IOM-REQUEST FOR QUOTATION FOR PURCHASE OF ITEMS FOR MAIN DISTRIBUTION PANEL UPGRADE AND PROTECTION FOR HUM HUB
NASARAWA STATE
VALUE CHAIN DEVELOPMENT PROGRAMME
PREQUALIFICATION NOTICE
1.0 INTRODUCTION
The FGN and IFAD are jointly implementing a Value Chain Development Programme (VCDP) since 2025 to “enhance incomes and food security” of poor rural households (HHs) engaged in the rice and cassava value chains (VCs). Starting with six States of Anambra, Benue, Ebonyi, Niger, Ogun, Taraba, and in five (5) Local Government Areas each in all the States (30 LGAs in total). The programme was expanded to cover three (3) additional states of Enugu, Kogi and Nasarawa states from 2019 through IFAD Additional Financing (AF I and II). The programme strategically targeted 135,000 direct beneficiaries (121,000 producers and 14,000 processors & traders) including youths, women and people with disabilities (PWD). The Programme Development Objective (PDO) is “to enhance on a sustainable basis income and food security of poor rural household engaged in the production, processing and marketing of rice and cassava in the nine (9) states for a total of 63 LGAs.
The programme Includes the following components: (a) Agricultural Market Development which includes Support to value addition and market linkages, Support to market infrastructure); (b) Small Holders Production Enhancement which includes (Support to farmers organization and Support to small holders’ production) and (c) Programme Management and Coordination.
The VCDP National Programme Management Unit (NPMU) intends to expand/update her data base of consultants. Eligible individual consultants and consulting firms are invited to indicate interest in working for our programme.
2.0 PURPOSE OF NOTICE
Value Chain Development Programme (VCDP) will undertake various procurement activities in the course of programme implementation and would require the services of reputable companies and qualified professionals to support programme implementation. This notice is seeking the submission of relevant documents both statutory and activity specific for the purpose of updating its database.
3.0 PROCUREMENT CATEGORIES REQUIRED
• Consultancy Service and Non-consultancy services
3.1 CONSULTANCY AND NON-CONSULTANCY SERVICE
1) Agricultural Production Services
2) Market Enterprise and Development Advisory Services
3) Agro Processing and Quality Enhancement Services
4) Market/Value Chain Infrastructure Services
5) The Monitoring & Evaluation / Management Information System Services
6) Procurement Advisory Services
7) Financial Management Services
8) Knowledge Management and Communication services
9) Rural Institution, Youth and Gender Advisory services
10) General services
4.0 GENERAL PREQUALIFICATION REQUIREMENTS
4.1 Statutory pre-qualification requirements:
I. Evidence of Registration with Corporate Affairs Commission (CAC) including the Annual Returns Report (2023, 2024 2025)
II. Evidence of Tax Clearance for the last three years (2023, 2024 and 2025)
III. Audited Accounts for the past three years (2023, 2024 and 2025)
IV. National Pension Commission – Pension Clearance Certificate, 2026
V. Industrial Training Fund (ITF) Certificate of compliance, 2026
VI. National Social Insurance Trust Fund (NSITF) Clearance Certificate, 2026
VII. Bureau of Public Procurement – Registration, 2026
4.2 Agricultural Production Services
• Company technical profile with documentary evidence showing the firm’s competence in agronomy, soil science and extension services.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below:
A first degree in Agriculture/field crop production/Agronomy (or related fields). Holder of an advanced degree in relevant fields will be an added advantage;
(I) Must have demonstrated ten (10) years minimum work experience in field crop production/agribusiness/value chain development
(II) Should have sound knowledge of agricultural extension service delivery system
(III) Should have proven track record in communication/training skills; and have the competence to interact with farmers and other locals in their rural environments;
5.0 Market Enterprise and Development Advisory Services
• Company technical profile with documentary evidence showing the firm’s competence in market enterprise and development and farm-gate to contract deliveries
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below:
(I) First degree in Agriculture Economics, Economics or Business Administration or Marketing Holders of an advanced degree in relevant field will be an added advantage.
(II) Up to Ten (10) years’ experience in the field of agribusiness marketing with the private or public sector
NATIONAL BOARD FOR ARABIC AND ISLAMIC STUDIES (NBAIS)
KM5, KADUNA-ZARIA EXPRESSWAY, RIGACHIKUN, KADUNA NIGERIA
INVITATION TO TENDER FOR THE EXECUTION OF 2025 SUPPLEMENTARY CAPITAL PROJECTS
1. INTRODUCTION
The Federal Government of Nigeria (FGN) has allocated funds to the National Board for Arabic and Islamic Studies (NBAIS) under the 2025 Appropriation Act (Amendment) for execution of Projects towards achieving the mandate of the Board. Accordingly, the Board, in pursuance of that, wishes to invite reputable contractors with relevant proven competence and experience to submit tender for the execution of the following Projects.
