Background Image

INTERNATIONAL LABOUR ORGANIZATION (ILO)-REQUEST FOR QUOTATION FOR CONFERENCE SERVICES 9TH TO 13TH FEB 2026 IKEJA LAGOS – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB IN FCT ABUJA

ILO

RFQ – CONFERENCE SERVICES 9TH TO 13TH FEB 2026 IKEJA LAGOS – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB IN FCT ABUJA (09 > 13 FEB 2026)

REQUEST FOR QUOTATION

REFERENCE:RFX_4106_ROAF

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:22-JAN-2026

DEADLINE ON:27-JAN-2026 12:00 (GMT 1.00)

Description

Dear Bidder (IKEJA, LAGOS Hospitality/Hotel Service Providers), The International Labour Office (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area. The ILO must receive your offer no later than the deadline specified at the ILO e-Sourcing Platform (Jaggaer). Late offers shall be rejected. You may submit an offer to the ILO provided that your organization is qualified, able, and willing to deliver the goods, works, and/or services

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

INTERNATIONAL LABOUR ORGANIZATION (ILO)-REQUEST FOR QUOTATION FOR CONFERENCE SERVICES 9TH TO 13TH FEB 2026 IKEJA LAGOS – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB IN FCT ABUJA

ILO

RFQ – CONFERENCE SERVICES 9TH TO 13TH FEB 2026 IKEJA LAGOS – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB IN FCT ABUJA (09 > 13 FEB 2026)

REQUEST FOR QUOTATION

REFERENCE:RFX_4106_ROAF

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:22-JAN-2026

DEADLINE ON:27-JAN-2026 12:00 (GMT 1.00)

Description

Dear Bidder (IKEJA, LAGOS Hospitality/Hotel Service Providers), The International Labour Office (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area. The ILO must receive your offer no later than the deadline specified at the ILO e-Sourcing Platform (Jaggaer). Late offers shall be rejected. You may submit an offer to the ILO provided that your organization is qualified, able, and willing to deliver the goods, works, and/or services

FEDERAL POLYTECHNIC UKANA AKWA IBOM STATE-INVITATION TO PREQUALIFICATION AND TENDER FOR TETFUND YEAR 2025 SPECIAL INTERVENTION (SKILLS DEVELOPMENT), YEAR 2024 SPECIAL INTERVENTION (ENTREPRENEURSHIP) AND YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

FEDERAL POLYTECHNIC UKANA
AKWA IBOM STATE
INVITATION TO PREQUALIFICATION AND TENDER FOR TETFUND YEAR 2025 SPECIAL INTERVENTION (SKILLS DEVELOPMENT), YEAR 2024 SPECIAL INTERVENTION (ENTREPRENEURSHIP) AND YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

1. INTRODUCTION:
The Federal Polytechnic, Ukana, Akwa Ibom State in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implements the 2025 Tetfund Special Intervention (Skills Development), Year 2024 Special Intervention (Entrepreneurship) and 2025 Career Service Centre Intervention. The Polytechnic hereby invites interested, competent and reputable contractors and suppliers with relevant experience and good record of accomplishment for the Procurement of the under listed:

2. SCOPE OF WORK/GOODS

A. YEAR 2025 TETFUND SPECIAL INTERVENTION (SKILLS DEVELOPMENT)

LOT NO. PROJECT DESCRIPTION
LOT G1: Supply, Installation, Testing and Commissioning of Solar Inverter System.
LOT G2: Supply, Installation, Testing and Commissioning of Equipment for Skills Development and Training of Academic Staff for Certification in Mandatory Skills Development

B. YEAR 2024 TETFUND SPECIAL INTERVENTION (ENTREPRENEURSHIP)

LOT NO. PROJECT DESCRIPTION
LOT W1: Remodelling of Entrepreneurship Centre Building and furnishing with Solar Inverter.

C. YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

LOT G4: Training for Annual Performance and Evaluation Workshop
LOT G5: Supply and Installation of Educational and Communication Media Tools

3. ELIGIBILITY REQUIREMENTS:
Interested Bidders must meet the following requirements
A. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Services;
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;
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 31st December 2025 or valid Certificate issued by BPP.
G. Sworn Affidavit:
– disclosing whether or not any officer of the relevant committees of the Federal Polytechnic, Ukana 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;
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 such as COREN, QSRBN, ARCON, CORBON etc.;
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. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement;
M. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
N. 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);
O. 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. COLLECTION OF TENDER DOCUMENTS
Interested Company should collect Standard Bid Documents (SBD) from the (Procurement Unit) of the Polytechnic, Office of the Rector, upon presentation of evidence of payment of a non-refundable fee of N10,000 (Ten Thousand Naira only) per Lot paid into Polytechnic’s Remita account in any commercial bank.

