Background Image

INTERNATIONAL LABOUR ORGANIZATION (ILO)-REQUEST FOR QUOTATION FOR CONFERENCE SERVICES 9TH TO 13TH FEB 2026 IKEJA LAGOS – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB IN FCT ABUJA

ILO

RFQ – CONFERENCE SERVICES 9TH TO 13TH FEB 2026 IKEJA LAGOS – TRAINING OF ENTREPRENEURS (TOE) AND POTENTIAL ENTREPRENEURS (TOPE) ON SIYB IN FCT ABUJA (09 > 13 FEB 2026)

REQUEST FOR QUOTATION

REFERENCE:RFX_4106_ROAF

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:22-JAN-2026

DEADLINE ON:27-JAN-2026 12:00 (GMT 1.00)

Description

Dear Bidder (IKEJA, LAGOS Hospitality/Hotel Service Providers), The International Labour Office (hereinafter the “ILO”) is pleased to invite your company to submit an offer for this RFQ. To enable you to prepare and submit a bid, please refer to the attached Annexes in the attachment area. The ILO must receive your offer no later than the deadline specified at the ILO e-Sourcing Platform (Jaggaer). Late offers shall be rejected. You may submit an offer to the ILO provided that your organization is qualified, able, and willing to deliver the goods, works, and/or services

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

NIGERIAN GEOLOGICAL SURVEY AGENCY (NGSA), ABUJA-INVITATION TO TENDER FOR GOODS, PRE-QUALIFICATION & EXPRESSION OF INTEREST (EOI) FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION ACT OF THE NGSA

NIGERIAN GEOLOGICAL SURVEY AGENCY (NGSA)
NO. 31, SHETIMA ALI MUNGUNO CRESCENT, BEHIND JULIUS BERGER OFFICE, UTAKO DISTRICT, ABUJA
INVITATION TO TENDER FOR GOODS, PRE-QUALIFICATION & EXPRESSION OF INTEREST (EOI) FOR EXECUTION OF PROJECTS IN 2025 APPROPRIATION ACT OF THE NGSA

(1) INTRODUCTION
The Nigerian Geological Survey Agency intends to undertake the execution of Policies, Programs and Projects towards achieving the mandate of the Agency. Accordingly, the Agency wishes to invites reputable Contractors, Service Providers or Vendors with relevant proven competence and experience to tender for Goods, Works, Pre-qualification & Expression of Interest (EOI) for the execution of the following projects.

