LANGUAGE: ENGLISH APPLICATION DEADLINE: 10TH MARCH 2026 LOCATION: THE CONSULTANT WILL PRIMARILY WORK REMOTELY BUT MAY BE REQUIRED TO ATTEND VIRTUAL OR IN-PERSON STAKEHOLDER MEETINGS IN LAGOS, NIGERIA.
CONSULTANCY CALL SUMMARY
The Mentally Aware Nigeria Initiative is inviting technical and financial proposals for the development of its Resource Mobilisation Strategy (2026-2030). This consultancy seeks to address existing funding gaps, diversify MANI’s funding base, and establish a sustainable financing framework to support the implementation of its upcoming Strategic Plan (2026-2030).
ABOUT MENTALLY AWARE NIGERIA INITIATIVE
The Mentally Aware Nigeria Initiative is a youth-led, youth-run nonprofit organisation established in 2015 and registered under the Corporate Affairs Commission as an Incorporated Trustee. MANI works to increase mental health awareness, reduce stigma, promote help-seeking behaviours, and improve access to mental health support services for young people and communities across Nigeria.
Over the years, MANI has grown into one of Africa’s leading youth mental health organisations, implementing advocacy campaigns, free therapy initiatives, campus programs, community-based interventions, and policy engagement efforts.
As Nigeria implements its National Mental Health Act and decentralises mental health services, MANI seeks to strengthen its institutional sustainability and scale its impact nationwide.
BACKGROUND
Sustainability and financial resilience are strategic priorities for MANI as it transitions into its next five-year strategic cycle (2026-2030).
Currently, MANI relies significantly on project-based funding and a limited number of institutional donors. While this has enabled program growth, it exposes the organisation to financial vulnerability and limits long-term planning.
To ensure sustainability, MANI aims to:
Diversify funding sources beyond traditional grant donors
Strengthen relationships with corporate and private sector partners
Explore philanthropy, digital giving, and individual donor programs
Improve internal fundraising systems and donor stewardship
The Resource Mobilisation Strategy (2026-2030) will provide a structured and actionable roadmap to achieve these objectives.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FHI360 REQUEST FOR QUOTATION (RFQ) FOR SUPPLY OF MEDICAL OXYGEN CYLINDERS WITH ELECTRONIC TRACKING DEVICE AND ANTI-THEFT BRANDING FOR ASSET CONTROL AND TRACEABILITY SOLICITATION NO: RFQ/FHI360/EPIC/OXYGEN/2026/02
DATE ISSUED: FEBRUARY 24, 2026 CLOSING DATE: MARCH 10, 2026 TYPE OF AWARD: FIXED-PRICE PURCHASE ORDER FUNDING SOURCE: UNITED STATES GOVERNMENT
A. Background Family Health International (FHI360) Nigeria is procuring 1,500 medical oxygen cylinders to strengthen medical oxygen distribution systems across 12 supported health facilities in Nigeria with Liquid Oxygen Storage diversion, geo-fencing, and asset-tracking requirements to ensure accountability and lifecycle monitoring of donated assets in accordance with the specifications list in Section B and C below.
B. Electronic Asset Tracking & Anti-Diversion/Theft Requirements 1. Permanent Anti – Theft Branding: Deep engraved facility name and ‘Property of FHI360 – Not for Sale’, Minimum engraving depth: 0.5mm, Tamper-resistant and repaint-proof and located on shoulder and body of cylinder—NOTE FINAL BRANDING DATA WILL BE PROVIDED TO THE SUCCESSFUL BIDDER.
2. Unique Identification System: Factory-stamped serial number, Engraved serial duplication, Tamper-proof industrial QR code metal plate and Digital registry mapping to facility and batch.
3. Mandatory GPS/GSM Tracking Device: Embedded or securely mounted industrial-grade GPS/GSM tracker, Geo-fencing capability (restricted zone definition), Real-time movement alerts outside approved zones, Tamper detection alert system, Minimum 24-month battery life, Cloud-based monitoring dashboard with admin access, API integration capability, Data export (CSV/Excel/PDF), Training for FHI360 personnel and 5-year technical support commitment.
