Author: tender-admin

  • NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, AREA 11 GARKI, ABUJA-INVITATION TO TENDER/EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS


    NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY
    PLOT 681/682 PORT-HARCOURT CRESCENT, OFF GIMBIYA STREET, AREA 11 GARKI, ABUJA
    INVITATION TO TENDER/EXPRESSION OF INTEREST

    1. INTRODUCTION
    The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency under the Federal Ministry of Health responsible for development and strengthening of Primary Health Care Services nationwide. The Agency in keeping with the Health Agenda for Change of the present administration is accelerating the implementation of Universal Health Coverage (UHC) through Primary Health Care (PHC) Programme. In compliance with the Public Procurement Act, 2007 as regards procurement of Services, NPHCDA invites interested and qualified Firms for the procurement of the following under listed Services in 2025 Appropriation:

    2. PROJECT DESCRIPTION

    S/NProjects / Item DescriptionLot No.
    1Construction of Primary Health Centre in Gwaram Tsohuwa Federal Constituency Jigawa StateNPHCDA/2025/26
    2Provision of Drugs to Primary Health Care Centres in Somolu Federal Constituency, Lagos StateNPHCDA/2025/27
    3Provision of Equipment to Primary Health Care Centres in Somolu Federal Constituency, Lagos StateNPHCDA/2025/28
    4Procurement of Medical Equipment for Primary Healthcare Centre(s) in Niger North Senatorial District of Niger State.NPHCDA/2025/29
    5Expression of Interest for engagement of PHC Financial Management System (PHC-FMS) Optimisation & Scale up Consultant.NPHCDA/2025/30/1
    6Expression of Interest for engagement of NPHCDA Financial Accounting Software Consultant.NPHCDA/2025/30/2
    7Expression of Interest for engagement of Operationalization of NPHCDA Call Centre Consulting Firm.NPHCDA/2025/31

    3. ELIGIBILITY REQUIREMENTS:

    Interested and competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects listed above are required to submit the following documents which will be subjected to verification and due diligence by the Agency:

    A. Mandatory/Responsive Requirements: Failure to fulfil any of the under-listed requirements will render a bid, disqualified:
    (i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7. Business Name with Form BN1 is also acceptable for Consultancy Services
    (ii) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last Three (3) years expiring 31st December 2025; with minimum average annual turnover of N30 million for Works, N20 million for Goods & Services;
    (iii) Company’s Audited Accounts for the last three (3) years – 2022, 2023 & 2024;
    (iv) 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);
    (v) 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);
    (vi) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025;
    (vii) Evidence of Interim Registration Report (IRR) expiring on 31st December, 2025 or valid Certificate issued by Bureau of Public Procurement (BPP);
    (viii) Reference Letter from reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
    (ix) List of Plants/Equipment with Proof of Ownership/Lease for Construction Works;
    (x) Evidence of Firm’s Valid Registration with NITDA as an IT Service Provider; (for Lots NPHCDA/2025/30/1&2);
    (xi) Evidence of Firms Valid licenses issued by the Nigerian Communications Commission (NCC) covering Value Added Services (VAS) – Call Centre Services & Value Added Services (VAS) – Shortcode / Special Numbering Services (for Lot NPHCDA/2025/31);
    (xii) A Sworn Affidavit:
    – that none of the Directors 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; and
    – disclosing whether or not any officer of relevant committees of the National Primary Health Care Development Agency or Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
    (xiii) Detailed Company’s profile with Curriculum Vitae of key Officers/Professional Personnel including photocopies of relevant Professional/Technical Certificates/Qualifications: at least 3 COREN (1 Civil, 1 Mechanical & 1 Electrical), 1 QSRBN, 1 ARCON, 1 CORBON (for Works);
    (xiv) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, Job Completion Certificates and photographs of the projects. Only jobs that are similar in nature (i.e type of goods supplied, nature of the works or services carried out) shall be considered.
    (xv) 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 Number, and e-mail address. The Letter Head Paper must bear the Name and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

    4. COLLECTION OF BID DOCUMENTS (GOODS & WORKS)
    Interested companies are to collect Standard Bidding Documents (SBD) from Procurement Unit of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA upon presentation of receipt of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) per lot, paid into the National Primary Health Care Development Agency’s Remita account in any commercial bank as detailed below.
    – Log on to Remita platform via www.remita.net;
    – Click on payment for Federal Government of Nigeria and State TSA;
    – Click on Federal Government of Nigeria;
    – For the name of MDA, Type National Primary Health Care Development Agency, option will appear, select the one with this number: 052100300100;
    – GIFMIS Code: 1000088212
    – Then under name of services/purpose select Tender Fees;
    – Under description, type what you are paying for;
    – Payee full name should be the Name of Company, not individual’s name.
    Bring the print out together with the copies of the Bank Teller with stamp of the Bank on it to the Central Pay Office (CPO) of the Agency’s Headquarter at Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11 Garki, Abuja to collect receipt which would be used to obtain bid document at Procurement Unit. Firms interested in Lots NPHCDA/2025/30 to NPHCDA/2025/31 will not pay at this stage until after shortlisting.