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

COLLEGE OF EDUCATION, GINDIRI, PLATEAU STATE-INVITATION TO TENDER FOR YEAR 2025 TETFUND ICT SUPPORT INTERVENTION

COLLEGE OF EDUCATION, GINDIRI
P.M.B 01000, GINDIRI, PLATEAU STATE, NIGERIA.
INVITATION TO TENDER FOR YEAR 2025 TETFUND ICT SUPPORT INTERVENTION

1.0 INTRODUCTION
The Tertiary Education Trust Fund (TETFund) has allocated funds to the College for the execution of the year 2025 ICT Support Intervention. The College in compliance with the requirements of the Public Procurement Act 2007 and other extant government regulations hereby invites interested, competent and eligible contractors with proven strength and experience to submit bid for the following project, under the Year 2025 TETFund ICT Support Intervention.

2. SCOPE OF WORK
A. ANNUAL INTERVENTION
Lot 1: Supply and Installation of Solar Power and hardware equipment
Lot 2: Content recording equipment’s/software
Lot 3: Staff Training

3. ELIGIBILITY REQUIREMENT
Prospective bidders should submit the under listed documents to be able to participate:
a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 & CAC7.
b. Evidence of company Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2024, with minimum average turnover of 300million;
c. Evidence of Pension Compliance Certificate valid till 31st December, 2024;
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024;
e. Evidence of National Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2024.
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, 2024 or valid certificate issued by BPP.
g. Sworn Affidavit
– Disclosing whether or not any officer of the relevant committees of College of Education, Gindiri or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the Bidder and to confirm that information presented in its bid are true ad 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 matters.
– That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceeding or the subject of any form of winding up petition or proceeding.
– That the company does not have existing loan or financial liability with a Bank, or 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 Account for the past Three years (2022, 2023, & 2024) duly acknowledged by Federal Inland Revenue Service (FIRS).
i. Reference letter from any 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 (C.V.) of Key Staff to be deployed for the Project, including copies of their Academic/Professional Qualifications (ARCON, CORBON, COREN, QSRBN);
k. Verifiable documentary/evidence of at least three (3) similar jobs 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 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, (preferable GSM no.) and e-mail address. The Letterhead Paper must bear the Names and Nationality of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect Standard Bidding Documents (SBD) from the office of the Director of Procurement, College of Education, Gindiri, Plateau State on evidence of Payment of a non-refundable fee of N10,000.00 paid into College of Education, Gindiri remita account in any reputation bank in Nigeria.

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

FEDERAL POLYTECHNIC UKANA, AKWA IBOM STATE-INVITATION TO TENDER FOR THE YEAR 2020/2025 (MERGED) TETFUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION, YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

FEDERAL POLYTECHNIC
UKANA, AKWA IBOM STATE

INVITATION TO TENDER FOR THE YEAR 2020/2025 (MERGED) TETFUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION, YEAR 2025 CAREER SERVICE CENTRE INTERVENTION

1.0. INTRODUCTION
A. In compliance with the provisions of the Public Procurement Act, 2007, The Federal Polytechnic, Ukana, Akwa Ibom State hereby invites interested, competent and reputable contractors with relevant experience and good record of accomplishment to a bid for the underlisted projects under the Year 2020/2025 (merged) Tetfund Annual and Project Maintenance Intervention, Year 2025 Career Service Centre Intervention.

