Background Image

CATHOLIC DIOCESE OF YOLA-REQUEST FOR QUOTATION (RFQ-JDPC-E2R-2026-01) FOR THE SUPPLY OF DIGNITY KITS AND PSS SUPPLIES -E2R PROJECT IN YOLA SOUTH, NUMAN, MICHIKA AND MADAGALI

CATHOLIC DIOCESE OF YOLA
INITIATIVE FOR JUSTICE DEVELOPMENT AND PEACE BUILDING IN NIGERIA (IJD PN)
AKA | JUSTICE DEVELOPMENT AND PEACE COMMISSION

DATE: 28TH JANUARY, 2026
CLOSING DATE FOR SUBMISSION: 4TH FEBRUARY, 2026
MAILTO RESPONSE TO THE QUOTATION:
ijd pn.procurement@gmail.com
/ijd pn.quotation@gmail.com

REQUEST FOR QUOTATION (RFQ-JDPC-E2R-2026-01) FOR THE SUPPLY OF DIGNITY KITS AND PSS SUPPLIES -E2R PROJECT IN YOLA SOUTH, NUMAN, MICHIKA AND MADAGALI PROTECTION ACTIVITIES ON THE E2R PROJECT IN THE MONTH OF JANUARY, 2026 UNDER EMERGENCY 2 RELIANCE PROJECT IN ADAMAWA STATE (NRC) PROJECT BY BHA.

The quotation must include the following details:

DESCRIPTIONS QTY UOM
1 Wrappers (6 yards high quality Hitarget cotton wrapper) 1000 PCS
2 Blankets 500 PCS
3 Male Yards – 5 yards 1000 PCS
4 Torchlight- Rechargeable with solar panel 500 PCS
5 Veil – 1.5 meters length by 1 meter (cotton) 500 PCS
6 Water Cans 70 PCS
7 Bag packs 70 PCS
8 Plastic mats – Mats of 4 pieces per each, size 380×180 cm 500 PCS
9 Detergents -900g 1000 PCS
10 Detergent – 400g 1000 PCS
11 Toothpaste- 140g 1000 PCS
12 Toothbrush – 20g 1000 PCS
13 Mosquitoes’ nets 500 PCS
14 Small mirror 500 PCS
15 Multipurpose Soap- Cartoon of 80 per pack by 200g 150 CARTON
16 Whistle 500 PCS
17 Sanitary Pads 500 PKT
18 Hair comb- Set 500 PCS
19 Towel (medium sized, quick-dry if possible) 500 PCS
20 Blue seal Vaseline – 500ML 1000 PCS
21 Seasonal cubes 150 CARTON
22 Baco Bag – Big Size 500 PCS
23 Baco Bag – Medium Size 500 PCS
24 Loading and Offloading and Transporting goods
25 Labour’s for sorting and arranging goods 10

1. Quotation validity
2. Delivery location and terms

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

NATIONAL HEALTH INSURANCE AUTHORITY, ABUJA-RE: INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI) FOR THE CONDUCT OF VARIOUS RESEARCHES TO SCALE UP HEALTH INSURANCE COVERAGE IN NIGERIA

NATIONAL HEALTH INSURANCE AUTHORITY
CORPORATE HEADQUARTERS, ABUJA
ADDENDUM
RE: INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI) FOR THE CONDUCT OF VARIOUS RESEARCHES TO SCALE UP HEALTH INSURANCE COVERAGE IN NIGERIA

The National Health Insurance Authority (NHIA) had in its recent advertisements on the above caption, in New Telegraph and The Nations Newspapers of 5th January, 2026 slated the opening of the submissions to Monday 19th January, 2026. However, following the scheduled Publication in the Tenders Journal of 12th January, 2026, the opening of the Expression of Interest (EoI) would be held on Monday, 26th January,2026.

Note: All other information contained in the initial adverts remain valid except the opening date that have been shifted to Monday, 26th January, 2026. The Authority regret any inconveniences this might have caused.

