Background Image

KNCV NIGERIA-CALL FOR SUBMISSION OF PROPOSALS FOR CONSULTANCY SERVICES FOR MONITORING THE CONSTRUCTION OF KNCV NIGERIA HEADQUARTERS OFFICE, ABUJA, NIGERIA

CALL FOR SUBMISSION OF PROPOSALS FOR CONSULTANCY SERVICES FOR MONITORING THE CONSTRUCTION OF KNCV NIGERIA HEADQUARTERS OFFICE, ABUJA, NIGERIA

Background:

KNCV NIGERIA is undertaking the construction of its Headquarters Office in Abuja. In line with good governance, accountability, and best construction practices, KNCV Nigeria seeks to procure the services of a qualified and independent Consultant to monitor the building project from commencement to completion.

The Consultant will provide independent oversight to ensure that construction activities comply with approved building plans, regulatory requirements, contractual obligations, and recognized best standards.

Objective of the Consultancy

The objective of this consultancy is to monitor and report on the construction of the KNCV Nigeria Headquarters Office to ensure:

  • Adherence to approved architectural and engineering designs
  • Compliance with all applicable national and local regulatory frameworks
  • Conformance with contract specifications and timelines
  • Compliance with health, safety, environmental, and quality standards
  • Timely identification and mitigation of risks, deviations, or non-compliance

The Consultant will report directly to the Executive Director.

Scope of Services:

The Consultant shall perform the following tasks:

  1. Review all approved drawings, designs, bills of quantities, and contract documents
  2. Monitor construction activities to ensure compliance with approved plans and specifications
  3. Verify compliance with statutory approvals, building codes, and regulatory requirements
  4. Monitor quality of materials, workmanship, and construction methods
  5. Track construction progress against approved timelines and milestones
  6. Identify deviations, defects, risks, or non-compliance and recommend corrective actions
  7. Monitor contractor compliance with health, safety, and environmental (HSE) standards
  8. Attend site meetings as required and provide technical input
  9. Prepare and submit periodic monitoring and compliance reports to the Executive Director
  10. Validate and certify stages of work completed, where applicable
  11. Provide a final completion and compliance report at the end of the project

Deliverables

Deliverable Timeline:

  • Inception Report (monitoring approach & plan) Within 2 weeks of contract signing
  • Periodic Site Monitoring Reports As agreed (e.g. monthly)
  • Risk & Non-Compliance Reports As issues arise
  • Final Project Completion Report At project completion

Duration of the Assignment:

The consultancy will run for the entire duration of the construction project, estimated at 3years, subject to extension based on project needs.

Location:

The assignment will be based in Abuja, with regular site visits to the project location.

Required Qualifications and Experience

Bidders must meet the following minimum requirements:

  • Academic qualification in Architecture, Civil Engineering, Building Technology, Quantity Surveying, or a related field
  • Minimum of 10 years’ relevant experience in building construction supervision, monitoring, or project management
  • Proven experience monitoring office, institutional, or commercial building projects
  • Strong knowledge of Nigerian building regulations and statutory approval processes
  • Demonstrated experience in quality assurance and HSE compliance
  • Professional registration with relevant bodies (e.g. ARCON, COREN, QSRBN) is an advantage
  • Ability to provide independent, objective, and professional assessments
  • Excellent analytical, reporting, and communication skills

Reporting & Coordination:

The Consultant will report directly to the Executive Director, KNCV Nigeria

Close coordination will be required with the contractor and other relevant stakeholders

All reports must be submitted in written format and presented when required

Proposal Submission Requirements

Interested bidders shall submit the following:

A.   Technical Proposal

• Understanding of the assignment
• Proposed methodology and monitoring approach
• Work plan and reporting schedule
• Relevant experience and similar assignments
• Curriculum Vitae of the Consultant / key personnel

B.  Financial Proposal

• Detailed professional fees
• Cost breakdown (professional fees, site visits, taxes, etc.)
• Validity period of the financial proposal

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

MSI NIGERIA REPRODUCTIVE CHOICES-REQUEST FOR EXPRESSION OF INTEREST FOR THE SUPPLY AND INSTALLATION OF VEHICLE CABINS

MSI NIGERIA REPRODUCTIVE CHOICES
REQUEST FOR EXPRESSION OF INTEREST (REOI)
SUBJECT: SUPPLY AND INSTALLATION OF VEHICLE CABINS
DATE OF THE REOI: 05/01/2026
CLOSING DATE FOR RECEIPT OF EOI: 16/01/2026
REFERENCE: EOI/001/2026

Background:
MSI Nigeria Reproductive Choices is a social enterprise established in Nigeria in 2009 and is a leading provider of family planning and a range of contraceptive options to women, girls, and families across the 36 states of Nigeria and the FCT. With a mission to ensure children by choice not chance, MSI Nigeria envisions a world where every birth is wanted. Through collaborations with government at the national, state, and community levels, MSI Nigeria offers accessible and comprehensive reproductive healthcare services using operational approaches, such as Marie Stopes Medical Centres, community outreach teams, public sector strengthening support, and a toll-free contact centre.