    5. SUBMISSION OF EXPRESSION OF INTEREST (LOT: NPHCDA/2025/30 TO NPHCDA/2025/31
    Interested consultant shall submit one (1) original copy and one (1) photocopy of their Expression of Interest (EoI) document with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind the envelop and addressed to; The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All EoI Documents should be dropped in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki. Closing date and time of submission EoI is 12:00 noon Monday, 4th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED

    6. SUBMISSION OF BID DOCUMENTS (GOODS & WORKS)
    Prospective companies are to submit bid for each of the Lot desired, the completed Technical and Financial bids, packaged separately in sealed envelopes and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope marked with the Appropriate Project Title and relevant Lot Number, Name of company, address, and valid contact phone number behind. All the envelopes must carry the name and phone number of the contractor for ease of identification. The Technical and Financial bid envelopes are to be sealed in the bigger third envelope and addressed to: The Executive Director/CEO, National Primary Health Care Development Agency, Plot 681/682 Port-Harcourt crescent, off Gimbiya Street, Area11, Abuja. All completed sealed bids should be submitted in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki-Abuja before the closing date for submission, on the OPENING DAY before closing hour of 12.00noon should be made at NPHCDA Headquarters Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja. Closing date and time of submission of documents is 12:00 noon Monday, 18th May, 2026. LATE SUBMISSION WILL BE RETURNED UN-OPENED.

    OPENING TIME TABLE

    S/NLOT NUMBERSSUBMISSION DEADLINEEOI/TECHNICAL BID OPENING
    1NPHCDA/2025/30 TO NPHCDA/2025/31 (Expression of Interest)4th May, 2026 at 12:00noon4th May, 2026 at 12:00noon
    2NPHCDA/2025/26 TO NPHCDA/2025/2918th May, 2026 at 12:00noon18th May, 2026 at 12:00noon

    Note: Bidders should ensure that they properly complete the Tender submission checklist with the Tender Office in the procurement unit.

    7. OPENING OF EOI DOCUMENTS & TECHNICAL BIDS
    The EOI and Technical bids will be opened immediately after the deadline for submission in accordance with the TIME TABLE herein stated above at the NPHCDA Headquarter Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja, while the financial bids will be kept un-opened. Please ensure that you sign the bid submission register at the point of submission as NPHCDA will not be held liable for misplaced or wrongly submitted bids.

    8. IMPORTANT INFORMATION
    a. All submission must be in English language and signed by an official authorised by the bidder;
    b. No company should bid for more than two (2) Lots;
    c. The NPHCDA is not under any obligation to accept the lowest bid;
    d. The documents should be arranged in the order listed at 3 above and clearly separated by dividers;
    e. The standard means of communication between the Procurement Unit and all bidders shall be in writing, all bidders are therefore advised to ensure that functional email & physical address accompany their bids;
    f. Companies with poor record of performance at NPHCDA need not apply;
    g. All CAC, TAX Certificates and PENCOM shall be referred to Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION;
    h. Any bidder who fails to comply with the above stated instructions will automatically be disqualified;
    i. Goods & Works: Only pre-qualified bidders at the technical evaluation will be contacted at a later date for financial bids opening, while financial bids of un-successful bidders will be returned un-opened;
    j. Lots NPHCDA/2025/30 to NPHCDA/2025/31: Only shortlisted consultants will be invited at a later date for collection of Request for Proposals;
    k. This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract to any respondent nor shall it entitle any organisation to claim any indemnity from the Agency;
    l. NPHCDA is not bound to pre-qualify/shortlist any applicant and reserves the right to annul the Procurement process at any time without incurring any liability in accordance with Section 28 of the Public Procurement Act, 2007.

    Signed
    NPHCDA Management

  • SMALL AND MEDIUM ENTERPRISES DEVELOPMENT AGENCY OF NIGERIA (SMEDAN), ABUJA-INVITATION TO TENDER FOR EQUIPMENT PROVISION FOR THE ESTABLISHMENT OF START-UP DIGITAL INNOVATION ACADEMY

    FEDERAL REPUBLIC OF NIGERIA
    SMALL & MEDIUM ENTERPRISES DEVELOPMENT AGENCY OF NIGERIA
    SMALL AND MEDIUM ENTERPRISES DEVELOPMENT AGENCY OF NIGERIA (SMEDAN)
    INVITATION TO TENDER

    1. INTRODUCTION
    The Small and Medium Enterprises Development Agency of Nigeria (SMEDAN) in collaboration with the KOREA International Cooperation Agency (KOICA) earmarked funds for the execution of SPECIAL PROJECTS in 2026. Consequently, SMEDAN is inviting competent Firms/Contractors to submit Technical and Financial Proposals for the following project:

    S/NDESCRIPTION OF GOODSLOT NO.LOCATION
    1EQUIPMENT PROVISION FOR THE ESTABLISHMENT OF START-UP DIGITAL INNOVATION ACADEMY01SMEDAN HEADQUARTERS ABUJA
    02SMEDAN HEADQUARTERS ABUJA

    2. COLLECTION OF TENDER DOCUMENTS
    Interested firms are to collect bid documents from the Secretary, Tenders Board upon presentation of evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000) per lot in favour of SMEDAN by using the Central Bank of Nigeria (CBN) payment gateway platform that can be accessed from the REMITA website at www.remita.net
    a. Click “Pay Federal Government Agency”
    b. Enter “SMEDAN” as the name of MDA and select the service type (Tender Fee)
    c. Enter amount N10,000
    d. Submit to generate a Remita Retrieval Reference (RRR), a unique payment reference for your transaction.
    e. This unique code should be presented at any of this payment Channels:
    1. At any branch of any commercial bank nation wide
    2. With debit/credit cards (MasterCard, Verve, Visa)
    3. Your internet banking site
    4. Digital wallet/Mobile money
    5. Your Remita Profile for registered Remita Users
    f. Select your preferred payment channels to make payment
    If you have any inquiry or complaint, kindly contact our helpdesk via telephone or Email.