4. Anti-Tampering Clause: Any attempt to disable, remove, bypass, or tamper with tracking or security features shall constitute breach of contract and may result in termination and vendor blacklisting.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
KANO STATE POLYTECHNIC PMB 3401, BUK ROAD, KOFAR GADON KAYA, KANO INVITATION FOR PREQUALIFICATION AND TENDER FOR YEAR 2025 TETFUND ICT INTERVENTION PROJECT
1. INTRODUCTION The Kano State Polytechnic, Kano State wishes to undertake the Procurement of Goods and Services in the implementation of approved YEAR 2025 TETFUND ICT INTERVENTION PROJECT in the Polytechnic. In compliance with the Public Procurement Act 2007 and other extant government regulations, the Kano State Polytechnic hereby invites interested, competent, experienced and reputable Contractors/Firms with relevant experiences and good track records of prompt delivery of similar project to participate in the execution of the Project below:
2. SCOPE OF WORKS Lot 1: Procurement of Hardware equipment’s Lot 2: software development, Testing, licenses and recording equipment Lot 3: capacity development, sensitization and awareness
3. ELIGIBILITY/CRITERIA Interested Firms are required to submit the following documents: a. Evidence of Incorporation/Registration of Company with the Corporate Affairs Commission (CAC) as a Limited Liability Company, including copies of Forms CAC2 and CAC7; b. Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years and valid till 31st December, 2025 corresponding with declared annual turnovers c. VAT Registration Certificate with TIN; d. Evidence of current Pension Compliance Certificate valid till 31st December, 2025; e. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025; f. Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025; g. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31st December, 2025 or valid Certificate issued by BPP; h. Company’s Audited Account for the last three (3) years (2022, 2023, 2024); i. Evidence of Financial Capability to execute the Projects/Programmes including reference letters from a reputable Commercial Bank including willingness to provide Credit Facility for the Execution of the ?”: Statement of Accounts evidencing adequate funds/cash flow will also be accepted; j. Comprehensive Company Profile indicating Organizational Structure with the Curriculum Vitae for key staff to be deployed for the project, including Copies of their Academic, Professional qualifications such as COREN, CORBON ARCON and resumes of key Managerial and Technical Staff (with Professional Certifications) with addresses; phone numbers and e-mail Addresses; k. Evidence of Firms Registration with Relevant Professional Bodies such as COREN/CORBON; l. Verifiable Evidence of at least three (3) similar jobs of Interest in the last five (5) years with attached copies of Letters of Award and Certificate of Completion and or Valuation Certificates and Photographs of the projects (including Project Notice Boards) is mandatory; m. For joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided (all the eligibility requirements are compulsory for each JV Partner). n. All documents for submission must be transmitted with a duly signed covering /forwarding Letter under the Company/Firms Letter Head Paper bearing amongst others, the registration Number (RC) as issued by the Corporate Affairs Commission (CAC), the Contact Address, Telephone Numbers (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 Authorized Officer of the Firm. o. Accrued Sworn Affidavit that: i) The Company is not Bankrupt, in Receivership or under Liquidation or involved in any Litigation which can potentially affect the Company’s ability to effectively discharge their responsibility if engaged; ii) The Claims made and information provided by the Company in submission are true and connect in all ramifications; iii) No member of Staff of Kano State Polytechnic and Bureau of Public Procurement (BPP) has Pecuniary Interest in the Company; iv) No Director of the Company (past and present) has ever been convicted of Criminal Offences relating to fraud or Financial Impropriety in any Court of Law.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
REQUEST FOR QUOTATION (RFQ) FOR SUPPLY OF MEDICAL OXYGEN CYLINDERS WITH ELECTRONIC TRACKING DEVICE AND ANTI-THEFT BRANDING FOR ASSET CONTROL AND TRACEABILITY SOLICITATION NO: RFQ/FHI360/EPIC/OXYGEN/2026/02 DATE ISSUED: FEBRUARY 24, 2026 CLOSING DATE: MARCH 10, 2026 TYPE OF AWARD: FIXED-PRICE PURCHASE ORDER FUNDING SOURCE: UNITED STATES GOVERNMENT
A. Background FAMILY HEALTH INTERNATIONAL (FHI360) Nigeria is procuring 1,500 medical oxygen cylinders to strengthen medical oxygen distribution systems across 12 supported health facilities in Nigeria with Liquid Oxygen Storage Infrastructure. This procurement includes enhanced anti-diversion, geo-fencing, and asset-tracking requirements to ensure accountability and lifecycle monitoring of donated assets in accordance with the specifications listed in Section B and C below.
