Background Image

NLNG-INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR PROCUREMENT, INSTALLATION & COMMISSIONING OF NEW IA CANTEEN COMPLEX KITCHEN EQUIPMENT

NLNG
INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR PROCUREMENT, INSTALLATION & COMMISSIONING OF NEW IA CANTEEN COMPLEX KITCHEN EQUIPMENT

1.0 INTRODUCTION
NLNG is a leading energy company committed to driving innovation and meeting the evolving energy needs of the future through its world-class production plant on Bonny Island, Rivers State, Nigeria. This facility consists of six (6) natural gas liquefaction trains with a total capacity of twenty-two (22) million tons of Liquefied Natural Gas (LNG) and five (5) million tons of Natural Gas Liquids (NGL) per annum. Operated by a dedicated team of operators, specialists, and service providers who ensure continuous production round the clock, NLNG hereby invites interested companies with the requisite experience detailed below to express their interest to participate in the tendering for the scope below.

2.0 SCOPE OF WORK
• Procurement, Installation & Commissioning of IA Canteen Kitchen Equipment.
• Procure and supply industrial-grade kitchen equipment in accordance with the specifications and kitchen layout provided that meets the operational needs of a high-capacity kitchen.
Key equipment may include (but not limited to):
• Cooking equipment: gas burners, ovens, griddles, steamers, bain-maries, tilting pans, kettles.
• Refrigeration equipment: walk-in coolers/freezers, under-counter refrigerators, display chillers.
• Food prep equipment: dough mixers, vegetable cutters, meat slicers, food processors.
• Storage: stainless steel worktables, wall shelves, dry storage racks, mobile carts.
• Washing equipment: dishwashers, sinks with grease traps, pre-rinse units.
• Extractor/HVAC: hoods, filters, fans with proper fire-rated ducting.
• Serving line equipment: hot/cold service counters, tray slides, beverage dispensers.
• Utility support items: heat lamps, garbage compactors, water heaters.
• Install all supplied equipment in full compliance with the Original Equipment Manufacturers’ (OEM) requirements and recommendations.
• Ensure that all equipment and installations comply with applicable food safety, fire safety, environmental, and occupational health regulations.
• Ensure that all equipment and installations comply with relevant Nigerian and applicable international standards.
• Deliver a fully commissioned kitchen setup that is ready for operational use. Test all installed kitchen equipment for functionality, safety, and compliance with design and regulatory requirements. Demonstrate full system operation under both normal and peak-load conditions to confirm performance and reliability.
• Provide operator training and handover manuals to the client’s kitchen and maintenance teams to ensure effective and safe operation of all installed equipment.
• Deliver on-site practical training for the client’s kitchen staff and maintenance personnel on the use, cleaning, and routine maintenance of all installed equipment.
• Include manufacturer’s warranty documentation and user manuals for all installed equipment.

3.0 MANDATORY REQUIREMENTS
Only companies considered to meet NLNG’s pre-qualification requirements shall receive further correspondence from the Company, including receipt of invitations to tender for the New IA Canteen Complex Kitchen Equipment. To qualify for consideration, interested companies are required to respond to this invitation with the following information/documents for consideration. Failure to submit any of the under-listed documents may lead to disqualification.
a) Letter of confirmation of interest to participate in the expression of interest for Procurement, Installation & Commissioning of New IA Canteen Complex Kitchen Equipment.
b) Certificate of Incorporation and CAC documents (forms CAC2 and CAC7, or recent CAC Status Report).
c) Current/valid Midstream and Downstream Oil & Gas Industry Service Permit (MDOGISP) issued by Nigerian Midstream and Downstream Petroleum Regulatory Authority (NMDPRA) for Procurement and Installation
d) Health Safety & Environment Policy Statement and Health Safety & Environment Management System
e) Quality Assurance/Quality Control (QA/QC) Policy Statement and Quality Assurance/Quality Control (QA/QC) Management System
f) Company Profile showing,
1. Organisational chart (including, size, structure, partnerships, alliances, joint ventures, and any subsidiary or parent companies)
2. OEM agency/technical partnership, if any
3. Curriculum Vitae (CV) of the management team
4. Curriculum Vitae (CV) of key technical personnel available for the work
g) Detailed list of relevant experience in addition to evidence to demonstrate capability and experience in undertaking/completing major Procurement, Installation and Construction works within the last 10 years.
Copies of Work/Purchase Orders or, contract award letters to demonstrate your experience/ competence that show the full scope of work performed must be provided.
For sub-contracted works, evidence of contract award to main contractor by the client and evidence of sub-contract award shall also be provided.
h) Detailed list of owned/leased equipment/machinery including evidence of certifications proposed for the project.
i) Financial audited accounts for the last three (3) years in addition to evidence of capacity to fund the contract if successful.
j) Tax clearance certificates for the last three (3) years
k) Evidence and documentation supporting compliance with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 [See Nigerian Content Compliance section below]

