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.
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)
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 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:
Have at least 7 years’ experience managing or coordinating multi-institutional technical assistance or research programmes.
Demonstrate experience working with government, universities, and research institutions on policy-oriented programmes.
Have proven capacity in programme management, quality assurance, fiduciary oversight, and consolidated reporting.
Demonstrate strong monitoring, evaluation, and learning capability.
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]’.
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 Title
Reference 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 Programme
NG-FMCIDE-544875-CS-QCBS
Cluster C – Digital Skills, Education, and Human Capital Cluster of the National Digital Economy University Led Research Programme
NG-FMCIDE-544876-CS-QCBS
Cluster D – Digital Economy, Jobs, and Livelihoods Cluster of the National Digital Economy University Led Research Programme
NG-FMCIDE-544879-CS-QCBS
Cluster E – Trust, Safety, Consumer Protection, and Online Harms Cluster of the National Digital Economy University Led Research Programme
NG-FMCIDE-544880-CS-QCBS
Cluster F – Artificial Intelligence and Emerging Technologies Cluster of the National Digital Economy University Led Research Programme
NG-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.
Cluster
Thematic Focus
Indicative Budget
Terms of Reference
Cluster A
Connectivity, Access, and Meaningful Use
USD 1.5 million
https://b.link/TRC-CAM
Cluster B
Digital Public Infrastructure and Digital Government
USD 1.5 million
https://b.link/TRC-DPIDG
Cluster C
Digital Skills, Literacy and Inclusion
USD 1.5 million
https://b.link/TRC-DSLI
Cluster D
Digital Economy, Jobs and Livelihoods
USD 1.5 million
https://b.link/TRC-DEJL
Cluster E
Trust, Safety, Consumer Protection, and Online Harms
USD 1.5 million
https://b.link/TRC-TSCPOH
Cluster F
Artificial Intelligence and Emerging Technologies
USD 1.5 million
https://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.
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
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.
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
EKITI STATE UNIVERSAL BASIC EDUCATION BOARD SUBEB BUILDING, STATE SECRETARIAT COMPLEX, PMB 5321, ADO-EKITI, EKITI STATE
INVITATION TO TENDER
1.0 INTRODUCTION Ekiti State Universal Basic Education Board (EKSUBEB) has been approved by the Universal Basic Education Commission (UBEC) to commence the implementation of UBEC/SUBEB 2025 projects under the Universal Basic Education Intervention Fund Programme. In view of this, the Ekiti State Universal Basic Education Board hereby invites experienced and reputable contractors to tender for the various construction and renovation works, as well as the procurement of the underlisted items under the first to fourth (1st-4th) quarters of the 2025 UBEC/SUBEB Intervention projects in Public Primary and Junior Secondary Schools.
2.0 SCOPE OF WORK 2.1 CONSTRUCTION WORKS LOT 1 – Construction of a block of three (3) classrooms with an office LOT 2 – Construction of a block of three (3) classrooms LOT 3 – Construction of a block of two (2) classrooms LOT 4 – Construction of a perimeter fence with a gatehouse
2.2 WATER SUPPLY AND SANITATION LOT 5 – Construction of a Water System Toilet with a 1500-liter PVC overhead Tank LOT 6 – Drilling of motorised borehole with 1500-liter PVC overhead tank
2.3 RENOVATION WORKS LOT 7 – Renovation of a block of six (6) classrooms with stores LOT 8 – Completion of a block of six (6) classrooms with an office LOT 9 – Renovation of a block of four (4) classrooms with office and stores LOT 10 – Renovation of a block of three (3) classrooms with an office LOT 11 – Renovation of a block of three (3) classrooms LOT 12 – Renovation of a block of two (2) classrooms with stores LOT 13 – Renovation of a block of two (2) classrooms LOT 14 – Completion of a block of two (2) classrooms (crèche)
2.4 PROCUREMENT OF FURNITURE ITEMS LOT 15 – Procurement of HDF Teachers’ Tables with padded metal-framed armrest chairs. LOT 16 – Procurement of Altak pupils’ desks and plastic stacking chairs. LOT 17 – Procurement of Altak monobloc children’s plastic table with four chairs. LOT 18 – Procurement of double seater classroom desk and bench (integrated with backrest), top surface with laminated plywood HDF (high density fiberboard) framed with mild steel (MS) square pipe coated black, fixed together