(2) SCOPE OF GOODS/SERVICES

Category Code Description
CATEGORY-A “GOODS” G14 PROCUREMENT OF EMPTY CONTAINERS FOR STORAGE OF MINERAL SAMPLES AND REPLACEMENT OF WOODEN BOXES WITH UCP BOXES
CATEGORY-A “GOODS” G15 PROCUREMENT OF SECURITY EQUIPMENT
CATEGORY-A “GOODS” G16.1-G16.6 PROCUREMENT OF GEOLOGICAL FIELD SAFETY KITS
CATEGORY-A “GOODS” G17 PROCUREMENT OF BOOKS (TECHNICAL) FOR NGSA LIBRARIES IN KADUNA AND ABUJA
CATEGORY-A “GOODS” G18 PROCUREMENT OF EQUIPMENT FOR CORE SAMPLES INTERPRETATION (CORE ORIENTER, EZLOGGER ETC) FOR THE OPERATIONALIZATION OF CORE SHED
PRE-QUALIFICATION – “GOODS” GP-01 PROCUREMENT OF DUTCH CONE PENETROMETERS
PRE-QUALIFICATION – “GOODS” GP-02 EXPANSION/MAINTENANCE OF SEISMIC MONITORING STATIONS
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C11 PRODUCTION OF BULLETIN OF 1,250,000 SHEET 71 ONITSHA, SHEET 61 AKURE, SHEET 39, (YASHIKERA-KIAMA) AND SHEET 52 (BORO)
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C12 OCCUPATIONAL SAFETY AND HEALTH PROGRAMME IN THE SOUTHWEST AND NORTH EAST ZONES
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C13 EXPLORATION AND EVALUATION OF BENTONIC CLAYS IN BENUE TROUGH AND SOKOTO BASIN
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C14 APPRAISAL OF ECONOMIC VIABILITY AND UTILIZATION OF INDUSTRIAL AND METALLIC MINERALS
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C15 SUBSURFACE MAPPING OF GEOCHEMICAL HOTSPOTS IN FORCADOS RIVER ESTUARY, DELTA STATE
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C16 ASSESSMENT OF COAL RESOURCES IN BENUE STATE
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C17 ASSESSMENT OF PHOSPHATE RESOURCES IN ABIA STATE
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C18 GEOCHEMICAL MAPPING OF GUMALE SHEETS
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C19 COLLECTION OF ROCK SAMPLES FOR LABORATORY STANDARD REFERENCE MATERIALS FROM BASEMENT ROCKS IN NORTH CENTRAL ZONE
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C20 ASSESSMENT OF URANIUM RESOURCES IN TARABA, ADAMAWA AND GOMBE STATES, NIGERIA
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C21 MINERAL DATABASE UPGRADE IN THREE STATES (SOKOTO, DELTA, LAGOS)
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C22 FOLLOW-UP EXPLORATION FOR GRAPHITE IN ADAMAWA STATE
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C23 INVESTIGATION OF LITHIUM ORES IN THE NORTH-WESTERN PART OF NIGERIA
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C24 GEOLOGICAL MAPPING OF 1:50,000 (NW,NE,SW,SE) SHEET 227 KOTON KARFE, SHEET 159 JEBBA
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C25 REVIEW AND PRODUCTION OF GEOLOGICAL AND MINERAL COLOUR CODE
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C26 PEGMATITE EXPLORATION FOR LITHIUM OCCURRENCES WITHIN KEFFI SHEET, NC NIGERIA
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C27 NEW FRONTIER ON GEOSCIENCES DATA GENERATION ON AGRO MINERALS DISTRIBUTION AND MAP PRODUCTION
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C28 GEOPHYSICAL INVESTIGATION FOR CHROMITE MINERALISATION IN WESTERN NIGERIA
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C29 GEOTECHNICAL INVESTIGATION OF PARTS OF MAITAMA, MPAPE, AND KARSHI, FCT , LAFIA AREAS
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C30 HYDROGEOLOGICAL INVESTIGATION OF OSHOGBO AND ENVIRONS
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C31 HYDROGEOCHEMICAL MAPPING OF PARTS OF GWAGWALADA AND KUJE ENVIRONS
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C32 IDENTIFICATION, DIGITIZATION AND PRODUCTION OF GEOTOURISM MAP/DATABASE OF NORTH -CENTRAL ZONE (PHASE 2)
CATEGORY “C” CONSULTANCY/NON-CONSULTANCY SERVICE-EXPRESSION OF INTEREST C33 GEOTHERMAL PROSPECTING FOR GREEN ENERGY POTENTIAL IN IKOGOSI WARMSRING, EKITI STATE AND MAP PRODUCTION

(3) ELIGIBILITY REQUIREMENTS
Prospective bidders must possess the under-listed requirements to be eligible in the procurement:
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 & 7;

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

FEDERAL MINISTRY OF AVIATION AND AEROSPACE DEVELOPMENT FEDERAL SECRETARIAT, ABUJA-INVITATION TO TENDER/ PREQUALIFICATION ON GOODS AND WORKS, EXPRESSION OF INTEREST (EOI) ON CONSULTANCY SERVICES FOR THE IMPLEMENTATION OF 2025 APPROPRIATION ACT

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF AVIATION AND AEROSPACE DEVELOPMENT
FEDERAL SECRETARIAT, PHASE I, ABUJA
INVITATION TO TENDER/ PREQUALIFICATION ON GOODS AND WORKS, EXPRESSION OF INTEREST (EOI) ON CONSULTANCY SERVICES FOR THE IMPLEMENTATION OF 2025 APPROPRIATION ACT

1.0 INTRODUCTION
The Federal Ministry of Aviation and Aerospace Development intends to execute projects as contained in the 2025 Appropriation Act. In compliance with the provisions of the Public Procurement Act, 2007 as amended, and other extant guidelines for the Award of contracts in the Federal Public Service, the Ministry wishes to invite experienced and competent Contractors, Suppliers and Service Providers to obtain Bidding documents for the execution of Year 2025 projects.