2. SCOPE OF WORKS/GOODS
2.1 CATEGORY A (WORKS)
| LOT NO. | PROJECT TITLE/DESCRIPTION |
|---|---|
| Lot W1 | Installation of Solar Street Lights in Some Communities in Musawa/Matazu Federal Constituency, Katsina State |
| Lot W2 | Construction of Damaged Mosques affected by Bandits in Shanono/Bagwai Federal Constituency, Kano State |
2.2 CATEGORY B (GOODS)
| LOT NO. | PROJECT TITLE/DESCRIPTION |
|---|---|
| Lot G1 | Supply of Motorcycles to Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G2 | Supply of Food Stuff to Members of Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G3 | Supply of Millet to Members of Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G4 | Supply of Maize to Members of Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G5 | Supply of Rice to Members of Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G6 | Supply of Instructional Materials to Schools in Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G7 | Supply of Grains to Members of Anka/Talata Mafara Federal Constituency, Zamfara State |
| Lot G8 | Supply of Motorcycles to Musawa/Matazu Federal Constituency, Katsina State |
| Lot G9 | Printing of 2026 SAISSC Examination Materials |
| Lot G10 | Supply of 2026 SAISSC Examination Materials |
3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following requirements to be eligible:
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 – (2022, 2023 & 2024) valid till 31st December, 2025.
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 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.
NATIONAL INSTITUTE OF CONSTRUCTION TECHNOLOGY AND MANAGEMENT, UROMI
P.M.B 005, UROMI-UGBOHA ROAD, UROMI, EDO STATE, NIGERIA
INVITATION TO TENDER FOR 2025 TETFUND ICT SUPPORTS
1.0 INTRODUCTION
1.1 The Management of National Institute of Construction Technology and Management, Uromi, in compliance with the requirements of the Public Procurement Act, 2007 and other extant government regulations, the Institute hereby invites interested, competent and experienced contractors/firms with track record of prompt delivery of similar projects to participate in the tender exercise, therefore required to adhere to information as criteria for qualification. The projects were allocated funds under the Year 2025 Tetfund ICT Support Intervention Projects.
2.0 SCOPE OF GOODS
Lot 001 : Procurement of Recording Studio Equipment
Lot 002 : Procurement of ICT Equipment
3.0 ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC 7 with annual filings of returns for past three years;
(b) Evidence of Company’s Income Tax Clearance Certificate for the last (3) years (2022, 2023, 2024) valid till 31st December, 2025; with average annual turnover of ₦760m.
(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 current 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);
(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 disclosing whether or not any officer of the relevant committees of the National Institute of Construction Technology and Management, Uromi 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 is true and correct in all particulars;
(h) Company’s Audited Accounts for the last three (3) years 2022, 2023, 2024 duly signed by the external auditors;
(i) Reference letter from a reputable Commercial Bank in Nigeria, indicating unconditional 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 CPN, NCS, SPON, NCC etc;
(k) Verifiable documentary evidence of at least (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letter of Awards, Store Receipt Voucher and Photograph of Projects; and
(l) For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company’s letter Head paper bearing amongst others, the registration number (RC) in boldness as issued by the Corporate Affairs Commission, contact address, telephone number (preferably GSM No) and email address. The letter head paper must bear the names and nationalities of the directors of the company at the bottom page, duly signed by the authorized officer of the firm.
INCLUSIVE BASIC SERVICE DELIVERY AND LIVELIHOOD EMPOWERMENT INTEGRATED PROJECT
BORNO STATE PROJECT IMPLEMENTATION UNIT
NO 1 AIRPORT ROAD, MAIDUGURI
TEL: +2348063056261, 8033307085
bornoibsip@gmail.com
SPECIFIC PROCUREMENT NOTICE
INVITATION FOR BIDS [IFB]
GOODS
IFB NUMBER: BO/IBSIP/2025/GOODS/09
EMPLOYER: BORNO STATE RUWASSA
PROJECT: IBSDEIP
CONTRACT TITLE: SUPPLY OF 747 LENGTHS OF STAINLESS-STEEL SCREENS(72 BAR, 6 M X 6″)
COUNTRY: NIGERIA
LOAN NO. / GRANT NO.: ADB-2000200000701
PROCUREMENT METHOD: OPEN COMPETITIVE BIDDING OCB (NATIONAL)
OCB/LCB NO: BO/IBSIP/2025/GOODS/09
ISSUED ON: 25TH FEBRUARY 2026
1. The Federal Republic of Nigeria has received financing from the African Development Bank, hereinafter called the Bank, toward the cost of the Inclusive Basic Service Delivery and Livelihood Empowerment Integrated Project. The project intends to apply part of the proceeds toward payments under the contract for the Supply of 747 lengths of stainless-steelscreens (72 BAR, 6 M X 6″)
2. The Inclusive Basic Service Delivery and Livelihood Empowerment Integrated Programme Borno State now invite sealed Bids from eligible Bidders for the Supply of 747 lengths of stainless steel screens (72 BAR, 6 M X 6″).
3. Bidding will be conducted through the Open Competitive Bidding (National), procedures as specified in the African Development Bank Procurement Framework October 2015 and is open to all eligible Bidders as defined in the Procurement Framework
WhatsApp us
Join the Daily Tender Update WhatsApp Group
No Comments
Sorry, the comment form is closed at this time.