Background Image

CENTRAL BANK OF NIGERIA-DUTCH AUCTION OF NIGERIA TREASURY BILLS

CENTRAL BANK OF NIGERIA
WWW.CBN.GOV.NG
TENDER NOTICE
CENTRAL BANK OF NIGERIA ON BEHALF OF DMO OFFERS NIGERIAN TREASURY BILLS

Notice is hereby given by the Central Bank of Nigeria on behalf of DMO that the Federal Government of Nigeria Treasury Bills of 91, 182 and 364-day tenors amounting to ₦150,000,000,000; ₦200,000,000,000 and ₦800,000,000,000 respectively would be issued by Dutch auction on Thursday, January 22, 2026.

All Money Market Dealers should submit bids through the CBN S4 WEB INTERFACE between 8.00 a.m. and 11.00 a.m. on Wednesday, January 21, 2026.

Each bid must be in multiple of ₦1,000 subject to a minimum of ₦50,001,000. Authorized Money Market Dealers can submit multiple bids. A bid may be for authorized Money Market Dealers own account, non-Money Market Dealers or interested members of the public. The result of the auction would be announced on Wednesday, January 21, 2026. The Bank reserves the right to reject any bid.

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

FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION & DIGITAL ECONOMY, ABUJA-REQUEST FOR EXPRESSIONS OF INTEREST FOR NEEDS ASSESSMENT AND CURRICULUM DEVELOPMENT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION & DIGITAL ECONOMY
FEDERAL SECRETARIAT COMPLEX PHASE I, ANNEX III, SHEHU SHAGARI WAY, FCT NIGERIA.
REQUEST FOR EXPRESSIONS OF INTEREST FOR NEEDS ASSESSMENT AND CURRICULUM DEVELOPMENT
NIGERIA
BUILDING RESILIENT DIGITAL INFRASTRUCTURE FOR GROWTH – BRIDGE
PROJECT NUMBER: P508383

Assignment Title:
Engagement of Consultancy for the Baseline Skills, Capacity Needs Assessment and the Development of A National Training Programme For Project Bridge

Reference No. (as per Procurement Plan): NG-FMCIDE-528979-CS-CQS

The Federal Government of Nigeria (the “Government”) has applied for financing from the World Bank towards the cost of the ‘Building Resilient Digital Infrastructure For Growth – Bridge’, a Project aimed at deploying a 90,000km Fibre Optic Network. This will be structured as a Public Private Partnership (PPP) implemented through a Special Purpose Vehicle (the “SPV”) company. The Government intends to apply part of the proceeds for Needs Assessment consulting services.

OBJECTIVES AND SCOPE OF THE CONSULTANCY
The main objective of this consultancy is to conduct a comprehensive baseline assessment to determine the existing skills, institutional capacities, and the technical equipment gaps across Nigeria’s six geo-political zones in relation to the implementation of the 90,000 km national fibre optic project under Project BRIDGE (the “Services” or “Consultancy Services”).

The assessment will provide an evidence-based foundation for designing a standardized national capacity-development framework, curriculum, and training programme for project managers (sub-contractors) and field technicians engaged in broadband infrastructure deployment, maintenance, and operations. The consultancy shall be undertaken over 24 weeks from contract date. The Consultant shall submit a detailed work plan in the proposal outlining sequencing and timelines for activities leading to each deliverable. The Consultant shall report to the Project Coordinator, Project BRIDGE Implementation Unit, under the supervision of the Federal Ministry of Communications, Innovation and Digital Economy (FMCIDE).

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

MINJIBIR LOCAL GOVERNMENT COUNCIL, KANO STATE-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

MINJIBIR LOCAL GOVERNMENT COUNCIL, KANO STATETENDER ADVERT THIS IS TO INVITE SUITABLE QUALIFIED CONTRACTORS FOR PRE-QUALIFICATION TO TENDER FOR THE EXECUTION OF THE FOLLOWING LIST OF INTENDED PROJECTS AS FOLLOWS: 1. Procurement of 10 bajaj Motor Cycles2. Procurement Of Health/Medical Equipment3. Procurement Of Teaching/Learning Aid Equipment4. provision...