3.0 REQUIREMENTS FOR TENDER Interested contractors must submit with their tenders the following documents: 3.1 Evidence of Certificate of Incorporation with Corporate Affairs Commission (CAC), including Forms CAC 02 and 07; 3.2 Evidence of Certificate of Registration with Ekiti State Bureau of Public Procurement expiring Thursday, 31st December, 2026; visit https://portal.bpp.ekitistate.gov.ng for requirements and online registration; 3.3 Evidence of Certificate of Registration with Ekiti State Local Content; 3.4 Evidence of the Tax Clearance Certificate for (3) years (2023, 2024, and 2025); 3.5 Evidence of payment of three-year development levies for 2023, 2024, and 2025; 3.6 Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2026; 3.7 Evidence of current Nigeria Social Insurance Trust Fund (NSITF) compliance certificate valid till 31st December, 2026; 3.8 Evidence of registration with Ekiti SUBEB; 3.9 Evidence of current Pension Compliance Certificate valid till 31st December, 2026; 3.10 Evidence of Registration of Business Premises in Ekiti State for the year 2026; 3.11 VAT registration certificate; 3.12 Company’s Audited Accounts for three years (2023, 2024, and 2025); 3.13 Evidence of financial capability to execute the project, including a reference letter from a reputable commercial bank, and willingness to provide credit facilities for the execution of the project when needed; 3.14 Evidence of relevant previous work/project satisfactorily executed, and this includes: Award letters and completion certificates as evidence of executing the projects, as well as a list of similar jobs handled in the past in terms of scope, size, cost, structure, and complexity; 3.15 Company profile with the Curriculum Vitae of key staff to be deployed for the project, including copies of the Academic/Professional Qualifications (ARCON, QSRBN, CORBON, COREN, etc.); 3.16 All documents for submission must be transmitted with a Covering/Forwarding letter under the company/firm letterhead paper. Each would-be bidder is expected to pay a non-refundable tender fee of N20,000 for each lot.
4.0 Tender documents and additional information can be obtained from the Office of the Director, Procurement Department. Interested contractors may submit tenders for more than one lot separately and should note that failure to include any of the requirements above renders the application invalid.
5.0 All valid tender documents should be neatly packaged and submitted in a sealed envelope marked “TENDER FOR THE 2025 UBEC/SUBEB INTERVENTION PROJECTS” and addressed to:
The Secretary Tenders’ Board Ekiti SUBEB Ado-Ekiti
6.0 Submission of tenders is valid for four (4) weeks from the date of publication. Late submission of tender documents will not be accepted, as the bid opening ceremony will take place immediately after the close of bidding by noon on Tuesday, 26th May, 2026, at the Ekiti State Universal Basic Education Board (SUBEB) premises, in the presence of all bidders in attendance.
7.0 GENERAL INFORMATION 7.1 Bids must be in the English language and signed off by an official authorized by the bidder. 7.2 Women-owned and Women-led Businesses are advised to apply as part of EKSG’s commitment to create a diverse and inclusive portfolio of vendors 7.3 Prospective bidders are invited to note that, in line with the affirmative policy of the Government of Ekiti State, qualified Women – owned and Women – led vendors shall be strongly considered 7.4 All costs will be borne by the bidders. 7.5 Ekiti State Universal Basic Education Board (EKSUBEB) is not bound to invite any bidder and reserves the right to annul the procurement process at any time without incurring any liabilities in accordance with applicable sections of the Public Procurement Act of 2007 and/ or Ekiti State Public Procurement (Re-enactment) Law No. 4 of 2020.
Note: Contracts originally awarded are not transferable. Note: Further to this, contractors with a history of abandoned projects need not apply.
Signed: Mr. Michael Omolayo Permanent Secretary, Ekiti SUBEB
ADDENDUM RE:-REQUEST FOR EXPRESSIONS OF INTEREST (REOI) ENGAGEMENT OF CONSULTANT TO CONDUCT INFRASTRUCTURE NEEDS ASSESSMENT PHASE II OF SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES (SAPZ) PROGRAM KANO STATES (CONSULTING FIRM) COUNTRY: FEDERAL REPUBLIC OF NIGERIA NAME OF PROJECT: SPECIAL AGRO-INDUSTRIAL PROCESSING ZONES PROGRAM REF. NO.: NGA-2000003342-0539-CS-CQS
The Management wishes to draw the attention of CONSULTANTS, interested persons and the general public to its earlier advertisements published in DAILY TRUST and BLUEPRINT NEWSPAPERS, of Tuesday 13th April, 2026 That the dates of submission and clarification were written in error. The correct dates for clarification is 16th April, 2026. Management response is by 22nd April, 2026 and all Submissions should not be later than 7th May, 2026. All other requirements earlier scheduled remain the same. We regret any inconvenience this may cause you, please.