2.0 SCOPE OF WORK/GOODS
A. YEAR 2020/2025 (MERGED) TETFUND ANNUAL AND PROJECT MAINTENANCE INTERVENTION

CATEGORY I: WORKS
LOT NO. PROJECT DESCRIPTION
LOT W1 Proposed Construction of Botanical Garden and Animal Farm with Furnishing
LOT W2 Proposed Construction of Glass Blowing workshop
LOT W3 Proposed Rehabilitation of Workshop and laboratory into mass communication building

CATEGORY II: GOODS
LOT G1 Supply, Installation, Testing and Commissioning of Equipment for Mass Communication Studio
LOT G2 Supply, Installation, Testing and Commissioning of Solar Power inverter System

B. YEAR 2025 CAREER SERVICE CENTRE INTERVENTION
LOT G3 Training for Annual Performance and Evaluation Workshop Workshops
LOT G4 Supply and Installation of Educational and Communication Media Tools

3.0. ELIGIBILITY REQUIREMENTS
For purposes of evaluation, interested Contractors/Consultants should supply the underlisted information including but not limited to the following:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC)
b. Evidence of Company’s Income Tax Clearance Certificate valid till 31st December 2025
c. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025
d. 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 31/12/2025 or valid Certificate issued by BPP.
f. Sworn Affidavit
i. an affidavit certifying that the company is not in receivership, insolvency or bankruptcy.
ii. an affidavit that no officer of the Federal Polytechnic, Ukana or Bureau of Public Procurement is a director or shareholder or has any pecuniary interest in the bidder.
iii. An affidavit that none of the Directors of the Company has been convicted of a criminal offense in relation to fraud or financial impropriety in any court in Nigeria or elsewhere.
iv. That all information presented in the bid is true and correct in all particulars.
g. Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
h. Company’s profile with the Curriculum Vitae of the Key Staff to be deployed for the project, including copies of their Academic/ Professional qualifications;
i. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
j. Certificate of independent tender Determination.
k. The financial bid should contain a bid security of not less than 2% of the quoted amount by way of Bank guarantee issued by reputable bank acceptable by the procuring Entity.
l. 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 Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

4.0 COLLECTION OF BIDDING DOCUMENTS
Interested bidders are to collect the bidding document from the Procurement Office on presentation of the receipt of payment of a Non-Refundable tender fee of N10,000 naira per Lot

5.0. SUBMISSION OF DOCUMENTS
Prospective bidders are to submit pre-qualification documents for each of the Lot desired; one hard and soft copy each of the technical and financial bids packaged in sealed envelopes and clearly marked as “Invitation to Tender”; and addressed to The Rector, Federal Polytechnic, Ukana, Akwa Ibom State, and clearly marked with (the name of the project and the Lot number). Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated Tender Box in the Office of the Rector not later than 12:00 Noon, 22nd December, 2025.

6.0 OPENING OF TENDER DOCUMENTS

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

FEDERAL MINISTRY OF EDUCATION-REQUEST FOR EXPRESSION OF INTEREST FOR ENGAGEMENT OF TRAINING SERVICE PROVIDERS (TSPs) FOR SELECTED SECTORS AND SKILLS IN THE SIX (6) GEO-POLITICAL ZONES OF NIGERIA- COHORT 2

FEDERAL MINISTRY OF EDUCATION
FME-IDEAS
THE WORLD BANK
FEDERAL MINISTRY OF EDUCATION, NIGERIA
INNOVATION DEVELOPMENT AND EFFECTIVENESS IN THE ACQUISITION OF SKILLS (IDEAS PROJECT)
IDA CREDIT NO:65140-NG
REQUEST FOR EXPRESSION OF INTEREST (EOI)
ENGAGEMENT OF TRAINING SERVICE PROVIDERS (TSPs) FOR SELECTED SECTORS AND SKILLS IN THE SIX (6) GEO-POLITICAL ZONES OF NIGERIA- COHORT 2
Reference No.: NG-IDEAS PROJECT-523559-CS-CQS

The Federal Government of Nigeria through the Federal Ministry of Education has received a Credit Facility from the World Bank toward the cost of implementing the IDEAS Project and intends to apply part of the funds to finance the Technical and Vocational Education and Training (TVET 2) initiative, formerly (“NYESAF”).

Purpose of the Assignment
The services seek to engage Training Service Providers (TSPs) to provide skills training in selected sectors across the six geopolitical zones of Nigeria.

The objective of the activity is to increase youth employment and income generation, particularly among those aged 15-35 years who are not employed or engaged in education or training, or who are underemployed or under-skilled. More information on IDEAS/TVET2 (f o r m e r l y N Y E S A F ) c a n b e f o u n d a t https://ideasproject.gov.ng/about-ideasTVET2/

The Federal Ministry of Education through the Innovation Development and Effectiveness in the Acquisition of Skills (IDEAS)Project now invites eligible firms (“Training Service Providers”) to indicate their interest in providing the Services for the 2nd Cohort of the programme. Interested Applicants should provide information demonstrating that they meet the required eligibility criteria for the EOI Stage.