Signed:
The Director,
Procurement Department,
NHIA Headquarters, Utako-Abuja
For: Director General/CEO, NHIA

FIND THE EARLIER NOTICE HERE: 

NATIONAL HEALTH INSURANCE AUTHORITY
CORPORATE HEADQUARTERS, ABUJA
PROCUREMENT DEPARTMENT

INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI) FOR THE CONDUCT OF VARIOUS RESEARCHES TO SCALE UP COVERAGE IN NIGERIA

INTRODUCTION
The National Health Insurance Authority (NHIA), is a regulatory and implementing Agency of Health Insurance in Nigeria. Pursuant to its statutory mandate and in compliance with the provisions of the Public Procurement Act 2007 (PPA 2007), the NHIA under its 2025 budget hereby invites qualified, competent and reputable Consultant/Firms to submit Expression of Interest (EoI) necessary for consideration for the Conduct of various Researches to Scale-Up Coverage in Nigeria.

Universal Health Coverage (UHC) is a global health priority anchored in the Sustainable Development Goal (SDG). SDG target 3.8 aims to ensure financial risk protection and access to quality essential health care services for all. Health financing is critical for achieving universal health coverage by raising adequate funds for health in ways that ensures people can use needed services and are protected from financial risk.

Nigeria’s healthcare system faces significant challenges due to inadequate investment and financing, resulting in physical and financial barriers that hinder optimal access to healthcare services.

In line with the mandate of the NHIA as enshrined in the NHIA Act, 2022 the Authority is empowered to regulate, integrate and promote health insurance in Nigeria with the ultimate aim of bringing millions of Nigerians out of health poverty. To actualize this, the Authority has developed a strategic policy direction anchored on four pillars:
1. Expanding Coverage
2. Improving Equity
3. Improving Quality
4. Improving Market Efficiency

The enablers for the attainment of these policy directions are
1. Enhancing Citizen Centered Engagement
2. Use of data and technology to improve equity and quality of care
3. Optimize Organizational Health and Structure

2. SCOPE OF SERVICE
Research Priorities – Research thematic areas and related research focus areas were identified by the NHIA. The research thematic and focus areas were identified as a national priority developed through a consultative process and review of existing literature.

The research areas are considered important to provide directions for future research toward solving major problems hindering meaningful actualization of UHC in the country. The research thematic areas are indicated below.

Lot 1: Expanding Coverage: The research should focus on resource mobilization, pooling as well as strategic purchasing of health care services

Lot 2: Improving Quality of Care: The research should focus on modalities of improving and incentivizing quality of care in the health insurance ecosystem.

Lot3: Improving Equity in health insurance: The research should focus on identifying strategies to improve effective public subsidies in health insurance and social inclusion

Lot 4: Improving Market Efficiency: Research should focus on enhancing the sustainability and viability of the health insurance market in Nigeria.

3. ELIGIBILITY REQUIREMENTS
Prospective Consultant/Firms are required to submit, as part of their technical bid submission, the following mandatory documents, the absence of which disqualifies the bidder from further consideration in the bidding process:

a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7
b. Current Tax Clearance Certificates for the last three (3) years ( 2022,2023 & 2024) expiring 31st December, 2025
c. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2025
d. Evidence of Compliance with Pension Reform Act 2004 by inclusion of PENCOM Clearance Certificate expiring 31st December, 2025
e. Evidence of Compliance with Industrial Training Fund (ITF) in line with relevant provision of the ITF Amendment Act, 2011 (Certificate only) expiring 31st December, 2025.
f. Evidence of Registration on the National Database of Contractors, Consultants and Service Providers by inclusion of Interim Registration Report (IRR) issued by the Bureau of Public Procurement (BPP)

