Background Image

MINISTRY OF REGIONAL DEVELOPMENT, ABUJA-INVITATION TO TENDER (ITT) FOR CAPITAL PROJECT

MINISTRY OF REGIONAL DEVELOPMENT
FEDERAL SECRETARIAT COMPLEX, PHASE I SHEHU SHAGARI WAY, ABUJA
INVITATION TO TENDER (ITT) FOR CAPITAL PROJECT

1. INTRODUCTION
The Ministry of Regional Development hereby invites reputable, experienced and qualified Lift/Elevator Engineering firms with relevant and proven competence to submit for Technical and Financial Bids for the under-listed project:

2. SCOPE OF WORK

LOT NO PROJECT TITLE:
A1 CATEGORY A: GOODS
SUPPLY AND INSTALLATION OF A 1600KG, 12 STOPS/12 OPENINGS ELEVATOR WITH ACCESS CONTROL AND A SOLAR/INVERTER BACKUP SYSTEM AT THE MINISTRY HEADQUARTERS

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂, and CAC₃;
b. Evidence of 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 (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 BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Ministry of Regional Development 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;
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 to the tune of N150 million 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 and Professional qualifications such as COREN, QSRBN, ARCON, 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. Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
m. 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);

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 signed by the authorised officer of the Firm.

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

MINISTRY OF REGIONAL DEVELOPMENT, ABUJA-INVITATION TO TENDER (ITT) FOR CAPITAL PROJECT

MINISTRY OF REGIONAL DEVELOPMENT
FEDERAL SECRETARIAT COMPLEX, PHASE 1
SHEHU SHAGARI WAY, ABUJA
INVITATION TO TENDER (ITT) FOR CAPITAL PROJECT

1. INTRODUCTION
The Ministry of Regional Development hereby invites reputable, experienced and qualified Lift/Elevator Engineering firms with relevant and proven competence to submit for Technical and Financial Bids for the under-listed project:

2. SCOPE OF WORK

LOT NO PROJECT TITLE:
CATEGORY A: GOODS
A1 SUPPLY AND INSTALLATION OF A 1600KG, 12 STOPS/12 OPENINGS ELEVATOR WITH ACCESS CONTROL AND A SOLAR/INVERTER BACKUP SYSTEM AT THE MINISTRY HEADQUARTERS

3. ELIGIBILITY REQUIREMENTS
Prospective bidders should submit the following documents:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2025;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Ministry of Regional Development 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;
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;

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

UNDP-INVITATION TO BID FOR CONSTRUCTION OF 20 UNITS LOCKUP (BLOCK L9) SHOPS IN DIKWA MARKET, AT DIKWA.

UNDP

CONSTRUCTION OF 20 UNITS LOCKUP (BLOCK L9) SHOPS IN DIKWA MARKET, AT DIKWA.

INVITATION TO BID

REFERENCE:UNDP-NGA-01346

BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA

REGISTRATION LEVEL: BASIC

PUBLISHED ON:13-FEB-2026

DEADLINE ON:26-FEB-2026 11:44 (GMT -5.00)

Description

Please indicate whether you intend to submit a bid by creating a draft response without submitting directly in the system. This will enable the system to send notifications in case of amendments of the tender requirements.

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

OFFICE OF THE SECRETARY TO THE STATE GOVERNMENT, YOBE STATE-INVITATION FOR BID FOR THE SUPPLY OF 1 UNIT OF TOYOTA COASTER BUS – VVIP ARMORED 2025 MODEL

YOBE STATE GOVERNMENT OF NIGERIA
OFFICE OF THE SECRETARY TO THE STATE GOVERNMENT
GOVERNOR’S OFFICE, DAMATURU, YOBE STATE.
INVITATION FOR BID

In accordance with the due process requirement in the public procurement Law (2016), The office of the Secretary to the State Government has created an enabling environment for eligible interested bidders/suppliers to submit their tender for the procurement of;

1 UNIT OF TOYOTA COASTER BUS – VVIP ARMORED 2025 MODEL

1. The Entity hereby invites sealed Bids from eligible interested bidders/vendors for the execution of the above described supplies:

2. To qualify for consideration, interested companies/bidders are required to respond to this invitation with the following documents for consideration. Failure to submit any of the under-listed documents may lead to disqualification.
– Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC) of Nig;
– Company Income Tax Clearance Certificate for the last Three (3) years (2023, 2024 & 2025)
– Company Audited Accounts for three (3) years (2023, 2024 & 2025)
– Company’s profile;
– Evidence of Financial Capability including Bank reference letter indicating willingness to provide credit facility if/when necessary and needed.
– Evidence of Registration with Yobe State Bureau on Public Procurement.