Read More

LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT (L-PRES) PROJECT, OYO STATE-EXTENSION OF BID SUBMISSION DEADLINE FOR CONSTRUCTION WORKS AT THE LIVESTOCK SERVICE CENTRE (LSC) AT FASOLA, OYO STATE

LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT (L-PRES) PROJECT
OYO STATE COORDINATION OFFICE, TOTAL GARDEN, IBADAN
EXTENSION OF BID SUBMISSION DEADLINE

EMPLOYER OYO STATE AGRIBUSINESS DEVELOPMENT AGENCY (OYSADA)
PROJECT LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT PROJECT (L-PRES)
CONTRACT TITLE: CONSTRUCTION WORKS AT THE LIVESTOCK SERVICE CENTRE (LSC) AT FASOLA, OYO STATE
COUNTRY NIGERIA
LOAN NO IDA-70570

This is to notify all interested bidders that the deadline for submission of bids under the above-referenced Request for Bids, originally advertised on 10 December 2025, has been extended.

Previous Bid Submission Deadline: 7 January 2026
Revised Bid Submission Deadline: 21 January 2026
Time: 12:00 noon

All other provisions of the Request for Bids, including eligibility criteria, scope of procurement, bid security requirements, and bid opening arrangements, remain unchanged.

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

LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT PROJECT (L-PRES)-KOGI STATE-REQUEST FOR BIDS FOR THE CONSTRUCTION OF FIVE (5) MODEL SLAUGHTER HOUSES IN KOGI STATE

THE WORLD BANK
IBRD • IDA | WORLD BANK GROUP
LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT PROJECT (L-PRES)-KOGI STATE COORDINATION OFFICE (SCO), LOKOJA
Specific Procurement Notice
REQUEST FOR BIDS

CIVIL WORKS & EQUIPMENT
(ONE-ENVELOPE BIDDING PROCESS WITHOUT PREQUALIFICATION)

EMPLOYER: KOGI STATE MINISTRY OF LIVESTOCK DEVELOPMENT
PROJECT: LIVESTOCK PRODUCTIVITY AND RESILIENCE SUPPORT (L-PRES) PROJECT
CONTRACT TITLE: THE CONSTRUCTION OF FIVE (5) MODEL SLAUGHTER HOUSES IN KOGI STATE
COUNTRY: NIGERIA
CREDIT NO.: IDA-70570
BID ISSUE DATE: WEDNESDAY, DECEMBER 24, 2025
LAST DATE OF SUBMISSION: WEDNESDAY, JANUARY 21, 2026.

1. The Federal Republic of Nigeria, through the Federal Ministry of Livestock Development, has received financing from the World Bank and on-lent the financing to twenty participating States (namely Adamawa, Bauchi, Borno, Ebonyi, Edo, Ekiti, Enugu, Gombe, Kaduna, Kano, Kogi, Kwara, Niger, Ondo, Oyo, Plateau, Taraba, Sokoto Yobe, and Zamfara) toward the cost of Livestock Productivity Resilience Support Project (L-PRES). It is intended that part of the proceeds of the financing will be applied to eligible payments under the contract of Construction of 5 Model Slaughter Houses in Kogi State.

2. The Kogi State Livestock Productivity Resilience Support Project (L-PRES) now invite sealed bids from eligible construction firms (“Contractors”) for the Construction of 5 Model Slaughter Houses in Kogi State, with a completion period of Twelve (12) Months (One year).

3. Name of the Works: Construction of 5 Model Slaughter Houses in Kogi State.

LOTS ACTIVITY BID SECURITY (N) FINANCIAL CAPABILITY/CASH FLOW (N) AVERAGE ANNUAL CONSTRUCTION TURNOVER (N)
1 Construction of Model Slaughter House, Anyigba, Dekina LGA 7,264,652.82 232,468,890.34 581,172,225.86
2 Construction of Model Slaughter, House Kabba, Kabba/Bunu LGA 7,264,652.82 232,468,890.34 581,172,225.86
3 Construction of Model Slaughter House Okene, Okene LGA 7,264,652.82 232,468,890.34 581,172,225.86
4 Construction of Model Slaughter House Inozioml, Adavi LGA 7,264,652.82 232,468,890.34 581,172,225.86
5 Construction of Model Slaughter House, Idah, Idah LGA 7,264,652.82 232,468,890.34 581,172,225.86

4. Bidding will be conducted through national competitive procurement 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

RENAISSANCE AFRICA ENERGY COMPANY LIMITED-TENDER OPPORTUNITY: PROVISION OF ROADS AND LOCATION PREPARATION WORKS

RENAISSANCE AFRICA ENERGY COMPANY LIMITED
OPERATOR OF THE NNPC/RENAISSANCE/TOTALENERGIES/AENR JOINT VENTURE

TENDER OPPORTUNITY: PROVISION OF ROADS AND LOCATION PREPARATION WORKS
NCDMB CERTIFICATION OF AUTHORIZATION NUMBER: ES/NCDMB/UPD/RAEC-DA-100613/181125/
PROVISION OF ROADS AND LOCATION PREPARATION (MAJOR & MEDIUM CATEGORIES)
NIPEX NO: RAEC.RAEC. 00000020 TENDER NO: CW65161