Selection of the Training Service Providers
Applicants will be selected using the Consultants Qualification (CQS) method set out in the Procurement Regulations for IPF Borrowers (February 2025) revised in and opened to all eligible firms as defined in the P r o c u r e m e n t R e g u l a t i o n s . A v a i l a b l e o n https://projects.worldbank.org/en/projects-operations/products-and-services/brief/procurement-new-framework. Procurement will be carried out in accordance with Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, setting forth the World Bank’s policy on conflict of interest.

Applicants may associate with other firms in the form of a Consortium/joint venture to enhance their qualifications. All parties to both agreements shall be jointly and severally liable for the entire contract if selected.

How to apply:
Interested applicants should download the EOI submission forms Template and fill the forms contained therein on  https://ideasproject.gov.ng/download/template-for-submission-of-ideasTVET-eoi/

The detailed Terms of Reference (ToR) for the assignment can be downloaded at the following link
https://ideasproject.gov.ng/download/ideadTVET-terms-of-reference-tor/

Detailed information on the available trades for the activities can be downloaded at
https://ideasproject.gov.ng/download/available-trades-for-IdeasTVET/

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

FEDERAL COLLEGE OF EDUCATION (TECHNICAL) POTISKUM, YOBE STATE, NIGERIA-INVITATION FOR PRE-QUALIFICATION FOR 2025 PROCUREMENT ACTIVITIES

FEDERAL COLLEGE OF EDUCATION (TECHNICAL) POTISKUM, YOBE STATE, NIGERIA
INVITATION FOR PRE-QUALIFICATION FOR 2025 PROCUREMENT ACTIVITIES

1.0. INTRODUCTION
1.1 The Federal College of Education (Technical), Potiskum is a Federal Government higher education institution, located in Potiskum, Yobe State, Nigeria. It was first affiliated to Federal University of Technology Minna then substituted to Abubakar Tafawa Balewa University for its degree programmes.

1.2 In keeping with the above and in compliance with the provisions of the Public Procurement Act, 2007, the College intends to implement it’s 2025 Capital Projects. The College hereby invite interested, competent and reputable contractors with relevant experience and good record of accomplishment for the procurement of the underlisted:

2.0 GOODS
LOT NO. DESCRIPTION
G001:  PROCUREMENT OF 4No. UTILITY VEHICLES

3.0 WORKS
LOT NO. DESCRIPTION
W001: CONSTRUCTION AND EQUIPPING OF 2NO. STANDARD POULTRY HOUSE WITH BOREHOLE
W002: CONSTRUCTION OF OFFICE COMPLEX FOR P.H.E. DEPARTMENT

4.0 ZONAL INTERVENTION PROJECTS (ZIP)
LOT NO. DESCRIPTION
ZIP001:  TRAINING AND SUPPLY OF ICT MATERIALS TO YOUTHS IN NANGERE/POTISKUM FEDERAL CONSTITUENCY, YOBE STATE
ZIP002:  INSTALLATION OF SOLAR STREET LIGHTS IN KAZAURE/ RONI/GWIWA/YANKWASHI FEDERAL CONSTITUENCY, JIGAWA STATE.

5.0 ELIGIBILITY REQUIREMENTS
For purposes of evaluation, interested Contractors/Consultants should supply the under-listed information including but not limited to the following:
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 Consultancy 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, with a minimum average annual turnover of N50 for Works and N30 million for Goods & Services.
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 31/12/2025 or valid Certificate issued by BPP.
g. Sworn Affidavit
i. an affidavit certifying that the company is not in receivership, insolvency or bankruptcy.

NIGERIAN COMMUNICATIONS SATELLITE (NIGCOMSAT) LIMITED-INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

NIGERIAN COMMUNICATIONS SATELLITE (NIGCOMSAT) LIMITED
OBASANJO SPACE CENTER, LUGBE – ABUJA
(FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION AND DIGITAL ECONOMY)
INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS

1.0 INTRODUCTION
The Nigerian Communications satellite, in compliance with the provisions of the Public Procurement Acts, 2007, intends to undertake the execution of the under-listed projects under the 2025 Capital Budget of the Agency. To this end, interested, experienced, and competent Contractors/Service providers are invited to tender for the execution of the projects.