3. Bidding will be conducted through National Competitive Bidding procedures as specified in the Yobe State Bureau on Public Procurement’s Guidelines (Procurement of Goods, Works and related Services) and is open to all eligible bidders as defined in the Procurement Guidelines.

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

WATERAID NIGERIA-INVITATION TO TENDER FOR THE CONSTRUCTION OF 1 SOLARIZED WATER FACILITY AT OMIGO COMMUNITY, RETICULATED TO TWO KIOSKS IN THE COMMUNITY.

CONSTRUCTION OF SOLARIZED COMMUNITY WATER FACILITY
IKORODU NORTH LCDA, LAGOS STATE
UNDER THE PEPSICO WASH IMPROVEMENT PROJECT (WASHIP)

Project Description

WATERAID NIGERIA, with support from PepsiCo and in collaboration with the Lagos State Government and Ikorodu North LCDA, invites qualified contractors to undertake the construction of one (1) solarized community water facility at Omigo Community, reticulated to two (2) water kiosks within the community.

Scope of Work Includes:

  • Drilling and construction of a borehole.
  • Installation of solar-powered pumping system.
  • Provision and installation of water treatment media to ensure safe drinking water.
  • Construction of storage and distribution systems (reticulation to two kiosks).
  • Installation of accessible and sustainable infrastructure, including provisions for persons with disabilities.
  • Design and implementation of systems that are environmentally resilient and sustainable

.Note: Contractors with ongoing contracts with WaterAid are not eligible to apply

Mandatory Requirements

Interested companies must submit comprehensive documentation including:

  • Evidence of registration with Lagos State Public Procurement Agency (PPA).
  • Evidence of registration with Ikorodu North LCDA as an eligible contractor.
  • CAC Certificate of Incorporation and Certified True Copy of Memorandum & Articles of Association.
  • Valid Pension Compliance Certificate (valid till 31 December 2026).
  • Valid ITF Compliance Certificate (valid till 31 December 2026).
  • Valid drilling license issued by LASWARCO.
  • Audited financial statements and Tax Clearance Certificates for 2023, 2024, and 2025.
  • List of Board Members and signed forwarding letter by Board Chairman or alternate.
  • Company profile with CVs of key technical personnel (Geologist/Hydrogeologist, Civil Engineer, Electro-Mechanical Engineer) registered with relevant professional bodies (COREN/COMEG or equivalent).
  • Evidence of at least three (3) similar projects completed within the last five (5) years (with award letters, completion certificates, photographs, and project values).
  • Evidence of financial capability, including bank reference letter.
  • List and proof of ownership/lease of relevant equipment.
  • Sworn affidavit confirming authenticity of documents, non-bankruptcy status, and absence of government conflict of interest.
  • Detailed work plan and project timeline.
  • Evidence of participation in the mandatory site visit scheduled for 19th February 2026 at 10:00am

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

US EMBASSY ABUJA-REQUEST FOR PROPOSALS (RFP) FOR PHOTOCOPIER PREVENTIVE MAINTENANCE SERVICES

REQUEST FOR PROPOSALS – NUMBER 19N10226R0002

DUE: FEBRUARY 26, 2026

Dear Prospective Offeror:

Subject: Request for Proposals – number 19N10226R0002

Enclosed is a Request for Proposals (RFP) for Photocopier Preventive Maintenance Services. If you would like to submit a proposal, follow the instructions in Section L of the solicitation, complete the required portions of the attached document, and submit it to the address shown on the Standard Form that follows this letter.