    3. SUBMISSION OF TECHNICAL BIDS
    The technical requirements/Company Profile should be packaged in sealed envelopes and clearly marked “Technical Bid”. Soft Copy of the company profile should be included in a Flash Drive. The financial bid should be sealed in a separate envelope and clearly marked “Financial Bid”.
    The two (2) envelopes should be put into a bigger envelope and clearly marked Invitation To Tender.
    The name of the company, programme and Lot number should be boldly written on the reverse side of all the envelopes. (All documents should be in ring binding).
    All documents should be addressed to:
    The Secretary Tenders Board
    Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)
    Plot 900 Chris Chigbo Road, Industrial Layout, Phase II,
    Opp. Berger Yard, Idu, Abuja.
    and should be dropped in a box at the Agency’s Procurement Unit located on the first floor. The closing date for the submission of bids is 12:00 noon on Monday, 4th May 2026 and would be opened immediately following the closing on Monday 4th May 2026 at 12:00 noon.

    4. REQUIREMENTS FOR TECHNICAL BIDS (GOODS)
    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, 2026;
    c. Evidence of Pension Clearance Certificate valid till 31st December, 2026 (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, 2026 (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, 2026;
    f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December, 2026 or valid Certificate issued by BPP.
    g. Sworn Affidavit:
    – disclosing whether or not any officer of the relevant committees of the Small and Medium Enterprises Development Agency of Nigeria 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;
    – 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;
    – that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months;
    h. Company’s Audited Accounts for the last three (3) years – 2023, 2024 & 2025, duly acknowledged by the Nigeria Revenue Service (NRS);
    i. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
    j. Evidence of Original Equipment Manufacturer (OEM)/Representative for the procurement of equipment;
    k. For ICT projects: Evidence of Firm’s current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
    l. 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, QSRBN, ARCON, CORBON etc.;
    m. 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;
    n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);

    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, Mobile Telephone Number, and e-mail address. The Letterhead Paper must bear the Names, Phone Numbers and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

    5. OPENING OF TECHNICAL BIDS
    The technical bids will be opened immediately after the deadline for submission 12:00 noon on Monday, 4th May 2026, in the presence of bidders or their representatives, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register as the SMEDAN will not be held liable for misplaced or wrongly submitted bids.
    The venue for opening is at:
    Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)
    (Training Hall)
    Chris Chigbo Road, Industrial Layout, Phase II
    Opp. Berger Yard, Idu, Abuja.

    ADDITIONAL INFORMATION:
    i. Copy of evidence of payment (SMEDAN RECIEPT) should be included in the Technical submission;
    ii. Bidders or their representatives and other interested organizations/general public are by this notice invited to the opening of Bids.
    iii. Only pre-qualified bidders from Technical Evaluation will be invited at a later date for Financial Bid Opening, while financial bids of unsuccessful bidders will be returned un-opened.
    iv. Late submission will be returned un-opened.
    v. Bidders shall be responsible for all expenses incurred in the preparation of their Bids.
    vi. Failure to satisfactorily fulfill the conditions as requested above will result to the invalidation of such tender.
    vii. SMEDAN reserves the right to verify the authenticity of claim(s) made by any tendering company.
    viii. SMEDAN shall reserve the right to reject any submission based on unverifiable Information.
    ix. Please note that this exercise places no commitment on SMEDAN nor establishes any legal relationship whatsoever.
    x. Bid documents can also be collected in soft copies and bidders can submit through post (courier services).
    xi. The SMEDAN is not bound to shortlist any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with section 28 of the Public Procurement Act 2007.
    xii. The Agency’s website, email address and phone number are as follows:
    E-mail address: info@smedan.gov.ng
    ealidu@smedan.gov.ng
    Website: www.smedan.gov.ng
    Tel: 08037022331

    SIGNED
    MANAGEMENT

  • NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB),YENAGOA BAYELSA STATE-EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

    NIGERIAN CONTENT DEVELOPMENT AND MONITORING BOARD (NCDMB)
    NCDMB CORPORATE HEADQUARTERS: NIGERIAN CONTENT TOWER, OX-BOW LAKE, SWALI, YENAGOA BAYELSA STATE
    EXPRESSION OF INTEREST

    1. INTRODUCTION
    The Nigerian Content Development and Monitoring Board (NCDMB), with headquarters in Yenagoa, Bayelsa State, is mandated by law to supervise, coordinate, administer, monitor, and manage the development of Nigerian Content in the Nigerian Oil and Gas industry. The Board hereby invites interested reputable Companies/Consultants with a good track record of performance and experience to bid for the following projects:

    Expression of Interest (EOI)

    Lot No.DESCRIPTION
    A1/2026Provision of Office 365 E3
    A2/2026Provision of Horticultural Service
    A3/2026Provision for an Administrator to Manage the NCDMB Technology Innovation & Incubation Centre

    Further details of the scope shall be contained in the Request for Proposals (RFP).