2.0 SCOPE OF GOODS/WORKS/SERVICES

2.1 CATEGORY A: GOODS (INVITATION TO TENDER)
CATEGORY A: PROCUREMENT OF GOODS

LOT NO.  PROJECT DESCRIPTION
LOT G1 Supply and Installation of Protection System and Licenses
LOT G2 Supply of Servers and Devices
LOT G3 Supply of Inverter Systems
LOT G4 Supply and Installation of LAN Infrastructure Devices
LOT G5 Supply and Installation of UPS Battery Banks
LOT G6 Supply, Installation, and Integration of Generator
LOT G7 Supply of KU Band Traveling Wave Tube Amplifier
LOT G8 Supply of Customer Premise Equipment
LOT G9 Supply of NEWTEC Customer Premise Equipment
LOT G10 Supply of iDirect Customer Premise Equipment
LOT G11 Supply of KYMETTA Flat Panel Antenna
LOT G12 Supply of KA Band Automation and Expansion Project Utility Vehicle
LOT G13 Procurement of Marketing and Sales Vehicles
LOT G14 Supply of NIGCOMSAT Promotional Materials
LOT G15 Procurement of N2 Project Vehicle
LOT G16 Procurement of Spectrum Analyzer
LOT G17 Supply of AGO and Monitoring Device
LOT G18 Conversion of Porta Cabin to Sick Bay and Procurement of Medical Equipment
LOT G19 Procurement of Fire Extinguisher Equipment
LOT G20 Supply and Installation of Digital Headend Equipment
LOT G21 Supply of Laptops
LOT G22 Supply of AGO and Consumables

2.2 CATEGORY B: WORKS (INVITATION TO TENDER)
CATEGORY B: PROCUREMENT OF VARIOUS WORKS

LOT NO. PROJECT DESCRIPTION
LOT W1 Supply and Installation of Raised Floor for Network Operation Centre
LOT W2 Renovation of Abuja Office Complex
LOT W3 Construction and Establishment of Triple-Dulux NIGCOMSAT Community Innovation Digital Hubs (CEDIH) with Solar Streetlights in Osisiomangwa Council Secretariat, Osisiomangwa LGA and Awom Na Ebo Secondary Technical School, Amawom Oboro, Ikwuano LGA, Abia Central, Abia State.
LOT W4 Construction and Establishment of Triple-Dulux NIGCOMSAT Community Innovation Digital Hubs (CEDIH) with Solar Streetlights in Obehie Civic Centre, Ukwa West LGA and Owuahia Council Hall, Owuahia Otuabi Autonomous Community, Obingwa LGA, Abia South, Abia State.
LOT W5 Construction and Establishment of Triple-Dulux NIGCOMSAT Community Innovation Digital Hubs (CEDIH) with Solar Streetlights in Onuiyang Bende LGA and Acha Secondary School, Isuikwuato LGA, Abia North, Abia State.
LOT W6 Installation of 20KW Renewable Energy (Solar Panel) in Schools in Rivers West Senatorial District, Rivers State.

2.3 CATEGORY C: SERVICES: EXPRESSION OF INTEREST (EOI)
CATEGORY C – CONSULTANCY PROJECTS

LOT NO.  PROJECT DESCRIPTION
LOT S1 Subscription of Customer Relationship Management, Enterprise Resource Planning, and Call Centre Software
LOT S2 NIGCOMSAT Stakeholders Engagement
LOT S3 Management Retreat
LOT S4 Nigerian Satellite Week
LOT S5 Training of Youth in Installation and Maintenance of Lithium-Based Street Lights in Degema and Akuku-Tor LGA, Rivers State
LOT S6 Capacity Building for Ogun Central District Teachers on the use of ICT for Teaching and Learning

3.0 ELIGIBILITY REQUIREMENTS:
Prospective Bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including form CAC2 and CAC7 or CAC1.1. Business name with form BN1 is also acceptable for Services;
b. Evidence of the Company’s Income Tax Clearance Certificate (or Personal Income Clearance Certificate of all the Partners in case of Business Name) for the last three years (2022, 2023, 2024) valid till December 31st, 2025; with minimum average annual turnover of N50Million for Lots (G5,G14,G15,G16,G17,G18,G19,G22,W1,S1,S2,S3,S4) and Minimum average annual turnover of N100Million for Lots (G1,G2,G3,G4,G6,G7,G8,G9,G10,G11,G12,G13,G20.G21,W2,W3,W4,W5,W6,S5 and S6),;