B. Electronic Asset Tracking & Anti-Diversion/Theft Requirements 1. Permanent Anti-Theft Branding: Deep engraved facility name and Property of FHI360 – Not for Sale; Minimum engraving depth: 0.5mm, Tamper-resistant and repaint-proof and located on shoulder and body of cylinder—NOTE FINAL BRANDING DATA WILL BE PROVIDED TO THE SUCCESSFUL BIDDER. 2. Unique Identification System: Factory-stamped serial numbers, Engraved serial duplication, Tamper-proof industrial QR code metal plate and Digital registry mapping to facility and batch. 3. Mandatory GPS/GSM Tracking Device: Embedded or securely mounted industrial-grade GPS/GSM tracker, Geo-fencing capability (restricted zone definition), Real-time movement alerts outside approved zones, Tamper detection alert system, Minimum 24-month battery life, Cloud-based monitoring dashboard with admin access, API integration capability, Data export (CSV/Excel/PDF), Training for FHI360 personnel and 5-year technical support commitment. 4. Anti-Tampering Clause: Any attempt to disable, remove, bypass, or tamper with tracking or security features shall constitute breach of contract and may result in termination and vendor blacklisting.
C. Technical Specifications for the Medical Oxygen Cylinder I. Gas Type: Medical Oxygen (≥93%) II. Cylinder Material: Seamless high-tensile steel ISO 9809 / EN 1964 III. Water Capacity: 40 Litres IV. Working Pressure: 150 bar V. Test Pressure: 250 bar VI. Valve Type: Bullnose/CGA 540 with burst disc VII. Colour Code: White shoulder + Black body (Nigeria standard) VIII. Certification: ISO, CE, SON, NAFDAC compliant IX. Warranty: Minimum 24 months
D. Quantity & Delivery Timeline Total Quantity: 1,500 units (40L) The delivery and completion of this supply must be finalized on or before May 31, 2026. Bidders are required to propose a delivery schedule that ensures full supply, installation (where applicable), and handover of all medical oxygen cylinders and related requirements within this timeframe. Any proposal with a delivery timeline extending beyond May 31, 2026, will not be considered.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
IMO STATE POLYTECHNIC OMUMA, IMO STATE Website. www.imopoly.edu.ng INVITATION TO TENDER (ITT)
1. INTRODUCTION The Imo State Polytechnic, Omuma is desirous to engage the services of reputable, competent and eligible firms for the supply of various goods. The fund in which the contract would be executed shall be drawn from Year 2024/2025 (MERGED) Tertiary Education Trust Fund Intervention for Library Development.
2. SCOPE OF WORKS Lot 1: Procurement of various Assorted Textbooks and Journals Lot 2: Procurement of Office Equipment.
3. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including forms CAC2 and CAC7 b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years (2022, 2023 and 2025) valid till December, 31st 2025. c. Evidence of current Pension Compliance Certificate valid till 31st December, 2025. d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025. e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2025. f. Evidence of Registration on the National Database of the Bureau of Public Procurement (BPP) by submission of IRR valid till 31st December, 2025. g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of Imo State Polytechnic, Omuma and Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bid 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. i. Company profile with the curriculum vitae of key staff to be deployed to the project, including copies of both their academic and professional qualifications such. j. Evidence of financial capacity to execute the project by submission of a reference letter from a reputable bank indicating willingness to provide credit facility for the execution of the project when needed. k. Verifiable, documentary evidence of at least three (3) years similar jobs executed in the last five (5) years including letters of award, valuation certificates, job completion certificates and possible photographs. 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 CAC, genuine contact address, telephone numbers & email address. The letter head must bear the names and nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the Firms.