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

COUNCIL FOR THE REGULATION OF FREIGHT FORWARDING IN NIGERIA-CORRIGENDUM TO EXPRESSION OF INTEREST (EOI) ADVERTISEMENT

COUNCIL FOR THE REGULATION OF FREIGHT FORWARDING IN NIGERIA
CORRIGENDUM TO EXPRESSION OF INTEREST (EOI) ADVERTISEMENT

This is to inform the general public that in the Expression of Interest (EOI) advertisement published on 10th November 2025, there were two errors as follows:

1. The CAC registration validity date stated in the advertisement was an error. Applicants are hereby informed that their CAC registration is valid, and the date previously mentioned should be disregarded.
2. The requirement for submission of bank statements (statement of account) shall NOT be used as a criterion for disqualification. Any applicant who did not submit a statement of account remains eligible for pre-qualification in line with BPP guidelines.

All other requirements stated in the original advertisement remain valid and binding.

We sincerely apologize for any inconvenience these errors may have caused and thank all interested parties for their understanding.

SIGNED
MANAGEMENT

FIND THE EARLIER NOTICE HERE: 

COUNCIL FOR THE REGULATION OF FREIGHT FORWARDING IN NIGERIA (CRFFN)
EXPRESSION OF INTEREST (EOI) FOR THE ENGAGEMENT OF CONSULTANTS AND INSURANCE SERVICE PROVIDER

1.0. INTRODUCTION
The Council for the Regulation of Freight Forwarding in Nigeria (CRFFN), was established by CRFFN Act NO 16 of 2007 and charged with the responsibility to regulate and control the Practice of Freight Forwarding activities in Nigeria, and to ensure compliance with global best practice. In line with the provisions of the Public Procurement Act, 2007, the Council hereby invites interested, competent, and reputable consultancy firms and Insurance service provider to submit Expression of Interest (EOI) for the provision of the following consultancy services under its 2025 budget.

LOTS AND DESCRIPTION OF SERVICE

  • CAPACITY BUILDING FOR FREIGHT FORWARDERS
    Lot 1: Capacity Building for Freight Forwarders North-West (Kano State) South- South (Port-Harcourt) and South West (Lagos State)
  • HUMAN CAPITAL DEVELOPMENT FOR REVENUE GENERATION ENHANCEMENT
    Lot 1: Human Capital Development for revenue Generation Enhancement (Lagos, Abuja, Port Harcourt and Kano State)
  • TRANSPORTATION RISK MANAGEMENT
    Lot 1: Engagement of an Insurance Service Provider for the provision of comprehensive Insurance Cover for the Council’s Fleets

2.0. ELIGIBILITY REQUIREMENTS
Interested consultants are required to submit the following documents, which shall be used as criteria for technical evaluation:
1. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including CAC Forms 7 & 2 or CAC 1.1 valid till December, 2025;
2. Evidence of Firm’s Tax Clearance Certificate for the last three (3) years valid still December, 2025;
3. Evidence of Pension Clearance Certificate valid as at the date of submission (in compliance with Section 16(6)(d) of the PPA 2007) valid till December, 2025;
4. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till December, 2025;
5. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till December, 2025;
6. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of the Interim Registration Report (IRR) or valid Certificate Issued by the BPP valid till December, 2025;
7. Company’s Profile, including a list of key professionals, their qualifications (attach CVs), and evidence of registration with relevant professional bodies;
8. Verifiable documentary evidence of at least three (3) similar consultancy services executed in the last five (5) years, including letters of award, job completion certificates, and reference letters;
9. Evidence of financial capability to execute the project, including reference letter from a reputable bank.
10. Audited Accounts of the Firm for the last three (3) years (2022, 2023, 2024);
11. Statement of Account for the Last three (3) years (2022, 2023, 2024);
12. Sworn Affidavit disclosing:
• That the company is not in receivership, insolvent or bankrupt;
• That none of the company’s directors has been convicted in any court for any criminal offence involving fraud or financial impropriety;
• That all documents submitted are true and correct in all particulars;
• That the company is not debarred from participating in public procurement in Nigeria.
Additional Requirements for Transportation Risk Management (Insurance Service Provider)
In addition to the above general requirements, firms applying for Transportation Risk Management must also submit:
• Evidence of Registration with the National Insurance Commission (NAICOM)
• Evidence of Membership of the Nigeria Council of registered Insurance Broker (NCRIB)
• Evidence of valid Professional Indemnity Cover for the firm/company
• Evidence of Financial Reporting Council to ensure compliance with regulatory requirements and
• Proof of relevant experience in providing Insurance cover for Government Agencies or Corporate Organisations