DESCRIPTION OF REQUIREMENTS:
MSI Nigeria is inviting Expression of Interest (EOI) from eligible suppliers for the Supply and Installation of Vehicle Cabins:

S/N DESCRIPTION OF ITEM QUANTITY DELIVERY LOCATION
1 Supply and installation of Vehicle Cabins Specification: Type of Vehicle: Toyota Hilux Double Cabin 5 – seater, TGN126L-DNMSKN-3A Material Type: Fiber (Not Aluminium) 8 Lagos, Nigeria

All price quoted shall include all statutory deductions of 2% WHT and MSI Nigeria makes payment for completed transactions within 21days.

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

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED-INVITATION TO TENDER FOR PROVISION OF PLATFORM SUPPLY VESSEL (PSV) AND TUGS TO SUPPORT DEEP WATER OPERATIONS

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL) AND ESSO EXPLORATION AND PRODUCTION NIGERIA (OFFSHORE EAST) LIMITED (EEPN(OE)L
(EXXONMOBIL AFFILIATES)
CONTRACTOR OF NNPC / ESSO PRODUCTION SHARING CONTRACT

TENDER OPPORTUNITY:
PROVISION OF PLATFORM SUPPLY VESSEL (PSV) AND TUGS TO SUPPORT DEEP WATER OPERATIONS
NIPEX NUMBER: ESSO.00000133

1. INTRODUCTION
Esso Exploration and Production Nigeria Limited (EEPNL), operator of NNPC OML 133 and Esso Exploration and Production Nigeria (Offshore East) Limited (EEPN(OE)L), operator of OML 138, herein referred to as “Esso” plans to engage the services of competent and qualified companies for the provision of offshore support vessels to support operations within its NNPC/Esso PSC acreages.

The anticipated contract term is for a primary period of five (5) years plus two (2) years optional extension.

2. SCOPE OF WORK
The scope of work includes provision of the equipment, personnel and necessary logistics to operate the underlisted vessels, which should have been built not earlier than 2015.
i. Platform Supply Vessels (PSV) with minimum cargo capacity of 3,200-ton deadweight, IACS Class, DP II, minimum 700sqm deck space, Surfer Ladder
ii. Anchor Handling Tug (AHTS) – IACS Class, DP II, Towing, anchor handling, min 100T BP, line handling, Kalm Forks, shark jaws, daughter craft, minimum deck space 300sqm, knuckle boom deck crane, oil dispersant & Spray booms, Line flushing + waste reception, Oil recovery, Pax cap – 20, surfer ladder, reefer points
iii. Line Handling Tugs (LHT) – IACS Class, Min 50T BP, pushing, towing, line handling, spray booms, fenders, surfer ladder

3. MANDATORY REQUIREMENTS
(a) To be eligible for this tender exercise, interested tenderers are required to be prequalified and have LIVE status in the 3.08.01 – Tugs/ROV Support/ Diving Support Services category in NipeX Joint Qualification Scheme (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)
(b) To determine if you are prequalified and view the product/service category you are listed for: Open https://vms.nipex.org/login and access NJQS with your log in details, click on continue Joint Qualification scheme tool, click check “my supplier status” and then click supplier product group.
(c) If you are not listed in this product/service category and you are registered with NUPRC, please contact NipeX office at No.27 Oyinkan Abayomi Street, Ikoyi Lagos with your NUPRC certificate as evidence for verification and necessary update.
(d) To initiate the JQS pre-qualification process, access www.nipex-ng.com to download application form, make necessary payments and contact NipeX office for further action.
(e) To be eligible, all tenders must comply with the Nigeria Content requirements in the NipeX system

4. NIGERIAN CONTENT REQUIREMENTS
Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).
NNPC/EEPNL PSC requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.
Nigerian Content (NC) in the Nigerian oil and gas industry is defined as: “The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”
“Nigerian company” is a company formed and registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.
Tenderers shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.
As part of their submissions, Tenderers shall:
(a) Demonstrate that the entity is a Nigerian registered company with greater than 51% equity shareholding. Also, provide form CO2 and CO7, evidence of registration with NCDMB NOGIC JQS and NUPRC certificate.
(b) Demonstrate detailed description of the location of in-country committed facilities & infrastructure (address, layout drawing, lease document of technical & administrative office, storage, assembly area, repair and maintenance workshop) in Nigeria to support this contract.
(c) Provide a project-specific organogram showing Names and Nationalities of all key personnel not limited to (Vessel Master, Chief Mate, Navigational Officer of The Watch, Senior Dynamic Positioning Officer, Dynamic Positioning Officer, Deck Ratings, Chief Engineer, Second Engineer, Engineering Officer of The Watch, Electro-Technical Officer (ETO), Engineering Ratings, Chief Cook and Steward) that will execute the work scope for this service. CVs of all personnel listed in the project organogram should be submitted. For any position to be occupied by Expatriate personnel, tenderer shall commit to obtaining expatriate quota approval from NCDMB before project execution.