NB: The documents above are expelled to be arranged sequentially in the order in which they are listed please.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
GOVERNMENT OF IMO STATE OF NIGERIA MINISTRY OF SCIENCE, TECHNOLOGY, INNOVATION AND ENGINEERING SERVICES, BLOCK 3, 3RD FLOOR IMO STATE SECRETARIAT COMPLEX, PORT HARCOURT ROAD, OWERRI, IMO STATE. INVITATION TO TENDER
INTRODUCTION: The Ministry of Science, Technology, Innovation and Engineering Services on behalf of the Imo State Government invite suitable qualified contractors to bid for the construction of the ONE HUNDRED AND EIGHTEEN BUS SHELTERS ALONG SIX MAJOR ROADS IN IMO STATE.
Lot
Locations
Description
LOT 1
1–23
Onitsha Road Shelters
LOT 2
24–38
Aba Road Bus Shelters
LOT 3
39–56
Owerri – Port Harcourt Road Bus Shelters
LOT 4
57–83
Owerri – Umuhia Road Bus Shelters
LOT 5
84–104
Owerri – Orlu Road Bus Shelters
LOT 6
103–118
Owerri – Okigwe Road Bus Shelters
BIDDING PROCEDURES: Bidding will be conducted through a National competitive bidding procedures and it is open to all eligible bidders as defined in the procurement regulations.
INVITATIONS: Interested eligible bidders may obtain further information from the Ministry of Science, Technology, Innovation and Engineering Services between the hours of 9am to 4pm Monday to Fridays.
PAYMENT OF BIDDING DOCUMENTS: A complete set of bidding documents may be purchased upon the payment of non-refundable fee of N15,000 (Fifteen Thousand Naira) only. The method of payment shall be bank draft in the favour of Imo State Government TSA in any UBA branch.
COLLECTION OF BIDDING DOCUMENTS: Interested bidders are to collect a complete set of bidding documents on the presentation of a valid bank draft, from the office of the Hon. Commissioner, Ministry of Science, Technology, Innovation and Engineering Services between the hours of 10am to 4pm each day. Beginning on Monday 23rd February to 10th March, 2026.
SUBMISSION AND OPENING OF BIDDING DOCUMENT: Bidders are to submit their completed bid(s) documents before 12pm on 10th March, 2026. Note: No bidder is allowed to bid more than two (2) slots in a lot.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
FEDERAL UNIVERSITY OF TECHNOLOGY, P.M.B. 1526, OWERRI INVITATION TO TENDER FOR PARENTS MANAGEMENT FORUM PROJECT
1. INTRODUCTION The Federal University of Technology, Owerri in compliance with the requirements of the Public Procurement Act (PPA) 2007 invites selected, qualified and competent Contractors with proven experience and good track record of performance to submit bids for its Parent Management Forum (PMF) Project as listed below:
S/N | PROJECT DESCRIPTION | CATEGORY LOT 1 | CONSTRUCTION OF PROFESSORIAL OFFICE BUILDING | WORKS
2. ELIGIBILITY REQUIREMENTS To be eligible, potential bidders should submit all the under listed verifiable documents and must be arranged in the following order and numbered. a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇; b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31ˢᵗ December, 2025 with minimum average annual turnover of N200m; 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 BPB. g. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Federal University of Technology, Owerri 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 such as COREN, QSRBN, ARCON, CORBON etc.; 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. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications; m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner) n. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.
Note: Technical Bid Documents should be bound with a table of contents in order of listing above.