3.0. TENDER ADMINISTRATION FEE:
Interested firms/company are required to pay a non- refundable tender fee of Fifty Thousand Naira (N50,000) per Lot, Evidence of payment must be submitted along with the Proposal.
Payment should be made through REMITA (www.remita.net)

4.0. SUBMISSION OF EOI DOCUMENTS:
Interested firms are to submit one (1) original and two (2) copies of their Expression of Interest documents in a sealed envelope clearly marked:

CAPACITY BUILDING FOR FREIGHT FORWARDERS
• Lot 1: Capacity Building for Freight Forwarders North-West (Kano State) South- South (Port-Harcourt) and South West (Lagos State)

HUMAN CAPITAL DEVELOPMENT FOR REVENUE GENERATION ENHANCEMENT
• Lot 1: Human Capital Development for revenue Generation Enhancement (Lagos, Abuja, Port Harcourt and Kano State).

TRANSPORTATION RISK MANAGEMENT
• Lot 1: Engagement of an Insurance Service Provider for the provision of comprehensive Insurance Cover for the Council’s Fleets

The envelope should be addressed and delivered to:
The Acting Head of Procurement,
Council for the Regulation of Freight Forwarding in Nigeria (CRFFN)
Address: No.1 Joseph Harden CRFFN Headquarters Marina, Lagos

The EOI documents for the LOTS are to be dropped in the Bid Box at the Procurement Unit, 2nd Floor, Council for the Regulation of Freight Forwarding in Nigeria (CRFFN), No. 1 Joseph Harden CRFFN Headquarters Marina, Lagos not later than 12:00 noon, Monday, 10th of December, 2025.

5.0. OPENING OF EOI DOCUMENTS:
The EOI submissions will be opened immediately after the deadline for submission in the presence of representatives of firms, observers, interested member of public and relevant stakeholders at 3rd Floor (NPA Conference Hall) No. 1 Joseph Harden CRFFN Headquarters Marina, Lagos.

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

ZAMFARA STATE CLIMATE CHANGE ADAPTATION AND AGRICULTURAL VALUE CHAIN PROJECT (ZACADEP)-GENERAL PROCUREMENT NOTICE

IsDB
البنك الإسلامي للتنمية
Islamic Development Bank

FEDERAL REPUBLIC OF NIGERIA
ZAMFARA STATE CLIMATE CHANGE ADAPTATION AND AGRICULTURAL VALUE CHAIN PROJECT (ZACADEP)
Financing: ISLAMIC DEVELOPMENT BANK (IsDB)/FEDERAL REPUBLIC OF NIGERIA
Project ID: NGA 1046

GENERAL PROCUREMENT NOTICE

The Government of the Federal Republic of Nigeria (FRN) has applied for financing from the Islamic Development Bank (IDB) equivalent to USD 52.37 million (USD 4.37 million Loan, USD 47.85 million Installment Sale Financing and USD 0.150 million as Grant) the Implementation of Zamfara Climate Change Adaptation and Value Change Project (ZACADEP) in Nigeria; and it intends to apply part of the proceeds to payments for goods, works, related services and consulting services to be procured under this project.

Objectives of the Project
The project’s overall objective is to contribute to poverty reduction and to strengthen the food security of vulnerable populations in Zamfara state through sustainable and climate-resilient crop value chains. Also, the project will enhance agricultural productivity and competitiveness by improving agricultural infrastructure, access to inputs, value addition and market access, delivery of extension services, and capacity strengthening.

