RURAL ELECTRIFICATION AGENCY- CONSULTANCY SERVICES FOR PROJECT OWNER’S ENGINEER (POE) FOR THE SUPERVISION OF THE PROVISION OF SOLAR HYBRID MINI-GRID TO 400 PRIMARY HEALTHCARE FACILITIES AND THEIR HOST COMMUNITIES
RURAL ELECTRIFICATION AGENCY CONSULTANCY SERVICES FOR PROJECT OWNER’S ENGINEER (POE) FOR THE SUPERVISION OF THE PROVISION OF SOLAR HYBRID MINI-GRID TO 400 PRIMARY HEALTHCARE FACILITIES AND THEIR HOST COMMUNITIES REA-NEP/C/QCBS/142/2022
Introduction The Federal Government of Nigeria has applied for financing from the International Development Association for a Credit towards the cost of Nigeria Electrification Project (NEP) and Rural Electrification Agency, the implementation Agency intends to apply part towards providing sustainable, efficient power supply to Primary Healthcare Centres, hospitals and Isolation Centers in order to respond to the current ongoing Covid-19 Pandemic. Covid-19 presents unique and severe challenges to health care systems. It is an exponentially increasing pandemic, so time is severely limited before many are infected and healthcare facilities become overrun with patients.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
OXFAM REQUEST FOR QUOTATION (RFQ) & INVITATION TO TENDER (ITT)
Oxfam is a confederation of 20 affiliates operating globally in 79 countries, working to see a world without poverty. In Nigeria, Oxfam works to influence policy change in favour of the poor and most vulnerable, promoting food security and improving livelihoods in rural communities.
Oxfam in Nigeria hereby invites qualified and reputable vendors to submit their quotations/tenders for the following:
REQUEST FOR QUOTATION (RFQ) • Supply of Laptops • Supply of IT & Office Equipment • Installation & Provision of Internet Services • Supply & Installation of Solar-Inverter Systems
INVITATION TO TENDER (ITT) • Supply of 2025 Bajaj Motorcycles • Supply of 2025 Toyota Hilux Pick-up Vehicles
Submission details, requirements, and deadlines are as stated in the respective ToRs and Tender Dossier. All submissions must comply strictly with the instructions provided.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL REPUBLIC OF NIGERIA KANO STATE GOVERNMENT 3RD NATIONAL URBAN WATER SECTOR REFORM PROJECT, KANO STATE WATER SUPPLY PROJECT SPECIFIC PROCUREMENT NOTICE INVITATION FOR PREQUALIFICATION OF WORKS CONTRACTORS
The Kano State Government has received financing from the Agence Française de Développement (“AFD”) to support the implementation of the 3rd National Urban Water Sector Reform Project in Kano State. Kano State Water Board (KnSWB), the Implementing Agency on behalf of the Kano State Government, intends to apply part of the funds to payments under the contracts for construction of Works Lots 1, 2 and 3, generally including the following:
• Lot 1: Construction of a new river weir, intake and pumping station (250 MLD) with buildings and ancillary works, 1000 mm diam by 1.2 km raw water transmission line and access road, and the rehabilitation of power supply systems, workshop and stores buildings.
• Lot 2: Rehabilitation of 3 existing conventional water treatment plants (Challawa 2 = 120 MLD, Challawa 3 = 90 MLD and Tamburawa = 150 MLD), repair and commissioning of an existing 1000 mm diam. transmission line of 15 km, rehabilitation of storage reservoirs and associated pipeworks at Goron Dutse Hill, and associated ancillary civil and building works.
• Lot 3: Rehabilitation of Greater Kano Water Distribution Network including replacement of approximately 24.5 km of primary lines, 27 km of secondary lines and rehabilitation and densification of the tertiary network through the installation of approximately 50,000 metered customer connections and new bulk meters in various locations in the network. KnSWB intends to prequalify contractors for Lots 1, 2 and 3. Applicants must meet AFD Nationality and Eligibility requirements. Minimum financial capacities for prequalification includes:
Criteria
Lot 1
Lot 2
Lot 3
Available liquid financing to meet construction cash flow requirements
$4.0 million
$6.2 million
$3.7 million
Minimum average annual construction turnover for the last 5 years
$20 million
$35 million
$20 million
Similar contracts executed in the last 5 years
2 – each of minimum $8 million
2 – each of minimum $10 million
2 – each of minimum $7 million
KnSWB hereby invites Applicants to submit applications for Prequalification for the above Works Lots.
Application for Prequalification is open to: Construction Contractors or Joint Ventures of Construction Contractors.
The Applicants shall submit only one application for each Lot, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application per Lot, those applications shall be all rejected.
If the Applicant is from a JV, the Application shall include: • a copy of the JV Agreement entered into by all members; or • a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal.
In the absence of this document, the other members will be considered as Subcontractors. Experiences and qualifications of Subcontractors will not be taken into account in the evaluation of the applications.
Applications may be made for one or more Lots. If an Applicant submits applications for more than one Lot, the Qualification Criteria are additive, and the Applicant must satisfy the cumulative requirements for all Lots applied for.
Eligibility criteria for AFD financed projects are specified in sub-clause 1.3 of the “Procurement Guidelines for AFD-Financed Contracts in Foreign Countries”, available online on AFD’s website: http://www.afd.fr.
Due to the security risk in the areas where the Services are to be performed, Applicants must verify that they have experience of at least two (2) contracts involving a presence in the country and completed within the last ten (10) years in an area with a similar security risk requiring the implementation of a security plan. The security plan, as well as proof of the implementation of security measures must be provided. Other security measures to be adopted must also be provided. An application that does not meet any of these requirements will be rejected.