3. COLLECTION OF BID DOCUMENTS Interested Companies are to collect the Standard Bidding documents (SBD) from the Assistant Chief Procurement Officer, Room 203, First floor, Senate Building, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten thousand Naira) per Lot, paid into Federal University of Technology Owerri’s “Tender Fees” remita account in any reputable Commercial Bank in Nigeria.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
MINISTRY OF STEEL DEVELOPMENT METALLURGICAL TRAINING INSTITUTE KM 6/7, ONITSHA OWERRI ROAD, P.M.B 1555, ONITSHA EXPRESSION OF INTEREST AND INVITATION TO TENDER FOR 2025 CAPITAL PROJECTS
1. INTRODUCTION The Metallurgical Training Institute, Onitsha is a Federal Government Owned Institute with the mandate to train Low/Middle Level Technical Manpower in Maintenance and Repair works for the Steel and Allied Industries in Nigeria. In compliance with the Public Procurement Act 2007, the institute hereby invites reputable, competent and qualified companies to tender for Procurement and Consultancy Services of the following projects:
2. SCOPE OF GOODS & SERVICES CAPITAL PROJECTS: INVITATION TO TENDER
AUTOMATION OF THE PAYMENT PROCESSES FOR ENHANCED EFFICIENCY, TRANSPARENCY AND ACCOUNTABILITY (APPEETA)
3. ELIGIBILITY REQUIREMENTS a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services; b. Evidence of Company Income’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the partners in case of Business name) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 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 bidders whose annual turnover is ₦50m and above); e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance 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 31st December, 2025 or valid Certificate issued by the BPP; g. Sworn Affidavit: – disclosing whether or not any officer of the relevant committee of the Metallurgical Training Institute, Onitsha 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 criminal offence relating to any 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, and the declared turnovers must correspond with those in Tax Clearance Certificate; 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. For Training Programmes (Lot 4): Evidence of firm’s current Registration with the Centre for Management Development (CMD) and the firm must register with the Office of the Auditor General of the Federation; k. Company’s Profile with the Curriculum Vitae of key staff to be deployed for the project including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON, etc.; l. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letter of Awards, Valuation Certificates and Job Completion Certificates and Photograph of the projects. m. For Supply of Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs); n. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA); o. 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/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 Note signed by the authorised officer of the Firm.
4.0 COLLECTION OF TENDER DOCUMENTS Interested companies are to visit the Institute’s website www.mti.org.ng to download the Standard Bidding Documents (SBD) with the attached forms for each lot, fill both of them appropriately and submit them with evidence of payment of non-refundable tender fee of ₦10,000.00 per Lot, paid into the Metallurgical Training Institute, Onitsha’s Remita account in any reputable Commercial Bank in Nigeria. “Your bid will be considered valid only upon evidence of payment of tender fee”
Please, note that interested firms in Consultancy Services will not pay at this stage until after shortlisting.
5.0 SUBMISSION OF TENDER DOCUMENTS (GOODS) Prospective bidders are to submit bid for each of the Lot desired, one (1) original and two (2) hard copies each of the technical and financial bids with softcopy of financial bid only, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to the Director/Ag. Chief Executive, Metallurgical Training Institute, km 6/7 Onitsha-Owerri Road, Onitsha and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at the Procurement Department of the Institute, Room 6 not later than 12:00 noon, Tuesday, 10th March, 2026.
6.0 SUBMISSION OF EXPRESSION OF INTEREST (CONSULTANCY SERVICES) Interested firms are to submit three (3) bound of Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to Director/Ag. Chief Executive, Metallurgical Training Institute, km 6/7 Onitsha-Owerri Road, Onitsha and clearly marked with the name of the project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box Procurement Department of the Institute, Room 6 not later than 12:00 noon, Tuesday, 24th February, 2026.
7.0 OPENING OF EXPRESSION OF INTEREST AND TECHNICAL BIDS The EOI and the Technical bids will be opened immediately after the deadlines for submission at 12:00 noon, Tuesday, 24th February, 2026 and 12:00 noon, Tuesday, 10th March, 2026, respectively, in the Institute’s Conference Room, in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register at the Procurement Department of the Institute, Room 6 as the Metallurgical Training Institute, Onitshawill not be held liable for misplaced or wrongly submitted bids.
OFFICE OF THE GOVERNOR, IMO STATE. IMO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES PROGRAM NOTICE OF REQUEST FOR PROPOSALS DESIGN, BUILD, AND OPERATION (DBO) OF AGRO – INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER IN IMO STATE SAPZ
EMPLOYER: IMO STATE GOVERNMENT PROJECT: SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES CONTRACT TITLE: DESIGN, BUILD, AND OPERATION (DBO) OF AGRO-INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER (ATC) IN IMO STATE. COUNTRY: FEDERAL REPUBLIC OF NIGERIA. LOAN NO.: 2000200005159/5050200001351 RFP NO: IM/SAPZ-1/DBO/01/1 ISSUED ON: 19 JANUARY 2026
1. The Federal Government of Nigeria (FGN has received financing from the African Development Bank toward the cost of the Special Agro-Industrial Processing Zones (SAPZ) Program Phase I being implemented in the five (5) participating states of Kaduna, Oyo, Cross River, Imo and Ogun, and intends to apply part of the proceeds toward payments under the contract for Design and Build of an Agro-Industrial Hub (AIH) and Agricultural Transformation Center (ATC) in Imo State. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines for Investment Project Financing.