The project’s development objectives will be achieved through the implementation of the following components:
• A- Climate Smart crop productivity and production enhancement
• B- Sustainable Land Management for Agricultural Productivity
• C- Women and Youth Empowerment for Climate Smart Agriculture
• D- Village Institutions and Capacity Building
• E- Project Management and Coordination
• F- Financial Audit and
• G- Contingency Emergency Response Component (CERC

Procurement of Goods Works and Services
All procurement under IsDB financed project components will be strictly carried out in accordance with IsDB’s Procurement Policy and Procedures through provisions contained in the IsDB’s (i) Guidelines for the Procurement of Goods, Works and Related Services under IsDB Project Financing including Procurement policy and procedures (April 2019 edition, revised in February 2023) and (ii) Guidelines for the Procurement of Consultants Services under IsDB Project Financing including Procurement policy and procedures (April 2019 edition, revised in February 2023) using the relevant IsDB’s Standard Procurement Documents (including Contract Forms).

Procurement of Goods
The Procurement of Goods such as Acquisition and Distribution of Agricultural input, (of 90,000 bags of Fertilizer (50kg each Bag) and 123,333 kg of Improved Seeds and 20,000 liters of Agrochemicals and Agriculture Machinery & Equipment (power tiller, Tractors, Power tiller, combine harvester and thresher), Starter Pack for Women and Youth Enterprise Groups, and Provision of FSA Office Equipment, Procurement of drip irrigation system) would be through National Competitive Bidding (NCB).

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

NUHU BAMALI POLYTECHNIC ZARIA, ZARIA, KADUNA STATE-GENERAL PROCUREMENT NOTICE (GPN) FOR YEAR 2025 TETFUND ZONAL INTERVENTION PROJECT

NUHU BAMALI POLYTECHNIC ZARIA, ZARIA, KADUNA STATE
GENERAL PROCUREMENT NOTICE (GPN) FOR YEAR 2025 TETFUND ZONAL INTERVENTION PROJECT

1. INTRODUCTION
The Management of Nuhu Bamali Polytechnic Zaria, Kaduna State, hereby issues General Procurement Notice to inform eligible Contractors, Suppliers, Vendors and the General Public that the Polytechnic is to undertake the procurement of Works and Goods under the Years 2025 Tertiary Education Trust Fund (Tetfund) Zonal Intervention project.

2.0 SCOPE OF WORK
Lot 1: Procurement, Installation, Testing and Commissioning of Computers and Solar Powered Systems.

3. Interested and eligible contractors, Suppliers and Vendors are advised to look out for the Specific Procurement Notice for the various Goods mentioned above in the National Dailies and Notice Boards.

4. The advisement is NOT an Invitation to Tender.

5. ELIGIBILITY REQUIREMENTS
Note that the bid document will be evaluated on the responsiveness to the criteria including but not limited to: I. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7.
ii. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31stDecember, 2025;

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

NUHU BAMALI POLYTECHNIC ZARIA, ZARIA, KADUNA STATE-GENERAL PROCUREMENT NOTICE (GPN) FOR YEAR 2025 TETFUND ZONAL INTERVENTION PROJECT

NUHU BAMALI POLYTECHNIC ZARIA, ZARIA, KADUNA STATE
GENERAL PROCUREMENT NOTICE (GPN) FOR YEAR 2025 TETFUND ZONAL INTERVENTION PROJECT

1. INTRODUCTION
The Management of Nuhu Bamali Polytechnic Zaria, Kaduna State, hereby issues General Procurement Notice to inform eligible Contractors, Suppliers, Vendors and the General Public that the Polytechnic is to undertake the procurement of Works and Goods under the Years 2025 Tertiary Education Trust Fund (Tetfund) Zonal Intervention project.