All Applicants that are eligible and meet the qualification criteria shall be invited to submit a Bid. It is expected that invitations for bid will be made in the 3rd quarter of 2026.
Interested Applicants may obtain an electronic copy of the Prequalification Documents by written application via email to the Project Coordinator at the email address given below, indicating the Lots they are interested in. Electronic copy will be sent by email. Hard copy of the Prequalification Documents will not be made available.
Applications for prequalification should be submitted in sealed envelopes, delivered to the address below by March 16, 2026, and be clearly marked “Application to Prequalify for [insert name of project and the contract name(s) and number(s) and Lot]”.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
GENERAL PROCUREMENT NOTICE (GPN) FEDERAL REPUBLIC OF NIGERIA NIGERIA HUMAN CAPITAL OPPORTUNITIES FOR PROSPERITY AND EQUITY – GOVERNANCE (HOPE-GOV) PROGRAM (P181476) PROGRAM-FOR-RESULTS (PFORR) WITH INVESTMENT PROJECT FINANCING (IPF) COMPONENT CREDIT AMOUNT: US$500 MILLION (US$480 MILLION PFORR + US$20 MILLION IPF) IMPLEMENTING AGENCY: FEDERAL MINISTRY OF BUDGET AND ECONOMIC PLANNING (FMBEP)
1. Introduction The Federal Republic of Nigeria has received financing from the World Bank in the amount of US$500 million toward the cost of the Nigeria Human Capital Opportunities for Prosperity and Equity – Governance (HOPE-GOV) Program, of which US$20 million is allocated to the IPF component for technical assistance, program coordination, fiduciary support, verification, monitoring and evaluation. This General Procurement Notice is issued in accordance with the World Bank Procurement Regulations for IPF Borrowers (September 2025).
2. Program Scope The HOPE-GOV Program supports the Federal Government of Nigeria to strengthen some institutional and governance systems in basic education and primary healthcare sectors. These include: • Financial management; • Human resource management, including recruitment, deployment and payroll integrity • Transparency & accountability in sector financing; • Planning, budgeting and reporting systems at federal and state levels.
The PforR component supports system-wide reforms through Disbursement-Linked Indicators (DLIs), while the IPF component finances technical assistance and program management functions.
3. Procurement Under the IPF Component Procurement of goods, consulting and non-consulting services, training, workshops, and operating costs under the IPF component will follow World Bank Procurement Regulations for IPF Borrowers (September, 2025). The total amount to be procured under the IPF component is financed 100% by IDA (US$20 million).
Anticipated Procurement Packages A. Consulting Services 1. Independent Verification Agent (IVA) for disbursement linked results (DLR) verification and reporting. 2. Technical Assistance for: Revision of UBEC/BHCPF guidelines; Workforce baseline assessments; Strengthening planning, budgeting and PFM systems; and Development of financial/performance audit manuals; 3. Institutional capacity building at federal and state levels. Environmental & social safeguards specialists for HOPE-GOV. 4. Procurement capacity development consultants. 5. Communications, citizen-engagement and open-government specialists.
B. Non-Consulting Services 1. Workshops, training, stakeholder engagements and learning events. 2. ICT platform upgrades to support budgeting, reporting, and data management.
FEDERAL MINISTRY OF ENVIRONMENT HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP) NO. 8 KEN SARO-WIWA ROAD PORT HARCOURT, RIVERS STATE info@hyprep.gov.ng
WITHDRAWAL OF PUBLICATION
RE: PREQUALIFICATION OF CONTRACTORS/INVITATION FOR TENDERS FOR WORKS, GOODS AND EXPRESSION OF INTEREST (EoI) FOR CONSULTANCY AND NON-CONSULTANCY SERVICES
We refer to the publication in the Federal Tenders Journal, of Monday, January 26, 2026, titled “Prequalification of Contractors/Invitation for Tenders for Works, Goods and Expression of Interest (EoI) For Consultancy and Non-Consultancy Services”. HYPREP wishes to inform the public that the publication has been stepped down and hence should be disregarded.
In view of the above, the public is encouraged to be on the lookout for our next advertisement.
We regret any inconvenience this must have caused.
Signed: Project Coordinator, HYPREP, Port Harcourt, Nigeria.
SEE THE ADVERT REFERRED:
FEDERAL MINISTRY OF ENVIRONMENT HYDROCARBON POLLUTION REMEDIATION PROJECT (HYPREP) NO 8 KEN SAROWIWA, PORT HARCOURT, RIVERS STATE, NIGERIA. 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.
3.2 OPENING OF TENDER DOCUMENTS – (CATEGORY A & B) Technical bids (Invitation to Tender) will be opened immediately after the submission deadline on on Monday, 23rd February 2026 in the Conference Room of the Hydrocarbon Pollution Remediation Project (HYPREP) No. 8, Ken Saro Wiwa Road, Port Harcourt, Rivers State.
4.0 SUBMISSION OF EXPRESSION OF INTEREST (EoI) DOCUMENTS – (CATEGORY C) Prospective bidders are required to prepare two (2) hard copies and One (1) soft copy of the Expression of Interest (EoI) documents (Category C) with the necessary information/documents arranged in the order in which they appear in 2 above, with dividers to separate each section, and with each sheet duly signed and paginated. All submissions must be in English and signed by an official authorised by the Company/Firm. Prequalification documents 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 Wednesday 11th February 2026.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
No Comments