The U.S. Government intends to award a contract to the responsible company submitting an acceptable offer at the lowest price. We intend to award a contract based on initial proposals, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so.

Proposals are due by February 26, 2026 at 11:59 p.m. local time. No proposals will be accepted after this time. Proposals must be in English and incomplete proposals will not be accepted.

Your proposal must be submitted electronically to AbujaProcurement@state.govwith the RFP number (19N10226R0002) clearly stated on the subject line. It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format. The file size must not exceed 25MB. If the file size should exceed the 25MB, the submission must be made in separate files and attached to separate emails with less than 25MB each.

In order for an offer to be considered, you must also complete and submit the following:

  1. SF-33 (the first page of the solicitation)
  2. Section B, Pricing
  3. Section K Representations and Certifications
  4. Additional information as required in Section L
  5. Proof of SAM Registration

Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov prior to submittal of their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror’s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement.

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

KWALI AREA COUNCIL FCT – ABUJA-INVITATION TO TENDER FOR DRILLING OF SOLAR POWERED BOREHOLE AT SIX LOCATIONS WITHIN KWALI AREA COUNCIL

KWALI AREA COUNCIL
FCT – ABUJA
INVITATION TO TENDER

A. INTRODUCTION
This is to inform the general public that due to exigencies, Kwali Area Council wishes to invite credible and reputable companies to participate in a competitive tendering process for the following procurement:
Drilling of solar powered borehole at Six Locations Within Kwali Area Council

B. QUALIFICATION FOR BIDDING
To qualify for consideration, interested companies are required to submit the following documents:
1. Evidence of incorporation with Corporate Affairs Commission (CAC)
2. Evidence of VAT/TAX Clearance Certificate for three (3) years (2023–2025)
3. Evidence of projects/supply executed in similar field.
4. List of requisite equipment for operation for the job it’s tendering for.
5. Annual turnover and company audited account for three (3) years (2023–2025)
6. Detailed company profile and technical experience/qualification of key personnel’s and directors.
7. Evidence of Registration with PENCOM, NSITF and ITF

C. COLLECTION OF TENDER DOCUMENT
Tender document can be collected from the office of the Chairman Tender’s Board, Kwali Area Council on the payment of non-refundable fees of Fifty Thousand (50,000.00) Naira Only and evidence of registration with the Area Council.

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

SOKOTO STATE MINISTRY OF BASIC AND SECONDARY EDUCATION-INVITATION FOR BIDS FOR CONSTRUCTION OF 56 JUNIOR AND SENIOR SECONDARY SCHOOLS (28 JSS AND 28 SSS)

SOKOTO STATE
GOVERNMENT OF NIGERIA
FEDERAL REPUBLIC OF NIGERIA
SOKOTO STATE GOVERNMENT
MINISTRY OF BASIC AND SECONDARY EDUCATION
SPECIFIC PROCUREMENT NOTICE
INVITATION FOR BIDS
(ONE-ENVELOPE BIDDING PROCESS)
THE WORLD BANK

COUNTRY: NIGERIA
PROJECT: SOKOTO ADOLESCENT GIRLS INITIATIVE FOR LEARNING AND EMPOWERMENT PROJECT (SSAGILE)
CREDIT NO: IDA 67380-NG
CONTRACT TITLE: CONSTRUCTION OF 56 JUNIOR AND SENIOR SECONDARY SCHOOLS (28 JSS AND 28 SSS)
RFB NO: NG-SOKOTO ADF-515338-CW-RFB
ISSUED ON: JANUARY 29 TH, 2026

1. The Federal Republic of Nigeria has received financing from the World bank toward the cost of the Sokoto Adolescent Girls Initiative for Learning and Empowerment Project (SKAGILE) and intends to apply part of the proceeds toward payments under the contract for the construction of 28 Junior Secondary Schools and 28 Senior Secondary Schools, LOTS 1 to 7 in Sokoto State for this contract, the borrower defined in the World Bank’s Disbursement Guidelines for investment project Financing.