4.0 NIGERIAN CONTENT REQUIREMENTS
The Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 supports, and details expected Nigerian Content deliverables within contracts and projects in the Nigerian Oil and Gas industry. NLNG is committed to the NOGICD Act 2010 and Nigerian Content Development. Interested companies shall comply with the provisions of the NOGICD Act that relate to the scope mentioned above and comply with the minimum Nigerian Content targets for the scope, which are covered in the Schedule of the Act.

Failure to comply with the NOGICD Act or demonstrate commitment to Nigerian content development shall result in disqualification from this process.

Companies responding to this advertisement are required to submit the following in compliance with the NOGICD Act, 2010 for the Expression of Interest:

a. Documentation to demonstrate that the entity is a Nigerian- registered company. Submission of certified true copies of CAC Forms 2A & 7A (or a recent status report) including company Memorandum and Article of Association. All companies shall be Nigerian Indigenous Service Companies having 51% and above Nigerian equity in the shareholding and ownership structure of tenderer’s legally registered entity in Nigeria by the Corporate Affairs Commission (CAC).

b. Evidence of registration on the Nigerian Content Development Monitoring Board (NCDMB) NOGIC Joint Qualification System (JQS).

INDUSTRIAL & MEDICAL GASES NIGERIA PLC-EXPRESSIONS OF INTEREST FOR THE EXECUTION OF CIVIL, STRUCTURAL, MECHANICAL, AND ELECTRICAL WORKS FOR THE PROPOSED AIR SEPARATION UNIT (ASU) PROJECT LOCATED IN SHAGAMU, OGUN STATE.

EXPRESSION OF INTEREST (EOI)
PROPOSED SHAGAMU AIR SEPARATION UNIT (ASU) PROJECT

INDUSTRIAL & MEDICAL GASES NIGERIA PLC invites reputable and experienced contractors to submit Expressions of Interest for the execution of civil, structural, mechanical, and electrical works for the Proposed Air Separation Unit (ASU) Project located in Shagamu, Ogun State.

SCOPE OF WORK
The scope of work shall include, but not be limited to, the following:
1. Construction of Security/Administrative building
– Civil and structural works,
– Mechanical installations, and
– Electrical installations.
2. Construction of an Energy Building(18000mm by 7000mm)
– Low Tension room
– High tension room
– Office space and Storeroom
3. Generator Operations Area(20000mmby 25000mm)
– Reinforced Concrete floor
– Civil and structural works,
– Mechanical installations, and
– Electrical installations.
4. Roads and External Infrastructure Works,
– Construction of the externalaccess road from the expressway to the site entrance
– Construction of the internal access road from the gate house to the ASU plant
– Construction of internal roads within the ASU plant area
– Installation of external lighting systems
5. Construction Of A 60-Ton Weighing Bridge
– Construction of the weighbridge house (civil, structural, mechanical and electrical works)
– Civil works for the weighbridge foundation/base
6. General Site Mechanical and Electrical Works,
– Power distribution,
– Lighting and earthing, and
– Related installations across the project site.

ELIGIBILITY REQUIREMENTS
Interested firms are required to demonstrate:
• Relevant experience in similar industrial or infrastructure projects
• Availability of qualified technical personnel and equipment
• Compliance with statutory and regulatory requirements

All works shall be executed in accordance with the approved drawings, technical specifications, relevant Nigerian codes and standards, and applicable Health, Safety, Security and Environmental (HSSE) requirements.