    2. CONDITIONS FOR ELIGIBILITY:
    Interested firms should submit the following as a minimum:
    i. Evidence of company registration with the Corporate Affairs Commission (CAC) and supporting documents (Forms CAC2 and CAC7).
    ii. Evidence of Company Income Tax Clearance Certificate for the last three (3) years (2023, 2024, 2025), valid till 31st December 2026.
    iii. Evidence of a current Pension Compliance Certificate valid till 31st December 2026.
    iv. Evidence of current NSITF Compliance Certificate valid till 31st December 2026.
    v. Evidence of current ITF Compliance Certificate valid till 31st December 2026.
    vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2026, or a valid certificate issued by BPP;
    vii. Sworn affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Content Development and Monitoring Board (NCDMB) 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 Audited Accounts for the last three years (2023, 2024, 2025);
    ix. Evidence of financial capacity to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, including a willingness to provide credit facility for the execution of the project where necessary.
    x. Company Profile with list of key technical personnel of the company, the Curriculum Vitae of key staff to be deployed for the project, including copies of their academic qualifications and relevant professional certification.
    xi. Vendor must be Microsoft Cloud Solution Providers CSPs)/Gold Partner (Applicable only for Lot A1/2026)
    xii. 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.
    xiii. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided;
    xiv. All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company 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.

    3. SUBMISSION OF TENDER DOCUMENTS for EOI
    Interested Firms in services are to submit the Expression of Interest (EOI) for each of the lot desired in three (3) hard copies each (One original and two copies) packed in sealed envelopes clearly marked with the consultancy title and the lot number. The reverse of each envelop should bear the name and address of the bidder. The EOI should be addressed as indicated below and submitted not later than Monday 4th May 2026, at 12 noon.
    The Manager,
    General Manager, Procurement Division,
    Nigerian Content Development and Monitoring Board,
    Nigerian Content Tower,
    Ox-Bow Lake, Swali, Yenagoa,
    Bayelsa State, Nigeria.

    The tender documents must be delivered in the tender box located on the 12th Floor, NCDMB Tower Office, Swali Ox-Bow Lake, Yenagoa.

    Kindly note that submission of Financial bid is not applicable at this stage. Hence, only Technical submission is required.

    4. OPENING OF TENDER DOCUMENTS for (EOI)
    All received pre-qualification documents for lots under Category A (EOI’s) will be opened immediately after the deadline of submission on Monday 4th May 2026, at 12 noon at Nigerian Content Tower in the presence of bidders or their representatives. (Prequalified firms will be invited to collect RFPs)
    Please ensure that you sign the Bid Submission Register at the Procurement Division, as NCDMB will not be held liable for misplaced or wrongfully submitted bids

    5. GENERAL INFORMATION
    a) Bids must be in English Language and signed an official authorized by the bidder.
    b) Bids submitted after the deadline for submission would be returned un-opened.
    c) All costs will be borne by the bidder.
    d) Note: that only pre-qualified bidders shall be invited to collect the bid documents.
    e) A company cannot bid for more than two (2) Lots in each category.
    f) The NCDMB is not bound to pre-qualify any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.

    Signed
    General Manager, Procurement Division
    Nigerian Content Development and Monitoring Board (NCDMB)

  • INTERNATIONAL ORGANIZATION FOR MIGRATION(IOM)-REQUEST FOR EXPRESSION OF INTEREST (REOI) FOR OFFICE SPACE AND/OR LAND FOR DEVELOPMENT WITH LAGOS MAINLAND 

    IOM

    REQUEST FOR EXPRESSION OF INTEREST (REOI) FOR OFFICE SPACE AND/OR LAND FOR DEVELOPMENT WITH LAGOS MAINLAND

    REQUEST FOR EOI

    REFERENCE:30000023506

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    PUBLISHED ON:14-APR-2026

    DEADLINE ON:20-APR-2026 23:00 (GMT 1.00)

    Description

    A reputable organization with operations in Lagos, Nigeria mainland, invites Expression of Interest (EOI) from Owners or Lease Holders of properties and or vacant land approved for commercial or institutional purpose for office use.

    FIND THE FULL NOTICE HERE: https://www.ungm.org/Public/Notice/297670

  • TRANSMISSION COMPANY OF NIGERIA-REQUEST FOR BID FOR THE SUPPLY AND INSTALLATION OF SMART METERS TO ELEVEN (11) DISTRIBUTION COMPANIES – PHASE 2 – CORRIGENDUM

    CORRIGENDUM NO. 1
    COUNTRY: NIGERIA
    NAME OF PROJECT: DISTRIBUTION SECTOR RECOVERY PROGRAM (DISREP)
    CONTRACT TITLE: SUPPLY AND INSTALLATION OF SMART METERS TO ELEVEN (11) DISTRIBUTION COMPANIES – PHASE 2
    Credit No: 9206-NG
    RFB REFERENCE NO: DREP-PP4
    REQUEST FOR BID

    This is a Corrigendum to the advertisement with reference number DREP-PP4 for the Supply and Installation of Smart Meters to Eleven (11) Distribution Companies: DREP-PP4 that was published on the UNDB Online of 12th January, 2026.

    The Corrigendum is issued to extend the bids submission and opening deadlines from 25th March 2026 to 30th April, 2026 and also to provide additional information/requirements to the prospective bidders based on the clarifications raised during the pre-bid meeting held on 25th January 2026.