2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects were grouped into categories A to C. Bidders are therefore, requested to obtain bidding documents and submit EoI where applicable in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and 9.0 of this publication. The projects are listed in the table below:

S/N LOT NO. PROJECT TITLE
Category A (Works)
1 A1 Rehabilitation and Development of Airstrips in selected Areas
2 A2 Establishment of Nigerian College of Aviation in selected Areas
Category B (Goods)
3 B1 Supply of Vehicles
4 B2 Supply, Design, Installation, Deployment and Upgrade of Aviation Infrastructure, Equipment and Technology in selected Airports
Category C (Services)
5 C1 Consultancy service for Aviation Media Projects and others

3.0 ELIGIBILITY REQUIREMENTS

3.1 The Ministry, in compliance with the provisions of the Public Procurement Act, 2007 as amended and the Public Procurement Regulations for Works, Goods and Services, will carry out pre-qualification/short listing of companies/service providers that respond to this advertisement based on the following requirements:
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC1.1 or CAC2 and CAC7;
b) Evidence of Tax Clearance Certificate (TCC) for the last three (3) years (2022, 2023 & 2024) valid till 31st December, 2025.

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

FUTURE RESILIENCE AND DEVELOPMENT FOUNDATION (FRAD)-CALL FOR EXPRESSION OF INTEREST (EOI) MASTER PURCHASE AGREEMENT AND FRAMEWORK AGREEMENT 2026

CALL FOR EXPRESSION OF INTEREST (EOI)
MASTER PURCHASE AGREEMENT AND FRAMEWORK AGREEMENT 2026
FUTURE RESILIENCE AND DEVELOPMENT FOUNDATION (FRAD)
DATE:10 JANUARY 2026
EOI REFERENCE: FRAD/EOI/2026-2027/GEN-SERVICES/001

1. ABOUT FRAD FOUNDATION

Future Resilience and Development Foundation (FRAD) is a duly registered non-profit organization with the Corporate Affairs Commission (CAC) in accordance with Nigerian law. FRAD works across humanitarian and development sectors to build the resilience of vulnerable populations through interventions in WASH, Nutrition, Protection, Education, Early Recovery, and Livelihoods.

Over the years, FRAD has reached thousands of children, women, men, and girls through evidence-based and community-driven programming. Our mission is to build resilience using locally available solutions that ensure participation, sustainability, and inclusion, leaving no one behind.

2. PURPOSE OF THE CALL FOR EXPRESSION OF INTEREST

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

YOBE STATE MINISTRY OF HIGHER EDUCATION SCIENCE & TECHNOLOGY-INVITATION FOR BID FOR VARIOUS CONSTRUCTION WORKS

YOBE STATE GOVERNMENT OF NIGERIA
MINISTRY OF HIGHER EDUCATION SCIENCE & TECHNOLOGY
IBB SECRETARIATE COMPLEX, PMB 1166 DAMATURU, YOBE STATE.
INVITATION FOR BID

Ministry of Higher Education Science and Technology in line with the State Public Procurement Act (2016) hereby wishes to invite reputable companies with requisite expertise and experience to submit their bids for:-

Lot 1: Construction of Two (2) ICT/Digital Center at College of Agriculture, Science and Technology Gujba and College of Administration Management & Technology Potiskum.
Lot 2: Construction of Three (3) Entrepreneurship Centers at College of Agriculture, Science and Technology Gujba, Shehu Sule College of Nursing and Midwifery, Damaturu and College of Administration Management & Technology Potiskum.

Eligibility Criteria
1.The Ministry hereby invites sealed Bids from eligible interested bidders/vendors for the execution of the above described project:
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 (TCC) 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.

4. Interested eligible bidders/vendors may obtain further information from the office of the Director Planning Research and Statistics, Ministry of Higher Education Science and Technology, IBB State Secretariat Complex Damaturu, Yobe State.

5. A Complete set of bidding documents may be purchased by interested eligible bidders/vendors upon payment of non-refundable fee of One Hundred and Fifty Thousand Naira Only (N150,000.00).

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

NATIONAL EMERGENCY MANAGEMENT AGENCY (NEMA), ABUJA-INVITATION TO TENDER/EXPRESSION OF INTEREST FOR DEPLOYMENT OF NETWORK INFRASTRUCTURE AT THE NATIONAL EMERGENCY MANAGEMENT AGENCY’S HEADQUARTERS

NATIONAL EMERGENCY MANAGEMENT AGENCY (NEMA)
NO. 8, ADEMOLA ADETOKUNBO CRESCENT, WUSE 2, ABUJA
INVITATION TO TENDER/EXPRESSION OF INTEREST FOR DEPLOYMENT OF NETWORK INFRASTRUCTURE AT THE NATIONAL EMERGENCY MANAGEMENT AGENCY’S HEADQUARTERS