2. The Sokoto State Ministry of Basic and Secondary Schools, through the office of the project Coordinator, Sokoto AGILE now invites sealed bids from eligible Bidders for the construction of 28 Junior Secondary Schools and 28 Secondary Schools, LOTS 1 to 7 in Sokoto State as follows:

LOT NR LOCAL GOVT. LOCATION JSS/SSS
LOT 1, Construction of 4nr SSS and 4nr JSS 1 BINJI JUNIOR SEC, SCHOOL BUNKARI, BUNKARI SSS
2 BINJI KALGO MODEL PRIMARY SCHOOL, KALGO JSS
3 WAMAKKO BASIC SCHOOL KALAMBAINA, KALAMBAINA SSS
4 WAMAKKO BADON RAFI PRIMARY SCHOOL, BADON RAFI JSS
5 WAMAKKO JUNIOR SEC SCHOOL YAR ABBA, YAR ABBA SSS
6 WAMAKKO JUNIOR SEC, SCHOOL KAURAR KIMBA SSS
7 KWARE GUNDUNGAR ALKALI PRIMARY SCH, GUNDUNGARI JSS
8 KWARE KALALAWA PRI SCHOOL, KALALAWA JSS
LOT 2, Construction of 3nr SSS and 5nr JSS 1 TANGAZA JUNIOR SEC SCHOOL MASALLACI SSS
2 TANGAZA GIDAN MADI B PRI. SCHOOL JSS
3 TANGAZA GIDAN DADI PRI. SCHOOL JSS
4 GUDU MARAKE PRI SCHOOL, MARAKE JSS
5 GUDU JUNIOR SEC SCHOOL BALLE, BALLE SSS
6 SILAME DANJAWO NOMADIC SCHOOL, DANJAWO JSS
7 SILAME JUNIOR SEC SCHOOL JEKANADU SSS
8 SOKOTO NORTH RUNJIN SAMBO 1 PRI SCHOOL JSS
LOT 3, Construction of 5nr SSS and 3nr JSS 1 SOKOTO SOUTH GIDAN MASAU PRIM SCHOOL JSS
2 SOKOTO SOUTH SULTAN IBRAHIM DASUKI JUNIOR SEC SCHOOL SSS
3 SOKOTO SOUTH YAKUBU MUAZU JUNIOR SEC SCHOOL SSS
4 SOKOTO SOUTH GIDAN DILIO PRI SCHOOL JSS
5 SOKOTO SOUTH DR UMMARU KWABO PRI SCHOOL
6 DANGE SHUNI JUNIOR SEC SCHOOL DAMBUWA SSS
7 DANGE SHUNI JUNIOR SEC SCHOOL SABARU SSS
8 BODINGA JUNIOR SEC SCHOOL JIRGA SSS
LOT 4, Construction of 3nr SSS and 5nr JSS 1 SABON BIRNI HANDE NIZZAMIYA PRIM SCHOOL JSS
2 SOBON BIRNI S. GOBIR MUHAMMAD BAWA SSS
3 SABON BIRNI GARKI PRIMARY SCHOOL JSS
4 GORONYO JUNIOR SEC SCHOOL KWAKWAZO SSS
5 ISA WALIN ISA PRIMARY SCHOOL JSS
6 GORONYO ABASKORI PRIMARY SCHOOL JSS
7 WURNO JUNIOR SEC SCHOOL ALKAMMU SSS
8 WURNO ACHIDA MODEL PRI SCHOOL JSS
LOT 5, Construction of 4nr SSS and 4nr JSS 1 RABAH TAGUWA PRIMARY SCHOOL JSS
2 RABAH JUNIOR SEC SCHOOL MAIKUJERA SSS
3 GWADABAWA HUCHI PRIMARY SCHOOL JSS
4 GWADABAWA GOVT JUNIOR SEC SCHOOL TANBAGARKA SSS
5 ILLELA ABDULRAHMAN MODEL PRIMARY SCHOOL (JSS STOREY) JSS
6 ILLELA GOVT DAY JUNIOR SEC, SCHOOL SONANI SSS
7 IGADA NIZZAMIYA ISLAMIYA PRIMARY SCHOOL JSS
8 GADA JUNIOR SEC SCHOOL HOLAI SSS
LOT 6, Construction of 4nr SSS and 4nr JSS 1 BODINGA ABDULSALAM PRIMY SCHOOL SIFAWA JSS
2 BODINGA JUNIOR SEC SCHOOL K/ MIYO SSS
3 YABO S/KEBBI SHEHU M.PRIMARY SCH JSS
4 YABO JUNIOR SEC SCHOOL DAGAWA SSS
5 YABO JUNIOR SEC, SCHOOL GUDUREGA SSS
6 SHAGARI SANYINNAWAL PRIM SCHOOL JSS
7 SHAGARI JUNIOR SEC SCHOOL BULANYAKI SSS
8 TAMBUWAL SABON GARI MODEL PRIMARY SCH JSS
LOT 7, Construction of 5nr SSS and 3nr JSS 1 TAMBUWAL JUNIOR SEC SCHOOL ALASAN SSS
2 TAMBUWAL GOVT GIRLS JUNIOR SEC SCHOOL SSS
3 KEBBE KUCHI PRIMARY SCHOOL JSS
4 KEBBE JUNIOR SEC SCHOOL GIRKAU SSS
5 DANGE SHUNI ARDO NIZZAMIYA ISLAMIYA PRI SCH, SHUNI JSS
6 DANGE SHUNI JUNIOR SEC SCHOOL G/GARA SSS
7 TURETA LOFA PRIMARY SCHOOL JSS
8 TURETA JUNIOR SEC SCHOOL BIMASA SSS