    Section II – Bid Data Sheet

    D.  Submission and Opening of Bids

    For Bid submission purposes

    ITB 22.1 reads, Date: 25th March, 2026

    ITB 22.1 shall now reads, Date: 30th April, 2026

    For Bid opening purposes

    ITB 25.1 reads, Date: 25th March, 2026

    ITB 25.1 shall now reads, Date: 30th April, 2026

    Section III – Evaluation and Qualification Criteria, Technical Part, 1. Qualifications

    (a) Financial Capability for Lot 2

    Financial Capability (Cash flow) reads – Lot 2: Four Million, Five Hundred Thousand US Dollars (US$4,500,000)

    Financial Capability (Cash flow) shall now read – Lot 2: Two Million, Five Hundred Thousand US Dollars (US$2,500,000)

    (b) Specific Experience for Lot 2

    Specific Experience – Lot 2 reads: Nine Million US Dollars (US9,000,000.00)

    Specific Experience – Lot 2 shall now reads: Four Million Eight Hundred Thousand US Dollars (US4,800,000.00)

    Section IV – Price Schedule forms

    Lot 2: Price Schedule forms

    Read

    LOT 2: IKEDC & EEDC

    Shall now read

    LOT 2: EEDC

    Reads

    • Price Schedule (Pages 78 to 192) in the issued bidding document.

    Shall now reads

    • The Price Schedule forms have been updated based on the clarification raised during the pre-bid meeting. Therefore, bidders are expected to submit their bids on the updated price schedules in the amended bidding document sent to all the prospective bidders on 8th April 2026.
    • Other amendments to the issued bidding document are also contained in Addendum No. 1 sent to all the prospective bidders on 8th April 2026.
    • Bidders should kindly adhere to all the additional requirements as contained in response to the clarifications sent to all the prospective bidders on 8th April 2026.

    All other provisions of the bidding document remain the same.

    Further information may be requested from the address below.

    TRANSMISSION COMPANY OF NIGERIA – Project Management Unit (TCN-PMU)

    Attention: Engr. S. B. Fakinlede – Project Manager (WBP)

    Ocean House, Plot 1226 Aminu Kano Crescent,

    Wuse 2, Abuja 900288, NIGERIA

    Tel: +234 9116161601 or +234 9116161602

    E-mail: tcnwbpmu.procurement@tcn.org.ng, tcnwbpmu.procurement@gmail.com, bodunfakinl@gmail.com

    Website: www.tcnpmu.ng

  • FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION AND DIGITAL ECONOMY-REQUEST FOR EXPRESSIONS OF INTEREST FOR QUALITY ASSURANCE FOR THE NATIONAL DIGITAL ECONOMY RESEARCH CLUSTERS

    FEDERAL REPUBLIC OF NIGERIA
    REQUEST FOR
    EXPRESSIONS OF INTEREST FOR QUALITY ASSURANCE FOR THE NATIONAL DIGITAL ECONOMY RESEARCH CLUSTERS
    NIGERIA
    BUILDING RESILIENT DIGITAL INFRASTRUCTURE FOR GROWTH – BRIDGE
    PROJECT NUMBER: _ P508383
    ASSIGNMENT TITLE: QUALITY ASSURANCE FOR UNIVERSITY-LED NATIONAL DIGITAL ECONOMY RESEARCH CLUSTERS
    REFERENCE NO. (AS PER PROCUREMENT PLAN): NG-FMCIDE-542751-CS-QCBS

    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 the engagement of an independent Quality Assurance firm (“QA Firm” or “Consultant”) to manage coordination, quality assurance, fiduciary oversight, monitoring and evaluation, and knowledge management of the University Led National Digital Economy Research Clusters, in accordance with the World Bank procurement and technical assistance standards.

    BACKGROUND AND CONTEXT

    Nigeria is investing significantly in digital infrastructure, connectivity, and digital public platforms as part of its broader economic transformation agenda. While access has expanded, evidence indicates that access alone does not guarantee meaningful, safe, or productive use of the internet, particularly for unserved and underserved communities. Addressing demand side constraints (skills, trust, relevance, affordability, and institutional readiness) requires robust, locally grounded analytical evidence.

    To this end, the Federal Ministry of Communications, Innovation and Digital Economy (“FMCIDE”), in collaboration with the Federal Ministry of Education, is establishing the National Digital Economy Research Clusters Programme (the “Programme”). As part of the Programme, Nigerian universities and accredited research institutions will serve as research providers, organized into thematic research clusters.  Given the scale, multi-partner nature, and fiduciary requirements of the Programme, FMCIDE seeks to engage an independent QA Firm.

    OBJECTIVES AND SCOPE OF THE CONSULTANCY

    The objective of QA Firm is to provide overall management, coordination, quality assurance, fiduciary oversight, monitoring and evaluation, and consolidated reporting for the Programme ensuring timely delivery, technical quality, fiduciary compliance, learning, and policy relevance of outputs, in line with World Bank Technical Assistance standards (the “Services”).

    All reports shall be submitted in English, in editable and PDF formats.