2.0 SCOPE OF WORK
Lot 1: Procurement, Installation, Testing and Commissioning of Computers and Solar Powered Systems.

3. Interested and eligible contractors, Suppliers and Vendors are advised to look out for the Specific Procurement Notice for the various Goods mentioned above in the National Dailies and Notice Boards.

4. The advisement is NOT an Invitation to Tender.

5. ELIGIBILITY REQUIREMENTS
Note that the bid document will be evaluated on the responsiveness to the criteria including but not limited to: I. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7.
ii. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31stDecember, 2025;
iii. Evidence of Pension Clearance Certificate valid till 31st December, 2025;
iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2025
v. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31stDecember, 2025;
vi. 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;
vii. Sworn Affidavit:

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

A MULTINATIONAL TELECOMMUNICATIONS COMPANY-INVITATION TO TENDER FOR DECOMMISSIONED TELECOMMUNICATION BATTERIES

INVITATION TO TENDER FOR DECOMMISSIONED TELECOMMUNICATION BATTERIES A MULTINATIONAL TELECOMMUNICATIONS COMPANY herein referred to as “the Company” is inviting submission of bids for the disposal of decommissioned batteries. Interested bidders should submit their competitive bid offer, name and contact details in a sealed envelope to the...

Read More

ADAMAWA STATE MINISTRY OF WORKS AND ENERGY DEVELOPMENT, YOLA-INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS

ADAMAWA STATE MINISTRY OF WORKS AND ENERGY DEVELOPMENT, YOLA.
ADDRESS: STATE SECRETARIAT COMPLEX YOLA ROAD-JIMETA
YOLA P.M.B 2024

ADVERT TO TENDER

Introduction
The Adamawa state Ministry of Works and Energy Development wishes to inform all eligible and interested contractors, suppliers and the General public that the Ministry is advertising to undertake procurement for the construction of key town ship roads projects within for the Construction of Lot 1: Jada Township Road phase II (4.5km), Lot 2: Construction Hong Township Road phase II (6.05km), Lot 3: Construction of Guyuk Township Roads phase III (2.5km), Lot 4: Construction of Chikila Road (8.4km), Lot 5: Construction of Numan Township Roads phase III (6.0km) as provided by Adamawa State Bureau of Public Procurement in line with section 8 sub-section 1 (i) of the state public procurement Law of 2020.

Scope of the project
Firms/contractors are to submit Technical and Financial bids for the Procurement for the construction of key township roads projects within the state.

Construction of key town ship roads projects within the State which has the following scopes:

1)Clear site and remove top soil to the limit of the width of the road
2)Provision of various sizes of reinforced concrete line drain
3)Provision of various sizes of reinforced concrete box culvert
4)Provision of varying thickness of laterite fill
5)Provision of 150mm laterite sub base material
6)Provision of 150mm laterite base material
7)Make provision of Mc 1 prime coat.
8)Provide 50mm thick, asphalt wearing course
9)Provide access slabs to adjacent property as directed by the engineer