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

UNDP-REQUEST FOR EXPRESSION OF INTEREST FOR PREQUALIFICATION OF CONSTRUCTION WORKS COMPANIES IN NIGERIA 

UNDP

PREQUALIFICATION OF CONSTRUCTION WORKS COMPANIES IN NIGERIA

REQUEST FOR EOI

REFERENCE:UNDP-NGA-01314

BENEFICIARY COUNTRIES OR TERRITORIES: NIGERIA

REGISTRATION LEVEL: BASIC

PUBLISHED ON:01-DEC-2025

DEADLINE ON:22-DEC-2025 12:00 (GMT -5.00)

Description

UNDP invites interested and eligible suppliers to submit Expressions of Interest (EOIs) in respect of provision of the requirements described below. The purpose of the REOI is to identify suppliers that wish to participate in a forthcoming solicitation process.

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

MTN NIGERIA COMMUNICATIONS PLC-EXPRESSION OF INTEREST FOR AIRTIME AND DATA CREDIT SERVICE PARTNERSHIP

EXPRESSION OF INTEREST (EOI)
AIRTIME AND DATA CREDIT SERVICE PARTNERSHIP

MTN NIGERIA COMMUNICATIONS PLC invites qualified financial service providers, fintech companies, and licensed lending institutions to submit Expressions of Interest (EOI) for partnership in the provision of Airtime and Data Loan Services to MTN customers.

This initiative is aimed at enhancing customer experience and promoting financial inclusion through seamless, secure, and automated access to airtime and data credit.

Scope of Services:
• Finance airtime and data loans for prepaid customers.
• Deploy automated credit scoring and real time decision making systems.
• Enable flexible repayment models with API integration to MTN systems.
• Provide dashboards for loan performance and portfolio analytics.
• Ensure risk management, fraud prevention, and full regulatory compliance.

Eligibility Criteria:
• Demonstrated experience in digital lending or telecom related financial services.
• Capacity to finance high volume microloans.
• Strong technical integration and data security capabilities.
• Must be duly licensed, registered, and in good standing with all relevant regulatory and statutory authorities governing telecommunications, digital financial services, non traditional lending, data privacy, and consumer protection in Nigeria as specified by law.
• Evidence of compliance with all applicable laws, sector regulations, and consumer protection frameworks relevant to airtime and data lending services.

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

NLNG-INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR PROVISION OF PRODUCTION OPERATIONS EXPANSION SUPPORT SERVICES

NLNG
INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR PROVISION OF PRODUCTION OPERATIONS EXPANSION SUPPORT SERVICES

1.0 INTRODUCTION
NLNG production plant, located on Bonny Island, Rivers State, Nigeria, consists of six (6) natural gas liquefaction trains with a total capacity of twenty-two (22) million tons of Liquefied Natural Gas (LNG) and five (5) million tons of Natural Gas Liquids (NGL) per annum. The production plant is operated by a dedicated team of operators, specialists and service providers who ensure continuous production round the clock. NLNG hereby invites interested companies with the requisite experience as detailed below to express their interest to participate in the tendering for this service.

2.0 SCOPE OF WORK
Contract work scope is based on skill type and competences required for each set of activities as follows:
1. Operations Plant Expansion Supervisor: To support the Operations Area Shift Supervisor in the assigned plant area in preparing the permit to work, issuing the permit, and providing permit oversight function for safe work execution.
2. Operations Expansion Principal Operator: To carry out daily field operational activities in the assigned plant area for quality execution. To support the Operations Expansion Supervisor in the assigned plant area in preparing permits to work, issuing permits, and providing permit oversight function for safe work execution.
3. Operations Expansion Operator: To carry out daily field permit preparation /completion activities and provide permit oversight function in assigned plant area for safe work execution

3.0 MANDATORY REQUIREMENTS
To qualify for consideration, interested companies are required to respond to this invitation by submitting the following information/documents for consideration. Failure to submit any of the underlisted documents may lead to disqualification. Only companies considered to meet NLNG’s