    The detailed Terms of Reference (TOR) for the assignment can be found at the following link: b.link/TOR:QualityAssuranceforNDERC

    The Federal Ministry of Communications, Innovation and Digital Economy now invites eligible consulting firms to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

    The shortlisting criteria for the Consultant are set out below:

    1. Have at least 7 years’ experience managing or coordinating multi-institutional technical assistance or research programmes.
    2. Demonstrate experience working with government, universities, and research institutions on policy-oriented programmes.
    3. Have proven capacity in programme management, quality assurance, fiduciary oversight, and consolidated reporting.
    4. Demonstrate strong monitoring, evaluation, and learning capability.
    5. Experience working on digital economy, ICT, or innovation related programmes shall be considered an added advantage.

    Key Experts will not be evaluated at the shortlisting stage.

    The attention of interested Consultants is drawn to Section III, paragraphs, 3.13, 3.15, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” February 2025 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.  A Consultant will be selected in accordance with the Consultants Quality and Cost-based Selection method set out in the Procurement Regulations.

    Further information can be obtained at the address below during office hours from 9:00 am to 3:00 pm (local time). Expressions of interest must be delivered in written form to the email address as follows: projectbridge@fmcide.gov.ng or in person, to the address below, by 22nd April 2026.

    All Expressions of Interest must be clearly marked ‘Expression of Interest – Nigeria’s Project Bridge – Quality Assurance For the National Digital Economy Research Clusters – [Company Name]’.

    Project Implementation Unit – Bridge

    6th Floor, Galaxy Backbone Building

    1243 Kur Mohammed Ave, Central Business District

    900103, Abuja,

    FCT Nigeria.

  • FEDERAL MINISTRY OF COMMUNICATIONS, INNOVATION AND DIGITAL ECONOMY-REQUEST FOR EXPRESSIONS OF INTEREST FOR TERMS OF REFERENCE FOR THE UNIVERSITY LED NATIONAL DIGITAL ECONOMY RESEARCH CLUSTERS A- F PROGRAMME FOR PROJECT BRIDGE

    FEDERAL REPUBLIC OF NIGERIA
    REQUEST FOR
    EXPRESSIONS OF INTEREST FOR TERMS OF REFERENCE FOR
    THE UNIVERSITY LED NATIONAL DIGITAL ECONOMY RESEARCH CLUSTERS A- F PROGRAMME FOR PROJECT BRIDGE
    NIGERIA
    BUILDING RESILIENT DIGITAL INFRASTRUCTURE FOR GROWTH – BRIDGE
    PROJECT NUMBER: _ P508383

    Assignment TitleReference No. (as per Procurement Plan)
    Cluster A – Connectivity, Access, and Meaningful Use Cluster of the National Digital Economy University Led Research Programme NG-FMCIDE-544871-CS-QCBS
    Cluster B- Digital Public Infrastructure and Digital Government Cluster of the National Digital Economy University Led Research ProgrammeNG-FMCIDE-544875-CS-QCBS
    Cluster C – Digital Skills, Education, and Human Capital Cluster of the National Digital Economy University Led Research ProgrammeNG-FMCIDE-544876-CS-QCBS
    Cluster D – Digital Economy, Jobs, and Livelihoods Cluster of the National Digital Economy University Led Research ProgrammeNG-FMCIDE-544879-CS-QCBS
    Cluster E – Trust, Safety, Consumer Protection, and Online Harms Cluster of the National Digital Economy University Led Research ProgrammeNG-FMCIDE-544880-CS-QCBS
    Cluster F – Artificial Intelligence and Emerging Technologies Cluster of the National Digital Economy University Led Research ProgrammeNG-FMCIDE-544881-CS-QCBS

    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’ (“Project BRIDGE”), a Project aimed at deploying a 90,000km Fibre Optic Network. The Government intends to apply part of the proceeds from Project BRIDGE to fund the National Digital Economy Research Clusters Programme (the “Programme”), through which the Government will engage qualified university-led research clusters to undertake high-quality, policy-relevant research across key thematic areas of the digital economy (the “Services”).

    BACKGROUND AND OBJECTIVE

    Nigeria is investing significantly in digital infrastructure, connectivity, and digital public platforms as part of its national economic transformation agenda. Despite progress in access, substantial gaps remain in meaningful, safe, and productive use of the internet, particularly among unserved and underserved populations including rural communities, women, youth, informal workers, persons with disabilities, and micro and small enterprises.

    The Programme aims to address these gaps by generating rigorous, policy relevant research delivered by university-led research consortia. It seeks not only to produce applied research outputs, but also to strengthen long-term national research capacity and develop a pipeline of advanced digital economy researchers.  To ensure coherence and strategic alignment with national digital economy priorities, the Programme is organised into six (6) thematic research clusters (the “Research Clusters”). Nigerian universities and accredited research institutions will serve as research providers for each cluster. Strategic oversight of the Programme will be provided by a Technical Assistance Steering Committee co-chaired with the Federal Ministry of Education.

    SCOPE OF THE PROGRAMME

    The objective of these consultancy assignments are to strengthen the Government of Nigeria’s capacity to design, implement, and evaluate inclusive digital economy policies through high quality, policy relevant research delivered by university led Research Clusters.

    THEMATIC RESEARCH CLUSTERS

    Eligible institutions are invited to submit Expressions of Interest for one or more of the following six thematic research clusters. Each submission must clearly indicate the specific cluster for which it is made and demonstrate substantive alignment with that cluster’s thematic scope. However, an institution may only be shortlisted in a maximum of three (3) clusters in the capacity of the lead consultant or a Joint Venture member, provided that they have relevant qualifications and experience. This does not limit the capacity of an institution to participate and then be shortlisted in multiple clusters as subconsultant.