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

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL)-INVITATION TO TENDER FOR PROVISION OF MULTI-PURPOSE SUPPORT VESSEL (MPSV) TO SUPPORT DEEP WATER OPERATIONS

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL) AND ESSO EXPLORATION AND PRODUCTION NIGERIA (OFFSHORE EAST) LIMITED (EEPN(OE)L
(EXXONMOBIL AFFILIATES)
CONTRACTOR OF NNPC LTD / ESSO PRODUCTION SHARING CONTRACT

TENDER OPPORTUNITY:
PROVISION OF MULTI-PURPOSE SUPPORT VESSEL (MPSV) TO SUPPORT DEEP WATER OPERATIONS
NIPEX NUMBER: ESSO.00000132

1. INTRODUCTION
Esso Exploration and Production Nigeria Limited (EEPNL), operator of NNPC OML 133 and Esso Exploration and Production Nigeria (Offshore East) Limited (EEPN(OE)L), operator of OML 138, herein referred to as “Esso” plans to engage the services of competent and qualified companies for the provision of offshore support vessels to support operations within its NNPC/Esso PSC acreages.

The anticipated contract term is for a primary period of five (5) years plus two (2) years optional extension.

2. SCOPE OF WORK
The scope of work includes provision of the equipment, personnel and necessary logistics to operate the underlisted vessels, which should have been built not earlier than 2010.
• Multi-Purpose Support Vessel (MPSV) with capacity to support buoy maintenance and hose handling operations. The MPV should have IACS Class, DP Class II, minimum 100Ton, knuckle boom crane with active heave compensation, subsea crane, auxiliary crane 25Tons, moonpool, ROV(x2), work class, minimum 100 Pax, Helideck, Surfer ladder

3. MANDATORY REQUIREMENTS
(a) To be eligible for this tender exercise, interested tenderers are required to be prequalified and have LIVE status in the 3.08.01 – Tugs/ROV Support/ Diving Support Services category in NipeX Joint Qualification Scheme (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)
(b) To determine if you are prequalified and view the product/service category you are listed for: Open https://vms.nipex.org/login and access NJQS with your log in details, click on continue Joint Qualification scheme tool, click check “my supplier status” and then click supplier product group.
(c) If you are not listed in this product/service category and you are registered with NUPRC, please contact NipeX office at No.27 Oyinkan Abayomi Street, Ikoyi Lagos with your NUPRC certificate as evidence for verification and necessary update.
(d) To initiate the JQS pre-qualification process, access www.nipex-ng.com to download application form, make necessary payments and contact NipeX office for further action.
(e) To be eligible, all tenders must comply with the Nigeria Content requirements in the NipeX system

4. NIGERIAN CONTENT REQUIREMENTS
Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).
NNPC/EEPNL PSC requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.
Nigerian Content (NC) in the Nigerian oil and gas industry is defined as: “The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”
“Nigerian company” is a company formed and registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.
Tenderers shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.
As part of their technical tender submissions, prequalified Tenderers shall:
(a) Demonstrate that the entity is a Nigerian registered company with greater than 51% equity shareholding. Also, provide form CO2 and CO7, evidence of registration with NCDMB NOGIC JQS and NUPRC certificate.
(b) Demonstrate detailed description of the location of in-country committed facilities & infrastructure (address, layout drawing, lease document of technical & administrative office, storage, assembly area, repair and maintenance workshop) in Nigeria to support this contract.