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

IKOYI/OBALENDE LOCAL COUNCIL DEVELOPMENT AREA, LAGOS STATE-INVITATION FOR PRE – QUALIFICATION AND EXPRESSION OF INTEREST

ETI-OSA LOCAL GOVERNMENT
IKOYI/OBALENDE LOCAL COUNCIL DEVELOPMENT AREA
INVITATION FOR PRE – QUALIFICATION AND EXPRESSION OF INTEREST

1.0 INTRODUCTION
Ikoyi-Obalende Local Council Development Area in pursuance of its mandate and its THEMES Plus Agenda, the Six-Pillar Development plan of Lagos State Government also in compliance with the Lagos State Public Procurement Law, 2021 as amended and in tandem with 2025 Capital Budgetary provision of the Local Council Development Area.

Ikoyi-Obalende Local Council Development Area hereby invite expression of interest from prospective contractors, suppliers and consultants with the objective of pre-qualifying these contractors/suppliers/consultants to develop a data base of service providers with which the Ikoyi-Obalende Local Council Development Area will partner in subsequent bidding process and contract awards.

2.0 PRE-QUALIFICATION AREAS
(A)WORKS
LOT1: Rehabilitation/Upgrading of roads.
LOT2: Construction of roads, culvert and drainage.
LOT3: Construction/Rehabilitation of primary schools.
LOT4: Construction of Vocational Centres.

(B) GOODS
LOT1: Supply of official vehicles, utility vehicle, ambulance and project vehicles.
LOT2: Supply of equipment to Vocational Centres.
LOT3: Supply of medical equipment to Primary Health Care Centres.
LOT4: Supply of school uniform and stationeries.
LOT5: Supply of computer software, hardware and accessories.
LOT6: Procurement and installation of street light, solar system, transformers.
LOT7: Procurement of office furniture

(C) CONSULTING SERVICES
LOT1: Training and manpower.
LOT2: Professional consulting services & feasibility studies.

(D) NON-CONSULTING SERVICES
LOT1: Desilting of blocked drainages.
LOT2: Removal of refuse from black spots.
LOT3: Routine fumigation of public places.

3.0 PRE-QUALIFICATION REQUIREMENTS
The Expression of Interest must be submitted in the following order:
a. Cover letter duly signed the company’s authorized signatory indicating the specific area(s) of spec1alzat1on under the four (4) headings (Goods, Works Consulting Services and Non-Consulting Services).’
b. Certificate of Incorporation/Registration with Corporate Affairs Commission (CAC), company Audited Accounts for the year (2022, 2023, 2024).
c. Company profile and organization structure with the CV of key personnel with professional certificates.
d. Evidence of financial capability (Reference letter from a reputable bank capable and willing to provide line of credit for project execution if requested).
e. Current Tax Clearance Certificate of the company and two directors for the last three years (2022, 2023 and 2024 ).
f. Evidence of technical capacity (list of equipment, staffing etc.).
g. Possession of experience as a prime contractor/consultants/supplier in at least two (2) projects of similar nature and complexity with verifiable letters of contract of award and completion within the last five (5) years.
h. Exact verifiable location, with full address/contact, telephone numbers and email address of authorized representative, evidence of technical partnership (manufacturer’s authorization where necessary).

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

UNDP-REQUEST FOR BIDS: RECRUITMENT OF A FIRM TO DELIVER DIGITAL LITERACY & SKILLS TRAINING 

 Download PDF

UNDP

RECRUITMENT OF A FIRM TO DELIVER DIGITAL LITERACY & SKILLS TRAINING

REFERENCE:UNDP-NGA-01255

BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA

REGISTRATION LEVEL :BASIC

PUBLISHED ON:30-SEP-2025

DEADLINE ON:13-OCT-2025 23:00 (GMT -4.00)

Description

Recruitment of a Firm to Deliver Digital Literacy & Skills Training for the Nigeria Jubilee Fellowship Programme (NJFP) – Phase 2.0

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