    ClusterThematic FocusIndicative BudgetTerms of Reference
    Cluster AConnectivity, Access, and Meaningful UseUSD 1.5 millionhttps://b.link/TRC-CAM
    Cluster BDigital Public Infrastructure and Digital GovernmentUSD 1.5 millionhttps://b.link/TRC-DPIDG
    Cluster CDigital Skills, Literacy and InclusionUSD 1.5 millionhttps://b.link/TRC-DSLI
    Cluster DDigital Economy, Jobs and LivelihoodsUSD 1.5 millionhttps://b.link/TRC-DEJL
    Cluster ETrust, Safety, Consumer Protection, and Online HarmsUSD 1.5 millionhttps://b.link/TRC-TSCPOH
    Cluster FArtificial Intelligence and Emerging TechnologiesUSD 1.5 millionhttps://b.link/AIET

    Note: The Terms of Reference for each cluster, accessible via the links above, set out the detailed scope of work, required deliverables, and specific qualification criteria for that cluster. Interested institutions are strongly encouraged to read the relevant ToR in full before preparing their Expression of Interest.

    The Client reserves the right to refine, consolidate, or expand thematic clusters based on Programme needs and the quality of proposals received.

    The Federal Ministry of Communications, Innovation and Digital Economy now invites eligible universities and research institutions to indicate their interest in providing the Services. Interested institutions should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria for the Research Clusters are set out below:

    General Eligibility Criteria:

    The attention of interested Consultants is drawn to Section III, paragraphs 3.15, 3.16, 3.17, 3.20, 3.21,  3.22, and 3.23 of the World Bank’s “Procurement Regulations for IPF Borrowers” February 2025 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest, Unfair Competitive Advantage and Eligibility.  All applicant institutions (including Joint Venture members and subconsultants) must satisfy those provisions of the World Bank’s Procurement Regulations.

    Supporting documentation on eligibility status will be submitted together with the Expression of Interest and if being shortlisted, with the Technical Proposal.

    Specific Qualifications and Experience:

    • The Research Cluster consultant shall be led by a Nigerian university or accredited research institution, who is eligible according to the World Bank’s Procurement Regulations.
    • Each Research Cluster consultant shall comprise a minimum of four (4) institutions and a maximum of six (6) institutions in total, in the form of joint venture partners and/or sub-consultants, and assign a lead institution among the members.
    • The inclusion of one (1) to two (2) international institutions as members of the Research Cluster is encouraged and will be considered an advantage.
    • Each participating institution as main consultant or JV members shall demonstrate a minimum of three (3) years’ experience in conducting research on broadband infrastructure, digital inclusion, and internet access, including policy or applied research on connectivity gaps, affordability, and meaningful use in underserved or rural communities.
    • Each Research Cluster consultant must have a sufficient pool of doctoral and post-doctoral level researchers to deliver the proposed research outputs throughout the duration of the Programme. This shall include a minimum participation of at least fifteen (15) Post-Doctoral Researchers and fifteen (15) PhD candidates in the research activities of the cluster.

    Qualifications of individual Key Experts will not be evaluated at the shortlisting stage.

    Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. A Consultant will be selected in accordance with the Quality and Cost-Based Selection method set out in the Procurement Regulations.  Further information can be obtained at the address below during office hours from 9:00 am to 3:00 pm (local time).

    All Expressions of Interest must be clearly marked ‘Expression of Interest – Nigeria’s Project Bridge – National Digital Economy Research Clusters Programme – [Institution Name] – Cluster Number sign(s)’, and must be delivered in written form to the email address Projectbridge@fmcide.gov.ng or in person, to the address below, by 23.59pm on 27th April 2026.

    Project Implementation Unit – Bridge

    Attn: Jumoke Akande

    Project Coordinator

    6th Floor, Galaxy Backbone Building

    1243 Kur Mohammed Ave, Central Business District

    900103, Abuja,

    FCT Nigeria.

    Tel: 09017989463

  • INTERNATIONAL ORGANIZATION FOR MIGRATION(IOM)-REQUEST FOR QUOTATION FOR A TRAINER/CONSULTANT TO TRAIN (300) PERSON ON BRIQUETT 

    INTERNATIONAL ORGANIZATION FOR MIGRATION(IOM)

    REQUEST FOR QUOTATION FOR A TRAINER/CONSULTANT TO TRAIN (300) PERSON ON BRIQUETT

    REQUEST FOR QUOTATION

    REFERENCE:30000022487

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    REGISTRATION LEVEL:BASIC

    PUBLISHED ON:14-APR-2026

    DEADLINE ON:21-APR-2026 12:03 0.00

    Description

    Request for quotation for a Trainer/Consultant to train (303) participants on Briquettes making for 7 days Orientation and capacity building on briquette production using Manul briquette machines (the theory aspect should not exceed a day, and the practical aspect should be achieved

    FIND THE FULL NOTICE HERE: https://www.ungm.org/Public/Notice/297743

  • UNICEF-REQUEST FOR PROPOSAL FOR SOLARIZATION OF STATE COLD STORE

    UNICEF

    SOLARIZATION OF STATE COLD STORE

    REQUEST FOR PROPOSAL

    REFERENCE:LRFP-9203454

    BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

    PUBLISHED ON:15-APR-2026

    DEADLINE ON:06-MAY-2026 12:30 (GMT 1.00)

    Description

    UNICEF has now issued a Request for Proposals in order to select a supplier for the provision of Solarization of State Cold Store. This tender will be run through the UNICEF e-submissions system.