The work period is 12 months and the margin of Preference shall not be allowed.

The attention of the prospective bidders is hereby drawn to the Pre-Construction activities, including confirmation of foundation designs of various buildings to determine suitability for the soil type, preparation of service drawings for the site, etc, as required under paragraph 5 of section III of bidding document

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

LOWER NIGER RIVER BASIN DEVELOPMENT AUTHORITY (LNRBDA) BASIN ROAD, ILORIN, KWARA STATE-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF WATER RESOURCES
LOWER NIGER RIVER BASIN DEVELOPMENT AUTHORITY (LNRBDA) BASIN ROAD,
P.M.B 1529, ILORIN, KWARA STATE

INVITATION TO TENDER

1.0 INTRODUCTION
The Lower Niger River Basin Development Authority (LNRBDA) hereby invites experienced and competent contractors to bid for the execution of the following projects under the 2025 Capital Appropriation.

LOT NO. PROJECT DESCRIPTION
LOT A30 CONSTRUCTION OF BOREHOLES AT VARIOUS LOCATIONS IN KWARA STATE
LOT A31 REHABILITATION OF SOME EXISTING SOLAR BOREHOLES IN ABEOKUTA SOUTH AND ABEOKUTA NORTH L.G.A.s IN OGUN STATE
LOT A32 CONSTRUCTION OF 500-SEATER ICT SKILL DEVELOPMENT AND CET CENTRE FOR SURULERE I FEDERAL CONSTITUENCY OF LAGOS STATE

2.0 ELIGIBILITY REQUIREMENTS
Interested and competent Contractors wishing to carry out any of the Projects under the above are required to submit the following documents in their Technical Proposals:
i. Evidence of registration of Certificate of Incorporation with Corporate Affairs Commission (CAC) including Form CAC2 and CAC7 or CAC STATUS REPORT.
ii. 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 N100 Million Naira.
iii. Evidence of current Pension Compliance Certificate valid till 31st December 2025.
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025.
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025.
vi. Evidence of Registration on the National Database of Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December 2025 or Valid Certificate issued by BPP.
vii. Valid sworn affidavit disclosing whether any officer of the relevant committees of the Lower Niger River Basin Development Authority 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.
viii. Company’s Audited Accounts for the last three (3) years (2022, 2023 & 2024).
ix. Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the Project when needed.
x. 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, QSBN, CORBON etc). Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the Projects.
xi. For ICT Work: Evidence of Registration of the firm with NITDA (National Information Technology Development Agency).
xii. For Civil Works: List of Machineries/Equipment with proof of ownership/lease agreement.