INTRODUCTION:
The National Emergency Management Agency (NEMA) as part of the implementation process for its Digital Transformation Project intends to deploy a comprehensive Network Infrastructure (Local Area Network) at its Headquarters located at No. 8 Ademola Adetokunbo Crescent, Maitama, Abuja. The Funds have been allocated under the Agency’s Special Interventions Funds. Therefore, in compliance with the provisions of the Public Procurement Act 2007, NEMA hereby invites competent and reputable Contractors/Suppliers/Service Providers to submit bids for the procurement of the following:

Project Description
Lot | Project/ Items
1 | Deployment of Network Infrastructure (Local Area Network) at the National Emergency Management Agency’s Headquarters located at No. 8 Ademola Adetokunbo Crescent, Maitama, Abuja.

3. ELIGIBILITY/REQUIREMENTS
All Bidders must present the following:
i. Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
ii. Company’s Income Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st August 2025, with average annual turnover of not less than N50,000,000.00;
iii. Pension Clearance Certificate valid till 31st December 2025;
iv. Industrial Training Fund (ITF) Compliance Certificate valid till 31st December; 2025;
v. Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025;
vi. 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;
vii. Sworn Affidavit:
– disclosing whether or not any Officer of the relevant Committees of the National Emergency Management Agency (NEMA) or Bureau of Public Procurement (BPP) is a former or present Director, Stakeholder 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;
viii. Company’s Audited Accounts for the last three (3) years –2022, 2023 and 2024;
ix. Reference Letter from a reputable Bank indicating willingness to provide credit facility for the execution of the project when needed;
x. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
xi. Verifiable documentary evidence of at least 3 (three) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
xii. The Company should be an Original Equipment Manufacturers (OEM) or provide Letter of Authorization as representative of OEM;
xiii. For Companies must be registered with NITDA;
xiv. 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).

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, GSM Telephone Number and e-mail address. The Letter Head 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 Firms. Letterheads that do not meet legal requirements will be disqualified.

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect Standard Bidding Documents from the Procurement Unit, National Emergency Management Agency, at Plot 8, Ademola Adetokunbo Crescent, Wuse 2, Abuja upon presentation of non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per Lot payable in any Bank via Remitta.

5. SUBMISSION OF BID DOCUMENT
Technical and Financial Bids shall be submitted for each LOT packaged in TWO separate sealed envelopes clearly marked “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope clearly stating the name of Company and LOT number at the top right corner of the envelope and addressed as follows:

The Director-General,
National Emergency Management Agency,
Plot 8, Ademola Adetokunbo Crescent, Wuse 2, Abuja

6. SUBMISSION DEADLINE AND OPENING OF BIDS
Submission deadlines are as follows:

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

UNICEF-REQUEST FOR PROPOSAL FOR LONG-TERM ARRANGEMENT (LTA) FOR ENGINEERING SERVICES (NIGERIA) 

UNICEF

REQUEST FOR PROPOSAL (LRFPS) LRFPS-2026-9202074 – LONG-TERM ARRANGEMENT (LTA) FOR ENGINEERING SERVICES (NIGERIA)

REQUEST FOR PROPOSAL

REFERENCE: LRFPS-2026-9202074

BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA

REGISTRATION LEVEL: BASIC

PUBLISHED ON:06-JAN-2026

DEADLINE ON:27-JAN-2026 10:00 (GMT 1.00)

Description

UNICEF Nigeria Country Office invites qualified and registered engineering consulting firms in Nigeria to submit proposals for the establishment of non-exclusive Local Long-Term Arrangement(s) (LTAs) for engineering services to support UNICEF construction and rehabilitation activities across Nigeria, including remote and hard-to-reach locations.

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

UNIVERSAL BASIC EDUCATION COMMISSION (UBEC)-REQUEST FOR BIDS FOR PROCUREMENT OF 30,000 TABLETS WITH SOLAR PACKS FOR OAK STATE TEACHERS & SSOS

GPE
TRANSFORMING EDUCATION
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 (BESAAF-TESS) PROGRAM
CONTRACT TITLE: PROCUREMENT OF 30,000 TABLETS WITH SOLAR PACKS FOR OAK STATE TEACHERS & SSOS
LOAN NO./CREDITNO./ GRANT NO.: TF-B6224
RFB REFERENCE NO.: NG- BESDA AF TESS-528652-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 30,000 tablets with solar packs for OAK State teachers & SSOs (Lot 1-3).

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 30,000 tablets with solar packs for OAK State teachers & SSOs in Adamawa, Oyo and Katsina States 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.

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