    FIND THE FULL NOTICE HERE:https://www.ungm.org/Public/Notice/297804

  • ABIA STATE INTEGRATED INFRASTRUCTURE DEVELOPMENT PROJECT (ABSIIDP)-REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTANCY SERVICE AS CLIMATE CHANGE EXPERT FOR THE ABIA STATE INTEGRATED INFRASTRUCTURE DEVELOPMENT PROJECT (ABSIIDP)

    FEDERAL REPUBLIC OF NIGERIA
    ABIA STATE MINISTRY OF WORKS

    INDIVIDUAL CONSULTANCY SERVICE AS CLIMATE CHANGE EXPERT FOR THE ABIA STATE INTEGRATED INFRASTRUCTURE DEVELOPMENT PROJECT (ABSIIDP)

    REF NO: ABSIIDP/CS/ICS/2026/01
    REQUEST FOR EXPRESSIONS OF INTEREST

    COUNTRY – STATE: NIGERIA – ABIA STATE
    NAME OF PROJECT: ABIA STATE INTEGRATED INFRASTRUCTURE DEVELOPMENT PROJECT (ABSIIDP)
    FINANCING LOAN AGREEMENT: 200300000601
    CREDIT/PROJECT ID: P-NG-K00-011
    ISSUANCE DATE: 15th April, 2026

    A. BACKGROUND AND OBJECTIVE
    The Federal Government of Nigeria (FGN) has received a loan from the African Development Bank (AfDB) towards the cost for the Abia State Integrated Infrastructure Development Project (ABSIIDP) and it intends to apply part of the proceeds for the engagement of an Individual Climate Change Expert for the Abia State Integrated Infrastructure Development Project (ABSIIDP).

    ABSIIDP’s objective is to contribute to socio-economic development, poverty reduction through improved road transport infrastructure to reduce road maintenance costs, vehicle operating cost and travel time.

    Given Abia State’s high exposure to climate risks, including flooding, gully erosion, extreme rainfall, and heat stress, the Project has been classified as Environmental and Social Category 1 under AfDB safeguards and Climate Safeguard Category 1, requiring robust climate risk management throughout the project lifecycle. The PIU therefore intends to engage an Individual Climate Change Consultant with strong experience in AfDB-financed projects, climate resilience, and coordination of specialized consulting assignments.
    The specific objectives of the assignment include:
    (i) To provide strategic oversight, coordination, and technical leadership for all climate change-related aspects of ABSIIDP;
    (ii) To ensure climate resilience is fully integrated into project planning, design, construction, and operation;
    (iii)To ensure project activities comply with AfDB and IsDB climate and environmental safeguard requirements;
    (iv) To coordinate, supervise, and review deliverables of climate-related consulting firms and specialists;
    (v) To design, set up and implement the Abia State Climate Change Adaptation Youth Corps; and
    (vi)To support institutional capacity strengthening within the PIU and relevant MDAs on climate-resilient infrastructure planning and implementation.
    The Abia State Ministry of Works now invites eligible individual consultants to indicate their interest in providing the above Services. Interested consultants must provide the following information indicating that they are qualified to perform the services:
    1. Detailed Curriculum Vitae (CV) indicating qualifications, relevant experience, and professional references;
    2. Copies of academic and professional certificates;
    3. Description of similar assignments undertaken, with evidence of engagement (letters of award, contract agreements, or reference letters);
    4. Demonstrated experience in climate change mainstreaming, AfDB-financed projects, and coordination of climate-related consulting assignments;
    5. Evidence of regional work experience in climate change, green growth, or related fields (within Nigeria and/or Sub-Saharan Africa).

    B. REQUIRED QUALIFICATIONS AND EXPERIENCE
    6. At least a Master’s degree in Environmental Studies, Environmental Economics, Sustainable Resource Management, Climate Change, Development Studies, Environmental Engineering, Urban Planning, Civil Engineering, or any other related discipline;
    7. A minimum of ten (10) years of relevant professional experience in climate change, green growth, climate or green finance, multilateral development bank projects, or related fields;
    8. Experience in mainstreaming climate change adaptation and mitigation measures into development interventions in Nigeria;
    9. Proven track record on policy dialogue and cross-institutional collaboration, including with government and non-government partners;
    10. Excellent technical and analytical skills with an established track record in operational and policy work on climate change and climate finance matters.

    Eligibility criteria and the selection procedure shall be based on Individual Consultant Selection (ICS) method in accordance with the African Development Bank’s Procurement Policy Framework, October 2015, which is available on the Bank’s website at https://www.afdb.org/en/projects-and-operations/procurement/new-procurement-policy/ Further information can be obtained at the address below during office hours [0900 to 1700 hours]. Interested parties may request the terms of reference for a better understanding of the assignment. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 29th. April, 2026

    Project Implementation Unit (PIU)
    Abia State Integrated Infrastructure Development Project (ABSIIDP)
    3B Okpara Avenue,
    Umuahia, Abia State,
    Attention: Engr. Dr. Ndudim Ononiwu
    Email: absiidp@gmail.com cc; ifeanyiparagon2000@yahoo.co.uk