation of all required progress and completion reports in accordance with AfDB and Nigerian standards.

Duration of the assignment is twelve (12) months (construction period + defects liability period), with possibility of extension if required.

The specific objectives of the assignment will include but not limited to:
1. Review, validate and supervise the implementation of detailed engineering designs to ensure compliance with green, smart, climate-resilient and IFC-EDGE standards;
2. Provide full-time construction supervision to ensure works are executed in accordance with approved designs, specifications, BOQs, contract conditions and international best practice;
3. Establish and implement a robust Quality Assurance/Quality Control system and ensure all materials and workmanship meet required standards;
4. Supervise and monitor strict compliance with the Environmental and Social Management Plan (ESMP), Resettlement Action Plan (RAP), GBV/SEA risk management measures and all AfDB and national safeguards requirements;
5. Verify quantities, certify contractor payment applications, manage variations, claims and extensions of time;
6. Support the SPIU in contract administration, procurement processes and sustainable procurement training;
7. Monitor physical and financial progress, prepare monthly, quarterly and completion reports for the SPIU and AfDB;
8. Build capacity of SPIU staff through on-the-job training and formal sessions on construction supervision, safeguards and contract management;
9. Ensure integration of gender-responsive, inclusive and sustainable features throughout implementation;
10. Prepare as-built drawings, defects liability monitoring and final project completion reports.

The Ekiti State Development and Investment Promotion Agency (EKDIPA), the Implementing Agency, now invites eligible Consulting Firms to indicate their interest in providing the above services. Interested Consulting Firms must provide evidence of having successfully executed at least two (2) similar assignments involving construction supervision of large-scale infrastructure projects (special economic zones, innovation parks, smart/green cities, or comparable urban development projects) financed by multilateral development banks (AfDB, World Bank, etc.). Experience in green/sustainable building supervision, IFC-EDGE certification, climate-resilient infrastructure, and AfDB safeguard policies will be a distinct advantage. Firms must demonstrate capacity to deploy a full multidisciplinary team including international and local experts with proven experience in Nigeria/West Africa.

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

HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP), PORT HARCOURT, RIVERS STATE-PREQUALIFICATION OF CONTRACTORS/INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EoI) FOR CONSULTANCY AND NON-CONSULTANCY SERVICES

1. BACKGROUND
As part of its commitment towards implementation of the recommendations of the United Nations Environment Programme (UNEP) Report, on Environmental Assessment of Ogoniland, the Hydrocarbon Pollution Remediation Project (HYPREP) of the Federal Ministry of Environment wishes to procure the services of suitably qualified and experienced Contractors for Works, Goods and Services under its 2025 Budget as below;

S/N LOT NO. PROJECT TITLE
CATEGORY A – WORKS
1. HYP/W3/2026/1 Procurement and Installation of Video Conference Equipment in the Board Room and Project Coordinators Meeting Room.
2. HYP/W3/2026/2 Fabrication, Printing, Delivery & Installation of Closeout Signboards
3. HYP/W3/2026/3 Procurement and installation of Solar Power systems at Eleme General Hospital, Terabor General Hospital, Bori Zonal Hospital and Kpite Primary Health Care Centre.
CATEGORY B – GOODS
4. HYP/B3/2026/4 Provision of Safety Equipment for HYPREP.
5. HYP/B3/2026/5 Work Safety Materials for Scat Activities.
CATEGORY C – CONSULTANCY/NON-CONSULTANCY SERVICES
6. HYP/C3/2026/4 Engagement of a consultant to carry out medical outreach in each of the four LGAs in Ogoniland.
7. HYP/C3/2026/5 Engagement of a Service Provider to carry out Cleaning and Environmental Service for the CEER.
8. HYP/C3/2026/8 Engagement of Civil Security Service within the CEER Complex
9. HYP/C3/2026/9 Computer Training for SS2 Students in the 4 LGAs of Ogoniland.
10. HYP/C3/2026/10 Engagement of a broker for the provision of vehicle insurance services for HYPREP.
11. HYP/C3/2026/11 Engagement of Health Maintenance Organization (HMO) Services Provider for HYPREP Staff.

2. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Forms CAC₁ or CAC₂, CAC₂₁ and CAC₃;
b. Evidence of the Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31ˢᵗ December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31ˢᵗ December, 2025;
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31ˢᵗ December 2025;
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31ˢᵗ December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or a valid Certificate issued by BPP.
g. Affidavit:
– disclosing whether or not any officer of the relevant committees of the Hydrocarbon Pollution Remediation Project of the Federal Ministry of Environment or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
– that no Director has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
– that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings, or the subject of any form of winding up petition or proceedings;
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
j. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years, including Letters of Awards, Valuation Certificates, Job Completion Certificates, and Photographs of the projects;
l. For the provision of broker for vehicle insurance: Registration and Licensed by National Insurance Commission (NAICOM), Valid Broker’s Certificate and Trained professionals in Chartered Insurance Institute of Nigeria (CIIN)
m. For Health Maintenance Organization (HMO): Must be accredited and licensed by NHIS
n. 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);
o. Bidders must ensure that all EoI/tender documents are duly signed.
p. 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 Number), and e-mail address. The Letterhead paper must bear the names and nationalities of the company’s directors at the bottom of the page and be duly signed by the chief executive or an authorized officer of the Firm.

3.0 COLLECTION OF BID DOCUMENTS – (CATEGORY A & B)
Bidders are requested to collect Bidding Documents from the Office of the Head Procurement, Room 107/108, Hydrocarbon Pollution Remediation Project No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State, upon presentation of payment of non-refundable Tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the account details below:
Account Name : Hydrocarbon Pollution Remediation Project
Bank : Keystone Bank
Account Number : 1012136002

3.1 SUBMISSION OF TENDER DOCUMENTS – (CATEGORY A & B),
Prospective bidders are to submit two (2) hard copies of technical documents enclosed in a separate sealed envelope (clearly marked Original and Duplicate), and Financial Bid in another envelope (marked Original and Duplicate). The two separate envelopes are to be enclosed in another sealed envelope marked “Invitation to Tender” stating the “Lot No” and Project Title, Company Name, and addressed to: The Project Coordinator, Hydrocarbon Pollution Remediation Project, No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State. The envelopes are to be delivered by hand and deposited at the designated tender box(es) at the Conference Room of the Hydrocarbon Pollution Remediation Project, No.8 Ken Saro Wiwa Road, Port Harcourt, Rivers State, not later than 12:00 noon on Monday 23rd February 2026. Furthermore, each envelope should bear the same Name and address of the bidder on the reverse side. Bidders should ensure that they sign the Bid Submission Register, as HYPREP will not be held liable for misplaced or inappropriate submissions.

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

INTERNATIONAL FINANCE CORPORATION (IFC)-AUCTION SALE OF ASSETS VIA SEALED BID

FOR SALE
THE INTERNATIONAL FINANCE CORPORATION (IFC) OFFICE IN LAGOS, NIGERIA HAS SOME ASSETS TO BE SOLD VIA SEALED BIDS.

Asset Inventory List

S/NoAsset NameQuantityCondition
1Smart Samsung 55″ TV2Good Condition
2LG48″ TV1Good Condition
3Sharp 65″ TV1Good Condition
4Leitz Binding Machine1Good Condition
5Haeworth mid size cabinet16Good condition
6Haeworth big size cabinet12Good condition
7Hot water dispenser2Scrap
8Wash hand basin cabinet1Scrap
9Rexel shredding machine1Good condition

Interested bidders (corporate or individuals) should submit their offers in passworded sealed bid with the password not later than Tuesday February 17, 2026, at 4:00 PM WAT to ofasuru@ifc.org and any other clarification request. Only passworded bids will be accepted.

The assets are being sold on an “as-is” basis. Sale is subject to reasonable reserve prices.
The assets can be inspected from 1 PM to 4 PM, Tuesday, Feb 10, 2026, through Friday, February 13, 2026. Please reach out to +2348060174534 for inspection purposes.