1.0 INTRODUCTION
RENAISSANCE AFRICA ENERGY COMPANY LIMITED (RENAISSANCE) in its role as Operator of NNPC/Renaissance/Total/Agip Joint Venture hereby invites reputable and competent Nigerian Companies and alliances with the requisite expertise, experience, skilled manpower and technology to apply to be considered for inclusion in the bidders list for subject tender. The contract that will result from this tender will be for Provision of Roads and Location Preparation Works. The contract for the works shall be on call-off basis and there will be no guarantee of minimum work Bidders will be expected to demonstrate their capability and capacity to accept and deal with the financial and technical complexities associated with a contract of this magnitude and this evidence will be required in the next stage of this tender. RENAISSANCE hereby invites submission from reputable and competent Nigerian registered companies having requisite proven experience in Provision of Roads and Location Preparation Works and all other works within the scope of works.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SCOPE OF WORK
The WORK to be covered under this CONTRACT generally consists of all works incidental and necessary for the successful completion of services related to the Provision of Roads and Location Preparation Works and shall include the following:
• Bush clearing, earthworks and sand filling campsite surfacing,
• Location piling, cellar/slab construction, mud tank slab construction, waste pit construction
• Generator slab construction, chemical slab construction, perimeter drain construction
• Cement stabilization, crushed granite rock base course,
• Perimeter fence construction and Asphalt surfacing
• Retrieval, transportation and installation of DURABASE mats.
• Construction of new location and fields access roads and bridges
• Rehabilitation and reconstruction of existing roads and bridges

3.0 MANDATORY REQUIREMENTS
• To be eligible for this tender exercise, interested contractors are required to be pre-qualified in ALL of the following Product Groups: 3.05.08 in NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in these categories will receive the Technical and Commercial Invitation To Tender (ITT).
• To determine if you are prequalified and view the product/service 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” button, click “Check My Supplier Status” and then click ‘Supplier Product Group”.
• If you are not listed in a product/service category and you are registered with NUPRC to do business, contact NipeX office at 27b Oyinkan Abayomi Drive, Ikoyi, Lagos with your NUPRC certificate as evidence for necessary update.
• To initiate the NJQS prequalification process, access www.nipex-ng.com to download the application form, make necessary payments and contact NipeX office for further action.
• To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX.

4.0 NIGERIAN CONTENT REQUIREMENTS
Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and also provide the following requirements:
i. Demonstrate that entity is a Nigerian registered company with greater than 51% Nigerian shareholding. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc.) including company memorandum & article of association and/or evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Tenderer shall provide evidence of NCDMB NOGIC JQS registration.
ii. Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
iii. Tenderer shall comply with the latest approved version of NCDMB HCD guideline 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).

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

KIYAWA LOCAL GOVERNMENT, JIGAWA STATE-INVITATION TO TENDER FOR PRE-QUALIFICATION/ FINANCIAL BIDS

KIYAWA LOCAL GOVERNMENT, JIGAWA STATE
INVITATION TO TENDER FOR PRE-QUALIFICATION/ FINANCIAL BIDS

1. PREAMBLE:
In compliance with the Jigawa State Procurement process, KIYAWA Local Government wishes to notify interested bidders of its intention for the Construction of kiyawa District Head official residence, Completion of Shuwarin Juma’at Mosque and Construction of 3No Health clinic at Dalambai, Kanwayi and Guyo in Kiyawa Local Government Area.

2. PROJECT SCOPE:

  • LOT 1: Construction of Kiyawa District Head official residence,
  • LOT 2: Completion of Shuwarin Juma’at Mosque.
  • LOT 3: Construction of 3No Health clinic at Dalambai, Kanwayi and Guyo In Kiyawa Local Government area with a completion period of 16 weeks

3. ELIGIBILITY REQUIREMENTS

Interested competent and reliable contractors are required to provide verifiable evidence including but not limited to the following documents:

I. Certificate of incorporation with cooperate affairs Commission
II. Certified true copy of Memorandum and Article of Association
III. Evidence of registration with Jigawa State Works registration Unit
IV. Tax Clearance certificate for the last three (3) year
V. Audited account for the last one (1) year
VI. VAT registration and evidence of past remittance
VII. Evidence of financial capability and banking support
VIII. Company average annual turnover of not less than N25M
IX. Evidence of similar project executed (letter of award and completion certificate) at least three (3) in the last Five years;
X. That the company have fulfiled all obligations to pay Taxes, pensions and social security contributions
XI. A sworn affidavit certifying as follows
a) That the document submitted for the pre-qualification exercise are not only genuine but correct
b) That none of the directors of the company has been convicted by any court of Law
c) That the company is not bankrupt
d) That none of the officer of KIYAWA Local Government is a present or former director of the company
e) Any other relevant information that will help in determining the company’s suitability for the work. Any prospective bidder that does not possess any of the above documents need not apply.

4. COLLECTION OF TENDER DOCUMENT
Interested bidders are to collect the tender documents from the office of the Director Planning, Research and Statistics KIYAWA Local government, from the date of publication of this advert and between the hours of 09.00 am and 5.00 pm daily after a payment of a non-refundable fee of N200,000.00 per each Lot

5. SUBMISSION OF TENDER DOCUMENT
Technical and Financial bids shall be submitted in two different sealed envelopes and level “Technical Bid” and “Financial Bids” respectively with the company’s name indicated at the back of each envelope. Both envelopes should be placed in a sealed third envelope addressed and delivered to the office of the Director Planning Research and Statistics, KIYAWA Local Government, and not later than Wednesday, 21 st January, 2026. By 12.00 noon.

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

PORT HARCOURT WATER CORPORATION, PORT HARCOURT, RIVERS STATE-INVITATION FOR BIDS FOR PROCUREMENT AND INSTALLATION OF ICT EQUIPMENT AND NETWORKING SYSTEMS AT RUMUOLA FOR PORT HARCOURT WATER CORPORATION

FEDERAL REPUBLIC OF NIGERIA
RIVERS STATE GOVERNMENT
PORT HARCOURT WATER CORPORATION
SPECIFIC PROCUREMENT NOTICE (SPN)
INVITATION FOR BIDS [IFB] GOODS (ONE-ENVELOPE BIDDING PROCESS)
IFB NUMBER: PHWSSP/AFDB/G/NCB/2025/004
EMPLOYER: PORT HARCOURT WATER CORPORATION, PORT HARCOURT, RIVERS STATE
PROJECT: URBAN WATER SECTOR REFORM AND PORT-HARCOURT WATER SUPPLY AND SANITATION PROJECT
CONTRACT TITLE: PROCUREMENT AND INSTALLATION OF ICT EQUIPMENT AND NETWORKING SYSTEMS AT RUMUOLA FOR PORT HARCOURT WATER CORPORATION
COUNTRY: NIGERIA
LOAN NO. / GRANT NO.: 2000130011585
PROCUREMENT METHOD: OPEN COMPETITIVE BIDDING (NATIONAL) (OCBN)
LCBN NO: PHWSSP/AFDB/G/NCB/2025/004
ISSUED ON: DECEMBER 8, 2025

1. The Federal Republic of Nigeria has received Financing from the African Development Bank towards the cost of Urban Water Sector Reform and Port Harcourt Water Supply and Sanitation Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract for the Procurement and Installation of ICT Equipment and Networking Systems at Rumuola for Port Harcourt Water Corporation.

2. The Port Harcourt Water Corporation now invites sealed bids from eligible bidders for the execution of the Procurement and Installation of ICT Equipment and Networking Systems at Rumuola for Port Harcourt Water Corporation

3. Bidding will be conducted through the Open Competitive Bidding (National) (OCBN) procedures as specified in the Bank’s Procurement Framework [African Development Bank, Standard Bidding Document Goods (Two-Envelope Bidding Process) August 2021] and is open to all Bidders as defined in the Procurement Framework.

4. Interested eligible Bidders may obtain further information from Chief Ibibia O; Walter with email address: watsanworks.phwssp@gmail.com and inspect the Bidding document during office hours (8:00 A.M. – 4 P.M.) on weekdays only at the address given below.

5. The Bidding document in English may be purchased by all eligible Bidders upon payment of a nonrefundable fee of US$400.00 or its equivalent in a freely convertible currency. The method of payment will be in Cheque or Bank Draft, made out in favor of PORT-HARCOURT WATER CORPORATION. The document will be sent by courier on demand.

6. Bids must be delivered to the address below on or before Wednesday January 21, 2026 at 10:30 AM. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on Wednesday January 21, 2026 at 1:00 PM.

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