3.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) as from 12.00 Noon on Monday, 26th January 2026 from the Procurement Unit of the Authority on evidence of payment of a non-refundable fee of N10,000.00 (Ten Thousand Naira) only per Lot, paid into the Lower Niger River Basin Development Authority’s Remita Account in any Commercial Bank. GEMS Code of the Authority, 1006111147 is required on the Remita Platform.

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

THE WORLD BANK/UNIVERSAL BASIC EDUCATION COMMISSION (UBEC)-REQUEST FOR BIDS FOR THE PROCUREMENT OF 630 DESKTOP COMPUTERS FOR ICT LABS IN 18 DEMONSTRATIONS SCHOOLS IN OAK STATES.

GPE TRANSFORMING EDUCATION
THE WORLD BANK
REQUEST FOR BIDS
GOODS
(ONE-ENVELOPE BIDDING PROCESS)
COUNTRY: NIGERIA
NAME OF PROJECT: BETTER EDUCATION SERVICE DELIVERY FOR ALL ADDITIONAL FINANCING-TRANSFORMING EDUCATION SYSTEMS AT STATE LEVEL (BESA AF-TESS) PROGRAM
CONTRACT TITLE: PROCUREMENT OF 630 DESKTOP COMPUTERS FOR ICT LABS IN 18 DEMONSTRATIONS SCHOOLS IN OAK STATES.
LOAN NO./CREDITNO./ GRANT NO.: TF-B6224

RFB REFERENCE NO.: NG-BESDA AF TESS-519563-GO-RFB

1. The Federal Republic of Nigeria has received financing from the World Bank toward the cost of the Better Education Service Delivery for all – Additional Financing-Transforming Education Systems at State level and intends to apply part of the proceeds toward payments under the contract for Procurement of Desktop Computers for ICT Labs in 18 Demonstrations Schools in OAK States.

2. The Federal Ministry of Education through the office of the Project Coordinator, Better Education Service Delivery for all Additional Financing-Transforming Education Systems at State level now invites sealed bids from eligible Bidders for the Supply of Desktop Computers for ICT Labs in 18 Demonstrations Schools in OAK States (Adamawa, Oyo and Katsina) within 180 days. Domestic Preference of 15% shall be applicable for Goods manufactured or assembled in Nigeria.

3. 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.

4. Interested eligible Bidders may obtain further information from the Project National Office, Better Education Service Delivery for all Additional Financing-Transforming Education Systems at State Level (BESDA AF-TESS) Program and inspect the bidding document during office hours from 8.00am to 4.00pm (local time) at the address given below.

5. The bidding document in English may be purchased by interested Bidders upon submission of a written application to the address below via email and upon payment of a non-refundable fee of Twenty-FiveThousand Naira Only, (NGN25,000.00) The method of payment will be as follow:
·GO TO REMITA PLATFORM
·CLICK ON PAY FGN/STATE TSA
·CLICK ON PAY FEDERAL GOVERNMENT
·CLICK ON ‘OFFICE OF THE ACCOUNTANT GENERAL OF THE FEDERATION (SUBREC ACCOUNT)’
·FILL IN THE DROPDOWN THUS:
1. PURPOSE OF PAYMENT: INTERNALLY GENERATED REVENUE
11. AMOUNT TO PAY: 25,000.00
III. DESCRIPTION: TENDER FEE
IV. Ministry, Department and Agency: Universal Basic Education Commission
V. PAYER’S NAME: The Company’s Name
VI. PAYER’S E-MAIL: The company’s E-mail address or that of its Director or Agent
VII. PAYER’S PHONE NUMBER: The Company’s phone number or that of its Director or Agent
SUBMIT & PRINT OUT YOUR DETAILS or PAY WITH YOUR CARD OR INTERNET BANKING
·GO TO ANY COMMERCIAL BANK TO PAY WITH YOUR PRINT OUT/PAY ONLINE WITH YOUR DEBIT CARD
·GET A PAYMENT RECEIPT FROM REMITA FROM THE COMMERCIAL BANK OR THROUGH YOUR E-MAIL IF YOU PAY ONLINE

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