(c) Provide a project-specific organogram showing Names and Nationalities of all key personnel not limited to (Vessel Master, Chief Mate, Navigational Officer of The Watch, Senior Dynamic Positioning Officer, Dynamic Positioning Officer, Deck Ratings, Chief Engineer, Second Engineer, Engineering Officer of The Watch, Electro-Technical Officer (ETO), Engineering Ratings, Chief Cook and Steward) that will execute the work scope for this service. CVs of all personnel listed in the project organogram should be submitted. For any position to be occupied by Expatriate personnel, tenderer shall commit to obtaining expatriate quota approval from NCDMB before project execution.
(d) Ensure that all Marine vessels to be deployed for work are assets categorized as stated below. Tenderer can either directly own marine vessels with the applicable Nigerian Content Marine Vessel Certificate (NCMVC) category or provide Memorandum of Agreement (MOA) with a vessel owner that has the applicable NCMVC category. To be eligible for partnerships with MOA, Tenderer must demonstrate ownership of any vessel type (not limited to vessel types below), with valid NCMVC.
i. Multi-Purpose Support Vessels (MPSV): Nigerian Content Marine Vessel Certificate (NCMVC) category A, B, C or D applies.
(e) Comply with the latest approved version of NCDMB HCD guidelines by committing (via a letter of undertaking) to providing Project-Specific training, man-hour, budget, skill development, and understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other approved NCDMB training institution(s).

Tenderer’s failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Tenderer’s disqualification

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

TARABA STATE LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT PROJECT (L-PRES)-REQUEST FOR BIDS FOR THE PROVISION OF SELECTED CATALYTIC GOODS AND SERVICES, LIVESTOCK SERVICE CENTRE (LSC), INSTALLATION OF BASIC INFRASTRUCTURE (INTERNAL ROADS, DRAINAGES, WATER, ELECTRICITY, PERIMETER FENCE, ADMIN BUILDING, ETC.)

TARABA STATE LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT PROJECT (L-PRES)
MINISTRY OF AGRICULTURE & FOOD SECURITY
NO. 9 SULEIMAN ZUBAIRU STREET, OFF JOLLY NYAME ROAD, JALINGO, TARABA STATE
SPECIFIC PROCUREMENT NOTICE
REQUEST FOR BIDS CIVIL WORKS (ONE-ENVELOPE BIDDING PROCESS WITHOUT PREQUALIFICATION)
EMPLOYER : TARABA STATE MINISTRY OF AGRICULTURE AND FOOD SECURITY
PROJECT : LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT PROJECT (L-PRES)
CONTRACT TITLE : PROVISION OF SELECTED CATALYTIC GOODS AND SERVICES, LIVESTOCK SERVICE CENTRE (LSC), INSTALLATION OF BASIC INFRASTRUCTURE (INTERNAL ROADS, DRAINAGES, WATER, ELECTRICITY, PERIMETER FENCE, ADMIN BUILDING, ETC.)
COUNTRY : NIGERIA
STATE : TARABA
CREDIT NO : IDA 70750
BID ISSUE DATE : FRIDAY, 19TH DECEMBER, 2025
LAST DATE OF SUBMISSION : FRIDAY, 16TH JANUARY, 2026

The Federal Government of Nigeria (FGN) has received financing from the World Bank toward the cost of the Livestock Productivity and Resilience Support (L-PRES) Project, State Coordination Office (SCO), Taraba State intends to apply part of the proceeds toward payments under the contract for the Provision of Selected Catalytic Goods and Services Livestock Service Centre (LSC), Installation of Basic Infrastructure (Internal Roads, Drainages, Water, Electricity, Perimeter Fence, Admin Building, etc.)

1. The Taraba L-PRES now invites sealed Bids from eligible Bidders for Construction of Loading Ramps, Rehabilitation of Livestock Markets and Construction of Slaughter Slabs in Taraba State with a completion period of 6 months)

2. Name of the Works: Provision of Selected Catalytic Goods and Services, Livestock Service Centre (LSC), Installation of Basic Infrastructure (Internal Roads, Drainages, Water, Electricity, Perimeter Fence, Admin Building, etc.)

PACKAGE PACKAGE NO LOT ACTIVITY BID SECURITY (₦) FINANCIAL CAPABILITY/ CASH FLOW (₦) AVERAGE ANNUAL CONSTRUCTION TURNOVER (₦)
Provision of Selected Catalytic Goods and Services-Livestock Service Centre (LSC), Installation of Basic Infrastructure (Internal Roads, Drainages, Water, Electricity, Perimeter Fence, Admin Building, etc.) NG TRI-PRES-499959-CW-RFB NA Provision of Selected Catalytic Goods and Services- Livestock Service Centre (LSC), Installation of Basic Infrastructure (Internal Roads, Drainages, Water, Electricity, Perimeter Fence, Admin Building, etc.) 87,499,987.50 1,399,999,800.00 8,403,360,144.06

3. Bidding shall be conducted through Open National Procurement (ONP) Process using Request for Bids (RFB) as specified in the World Bank’s Procurement Regulations for IPF Borrowers – Procurement in Investment Projects Financing, Revised Edition of February 2025 (“Procurement Regulations”), address available on www.worldbank.org/procure and is open to all eligible Bidders as defined in the Procurement Regulations.

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