2. The Imo State Project Implementation Unit now invites sealed Proposals from interested eligible applicants for the Design, Build, and Operation of the AIH and ATC located in Oloshi, Ohaji/Egbema Local Government Area of Imo State. The scope of work includes the Design, Build, and operation, using a site-and-services model, of a 150 Ha AIH and 20 Ha ATC. The facilities to be provided include fencing; administrative block, quality control and social buildings, roads, drainage, power supply and water, sewage/wastewater treatment and solid waste management.
3. The procurement will be conducted through the Open Competitive Bidding (International), OCBI procedures as specified in the Procurement Policy for the Bank Group Funded Operation (October 2015), which is available on the Banks website at http://www.afdb.org/en/projectsandoperations/procurements/new-procure-policy, and is open to all eligible Proposers.
4. Interested eligible Proposers may obtain further information from State Project Coordinator, Imo State Project Implementation Unit, and inspect the RFP Document during office hours i.e. 09:00 to 17:00 hours local time at the address given below.
5. The RFP Document in English may be purchased by interested eligible Proposers upon the submission of a written application to the address below and upon payment of a nonrefundable fee of N250,000.00 (two hundred and fifty thousand Naira). The method of payment will be Bank Draft payable to ImoSpecial Agro-Industrial Processing Zones Counter-Part Fund. The document will not be sent by delivery procedure.
6. A single-stage, two envelope RFP process will be used, and the Proposal will consist of (i) the Technical Part, without any reference to prices; and (ii) the Financial Part, as detailed in the RFP Document. The Technical and Financial Parts of the Proposals shall be submitted simultaneously in two separate sealed envelopes.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
OFFICE OF THE GOVERNOR, IMO STATE. IMO STATE SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES PROGRAM NOTICE OF REQUEST FOR PROPOSALS DESIGN, BUILD, AND OPERATION (DBO) OF AGRO – INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER IN IMO STATE SAPZ
EMPLOYER: IMO STATE GOVERNMENT PROJECT: SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES CONTRACT TITLE: DESIGN, BUILD, AND OPERATION (DBO) OF AGRO-INDUSTRIAL HUB AND AGRICULTURAL TRANSFORMATION CENTER (ATC) IN IMO STATE. COUNTRY: FEDERAL REPUBLIC OF NIGERIA. LOAN NO.: 2000200005159/5050200001351 RFP NO: IM/SAPZ-1/DBO/01/1 ISSUED ON: 19 JANUARY 2026
1. The Federal Government of Nigeria (FGN has received financing from the African Development Bank toward the cost of the Special Agro-Industrial Processing Zones (SAPZ) Program Phase I being implemented in the five (5) participating states of Kaduna, Oyo, Cross River, Imo and Ogun, and intends to apply part of the proceeds toward payments under the contract for Design and Build of an Agro-Industrial Hub (AIH) and Agricultural Transformation Center (ATC) in Imo State. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the Bank’s Disbursement Guidelines for Investment Project Financing.
2. The Imo State Project Implementation Unit now invites sealed Proposals from interested eligible applicants for the Design, Build, and Operation of the AIH and ATC located in Oloshi, Ohaji/Egbema Local Government Area of Imo State. The scope of work includes the Design, Build, and operation, using a site-and-services model, of a 150 Ha AIH and 20 Ha ATC. The facilities to be provided include fencing; administrative block, quality control and social buildings, roads, drainage, power supply and water, sewage/wastewater treatment and solid waste management.
3. The procurement will be conducted through the Open Competitive Bidding (International), OCBI procedures as specified in the Procurement Policy for the Bank Group Funded Operation (October 2015), which is available on the Banks website at http://www.afdb.org/en/projectsandoperations/procurements/new-procure-policy, and is open to all eligible Proposers.
4. Interested eligible Proposers may obtain further information from State Project Coordinator, Imo State Project Implementation Unit, and inspect the RFP Document during office hours i.e. 09:00 to 17:00 hours local time at the address given below.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us