Eligibility:
Please Note; that the bids documents will be evaluated on the responsiveness to the following criteria;
a.Shall be incorporated in Nigeria and have all the legal requirement incorporate in the country – including registration with relevant bodies which include
b.Certificate of Registration with Corporate Affairs Commission.
c.Registration as Contractor/Service provider in Adamawa State with Bureau of Public Procurement.
d.Evidence of VAT Registration and Remittance with TIN
e.Copies of immediate past 3 years Tax clearance certificate (2023,2024 and 2025)
f.Evidence of immediate past 3 years of company’s audited report (2022,2023 and 2024)
g.Evidence of compliance with ITF amendment Act 2011 by inclusion of certificate of compliance from the Industrial Training Fund valid till 31st December, 2025
h.Evidence of compliance with Pension Reform Act 2004 by inclusion of Certificate of compliance from the National Pension Commission valid till 31st December, 2025. Evidence of compliance certificate with Employees Compensation Act (ECA) 2010 (Registration with NSITF) valid till 31st December, 2025
i.Must have capability, to commence work without advance payment to the satisfaction of the client.
j.Bidders shall also submit proposals of work methods and schedule insufficient detail to demonstrate the adequacy of the bidders’ proposals to meet the technical specifications and the completion time.
k.Ownership of quarry and asphalt plants in the state are key requirements or commitment letter from owners of quarry/asphalt plant for supply of gravels/asphalt
l.All submissions in response to this advert should be in English language.
m.Bids must be duly signed.
n.Contractors must be fully mobilized in the State
o.Evidence of similar Jobs carried out
p.A sworn affidavit certifying as follows:
i.That none of the Directors of the company seeking for pre-qualification/ financial has ever been convicted by any court of law or declared bankrupt.
ii.Must attach sworn affidavit authorizing the signatory of the bid to commit the bidder
iii.That none of the officers of the Adamawa State Ministry of Education/ Adamawa State Bureau of Public Procurement is/are former or present Director of the company.
Q.All documents for submission must be transmitted with a 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), contact address and Telephone Number (preferably GSM No.) and E-mail Address.

Collection of Tender Documents
Interested and qualified companies should collect/ liaise with the Procurement Section of the Adamawa State Ministry of works and Energy Development, Yola and obtained registration document on a deposit of a non-refundable fee of N500, 000.00 per bid for the Construction of key Township Roads projects within the State. Payment is to be made to the procurement Section at room 212 Ministry of Works and Energy Development Yola (Monday to Friday).

Submission of completed Documents
Prospective bidders are to upload their completed document of both Technical and Financial bids packaged through: saas.bidding/adsbpp.com not later than 10:00am of the submission dateline.

Must enclose a bid security – minimum of 3% of the quoted price of the project. Addressed to, the permanent secretary, Ministry of Works and Energy Development, Adamawa State Secretariat Complex Lamido Aliyu way, Yola.

Failure to upload at the said time will find himself to be blame as the portal will closed at exact deadline and will not open again.

Opening of Bids
The Financial bids will be opened immediately after the dateline for submission (One weeks from date of advertisement) at 12:00 noon on 8th December, 2025. at the Ministry of Works and Energy Development conference Hall in the presence of bidders or their representatives while the technical bids will be kept un-opened. Please be sure to sign the bid submission register in the Hall during the bids opening.

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

TRUSTFUND PENSIONS LIMITED-EXPRESSION OF INTEREST/ SALE OF REAL ESTATE PROPERTY IN WUSE, ABUJA

EXPRESSION OF INTEREST/ SALE OF REAL ESTATE PROPERTY IN WUSE, ABUJA

1. OUTLINE
The purpose of this process letter is to outline the basis upon which interested parties (“Interested Parties”) may submit an Expression of Interest (“EOI” or “Indicative Offer”) to purchase the property detailed in Section 2 below.

2. DESCRIPTION OF THE PROPERTY
A regulated financial institution offers the underlisted property for outright sale to interested members of the public.

SELLER
A Financial Institution in Nigeria.

PROPERTY ADDRESS
Plot 2413, Cadastral Zone A02
Kashim Ibrahim Way, Wuse I
District, Abuja

TITLE
C of O

LANDSIZE (SQM)
About 10,700Sqm

PROPERTY DETAILS
• Shopping mall with 24 shops, currently undergoing re-modification.
• 2 blocks of 24 shops each and
• A gate house

OFFER
The offer for purchase of the Asset in its entirety will be considered i.e. an outright acquisition of the Asset.

3. ELIGIBILITY TO PARTICIPATE
To participate in the process, an interested party must NOT be one of the persons or entities exempted from purchasing pension assets under Section 89 of the Pension Reform Act, 2014 or any regulation issued by the National Pension Commission (PenCom). In addition, the current National Pension Commission Certificate of Compliance is MANDATORY for a successful bid.