FEDERAL REPUBLIC OF NIGERIA GOVERNMENT OF KWARA STATE MINISTRY OF ENVIRONMENT KWARA STATE AGRO CLIMATIC RESILIENCE IN SEMI-ARID LANDSCAPES PROJECT (NG-ACRESAL) PROJECT ID: P175237 PROCUREMENT OF SWAMP BUGGY AND LOWBED TRUCK IFB No. (NG-KWARA STATE ACRESAL-537697-GO-RFB)
SPECIFIC PROCUREMENT NOTICE REQUEST FOR BIDS GOODS (WITHOUT PRE-QUALIFICATION) EMPLOYER: KWARA STATE MINISTRY OF ENVIRONMENT PROJECT: NIGERIA AGRO CLIMATIC RESILIENCE IN SEMI-ARID LANDSCAPES CONTRACT TITLE: PROCUREMENT OF SWAMP BUGGY AND LOWBED TRUCK COUNTRY: NIGERIA CREDIT NO.: IDA-70150 RFB NO: NG/KW/ACRESAL/537697/GO/RFB ISSUANCE DATE: 15TH APRIL, 2026
1. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association towards the cost of Kwara State Agro-Climatic Resilience in Semi-Arid Landscapes Project (ACRESAL), and it intends to apply part of the proceeds of this credit to payments under the Contract for the PROCUREMENT OF SWAMP BUGGY AND LOWBED TRUCK by the Kwara State Agro-Climatic Resilience in Semi-Arid Landscapes Project (ACRESAL) FY26.
2. The Kwara State Agro Climatic Resilience in Semi-Arid Landscapes Project (KW/ACRESAL) now invites sealed bids from
Item No.
Description of item
Bid Security
Delivery Period
Location(s)
1
Swamp Buggy
N40,000,000
90
2
Low bed Truck
90
3. Bidding will be conducted through the National Competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” procurement in investment project financing revised August 2018 (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations.
Further information may be obtained from: The State Project Management Unit (SPMU) (Kwara ACReSAL) Attention: Aregbe Shamsideen Olatunbosun (Project Coordinator), Email: kwara_acresal@gmail.com, Telephone: +234-8034772661 The bidding documents will be available for inspection during office hours (0900 to 1700) hours at the address given below.
4. Qualifications requirements includes: (i) Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years (ii) Provide evidence of firm corporate registration in Nigeria or overseas. (iii) Audited Financial Statements for the last 5 years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital (iv) Have minimum of Three (3) similar supplies of or related equipment with at least a value of N200,000,000 (Two Hundred Million Naria) only for each that has been satisfactorily or substantially completed as prime supplier between 1st, January 2018 and the submission deadline. The qualifying contracts must be in above listed equipment or related to the assignment. (v) Minimum average annual turnover in the last 3 years of N500,000,000 (Five Hundred Million Naira) only (vi) Have liquidity and /or evidence of access to or availability of confirmed positive credit facilities of no less than: N750,000,000 (Seven Hundred and Fifty Million Naira) only
5. The Bidding document, in English Language, may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a non-refundable fee of One Hundred and Fifty Thousand Naira (N150,000.00). The payment will be made to: Kwara State – Nigeria Agro -Climatic Resilience in Semi-Arid Landscapes Project Account: Account Name: Kwara ACReSAL Account Number: 0019217031 Bank: Jaiz Bank.
6. Bids must be delivered to the address below on or before 12.00 noon on 14th May, 2026. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below.
7. All Bids must be accompanied by a Bid Security of N40,000,000.00 (Forty Million Naira Only) from a reputable commercial Bank
8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
9. The address referred to above is:
Signed Project Coordinator Aregbe Shamsideen Olatunbosun Address: No 2 Taofeeq Close, Off Umaru Audi Road Fata Ilorin, Kwara State Nigeria The State Project Coordinator Kwara State Agro Climatic Resilience in Semi-Arid Landscapes Project (ACReSAL) Premises,