4. MILESTONES
Essential milestones for the process are shown below:

No. Event Date
Phase 1
1 Issuance of process letter to interested parties 2 days upon approval
2 Property inspection (See Section 6) 5-7 days after publication
3 Submission of EOIs along with a payment of a non-refundable deposit of N3.0 million 12 days after publication
4 Selection of preferred bidders to go into Phase 2 of Process 19 days after publication

Phase 2
5 Issuance of process letter to selected Parties in Phase 2 of the process 20 days after publication
6 Additional access to site 20 – 31 days after publication
7 Submission of Final binding offers along with 10% refundable deposit 33 days after publication
8 Selection of Preferred bidder/opening of bids 43 days after publication
9 Return of refundable deposits to unsuccessful bidders with interest 64 days after publication
10 Transaction Close TBC

5. BIDDING PROCESS
Disposal of the property will be by competitive bidding and will be sold to the highest bid after the completion of two phases:
Phase One: Expression of Interest
a) EOIs must be submitted together with a non-refundable sum of N3,000,000.00 (Three Million Naira only) through a Certified Bank Draft made payable to Trustfund/First Pensions Custodian.
b) The completed EOI must include the following sections:
– Information about the bidder
– Indicative offer
– Transaction structure
– Funding arrangements
– Required approvals and conditions (where applicable)
– Conflict of interest declaration
– Relevant additional information
– Evidence of payment of non-refundable amount
c) Only those bidders acknowledging interest in the Asset through the EOI will continue to receive additional correspondence throughout the process.
Phase Two: Binding Offer
a) Binding offers must be made on a standard bidding form which will be shared after the shortlisting of successful bidders from Phase 1.
b) All bidders in the Phase 2 process will be expected to pay a refundable deposit of 10% of the purchase consideration along with their binding offer.
c) All unsuccessful bidders in the Phase 2 process would be refunded their principal and accrued interest at the prevailing FGNT-bill rate within 30 days.

6. PROPERTY INSPECTION
Interested bidders can contact the Seller for guided inspection of the property and further enquiries. The property will be sold on an “as is” basis (in the condition it presently exists). All property inspection requests or enquiries in Phase 1 of the Process must be submitted via email to the details provided below on or before 12pm on TBD:
EMAIL: nsitfproperties@trustfundpensions.com

7. SUBMISSION OF EOIs:
Bids must be addressed and submitted to the details outlined below:
Email: nsitfproperties@trustfundpensions.com
Address: Trustfund Pensions Limited, Labour House, Plot 820/821, Central Business District, FCT, Abuja
Submission deadline: 5:00pm (Nigerian Time) on TBD.

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

ADMIRALTY UNIVERSITY OF NIGERIA IBUSA, DELTA STATE-GENERAL PROCUREMENT NOTICE (GPN) FOR THE YEAR 2025 TETFUND INTERVENTION FOR LIBRARY DEVELOPMENT

ADMIRALTY UNIVERSITY OF NIGERIA
IBUSA, DELTA STATE
GENERAL PROCUREMENT NOTICE (GPN) FOR THE YEAR 2025 TETFUND INTERVENTION FOR LIBRARY DEVELOPMENT

1. INTRODUCTION
The University in keeping with its mandate and in compliance with the provisions of the Public Procurement Act, 2007, intends to implement the University Year 2025 TETFUND Library Intervention Project. The University hereby issue a general procurement notice to interested, competent and reputable contractors with relevant experience and good record of accomplishment for the Execution of the underlisted Project:

2. PROJECT:
LOT.1 – SUPPLY OF ASSORTED LIBRARY BOOKS/E- LIBRARY EQUIPMENT AND FURNITURE.

3. Interested and eligible contractors, suppliers and vendors are advised to lookout for specific Procurement notice (SPN) for various projects and goods mentioned above in the National Dailies and Notice board

4. This advertisement is NOT an invitation to tender

5. ELIGIBILITY REQUIREMENTS
Bids shall be evaluated based on criteria including but not limited to:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁.₁ or CAC₂ and CAC₇;

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