S/N  Prequalification Information
1 Respondent’s confirmation of interest to participate in the pre-qualification exercise for the Operations Services.
2 Certificate of Incorporation and CAC documents (forms CO2 and CO7).
3 Tax Clearance Certificate for the last (3) years
4 Three (3) years financial accounts audited by a licensed accountancy firm which shall be a member of a recognised institute of accountancy. Most recent accounts should not have an end of year date more than 18 months before the time of EOI.
5 Current/Valid relevant certificates to operate and to do business in the Nigerian oil and gas industry as issued by the Nigerian Midstream and Downstream Petroleum Regulatory Authority (NMDPRA).
6 Valid Recruiter’s Licence.
7 Health Safety & Environment Policy; HSE statistics over the last 3 years (2022, 2021, 2020)
8 Quality Policy, ISO certification
9 Letter of reference/support from bank or financial institution.
10 A detailed list of relevant experience with evidence to demonstrate capability and experience in undertaking the scope of the provision of operations support and specialist services within the last five (5) years with evidence e.g., contracts, award letters, purchase orders, work completion certificates etc. Kindly indicate names and contact of clients, location, and cost or volume of services provided with evidence.
11 Relevant experience with managing expatriate workforce on a client’s site. Evidence of affiliation with international recruitment agencies.
12 Approved HR policy/manual/ management system
13 Industry relations policy/plan and Community Relations plan/policy
14 Company profile, organisation, size and structure, including any parent, technical partnership, alliance or joint venture of companies to whom they belong, together with CV of the vendor’s management team.
15 Nigerian Content Equipment Certificate (NCEC) for Consultancy Services (CS) for Manpower Supply
16 Evidence and documentation supporting compliance with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 (See Section 3: COMPLIANCE WITH NIGERIAN CONTENT (NOGICD ACT 2010)

Pre-qualification requirements shall receive further correspondence from the Company, including receipt of Invitation for Expression of Interest (EOI) for Provision of Production Operations Expansion Support Services

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

SOLIDARITÉS INTERNATIONAL (SI)-INVITATION TO TENDER FOR PROVISION OF CONSULTANCY SERVICE ON EXTERNAL EVALUATION REPORT

SOLIDARITÉS INTERNATIONAL (SI)
TENDER FOR PROVISION OF CONSULTANCY SERVICE ON EXTERNAL EVALUATION REPORT

ABOUT SOLIDARITES INTERNATIONAL

Solidarités International (SI) is a French non-governmental organization (NGO), independent of any political, economic, ethnic, or religious affiliations. For over 40 years, SI has been providing humanitarian aid to populations affected by armed conflicts and natural disasters, addressing their vital needs for water, food, and shelter, and enhancing their resilience. SI is particularly dedicated to combating water-borne diseases, the leading cause of death worldwide. The organization offers expertise in access to safe drinking water, sanitation, hygiene promotion, and food and livelihood security. SI operates in more than 23 countries, with a team of 2,400 individuals, including expatriates, national staff, permanent headquarters staff, and volunteers.

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

FEDERAL MINISTRY OF INDUSTRY, TRADE AND INVESTMENT , ABUJA-INVITATION FOR PREQUALIFICATION/EXPRESSION OF INTEREST (EoI) FOR WORKS, GOODS AND SERVICES

FEDERAL MINISTRY OF INDUSTRY, TRADE AND INVESTMENT
OLD FEDERAL SECRETARIAT COMPLEX, AREA I, GARKI, ABUJA
INVITATION FOR PREQUALIFICATION/EXPRESSION OF INTEREST (EoI) FOR WORKS, GOODS AND SERVICES

1.0 INTRODUCTION
The Federal Ministry of Industry, Trade and Investment intends to execute some Capital Projects as contained in the 2025 Appropriation Act. In compliance with the Provisions of the Public Procurement Act, 2007, Finance Act 2020 and other Extant Guidelines for the award of contracts in the Federal Public Service, the Ministry wishes to invite experienced, competent Contractors, Suppliers and Service Providers to submit Pre-qualification and Expression of Interest (EoI) documents for the execution of the Ministry’s selected projects as contained in the 2025 Appropriation Act.

2.0 SCOPE OF WORKS/ASSIGNMENTS
Details of the Scope of Works/Specifications and Assignments are contained in the Bid Documents. The projects are grouped into categories A to C. Bidders are therefore, requested to submit Pre-qualification, Technical and Expression of Interest documents in respect of the categories chosen on the basis of the requirements listed in Sections 3.0, 4.0 and 6.0 of this publication. The projects are listed as contained in categories in the table below:

LOT PROJECT TITLE

CATEGORY LOT PROJECT TITLE
CATEGORY ‘A’: WORKS A-1 Office Maintenance/ Rehabilitation
CATEGORY ‘B’: GOODS B-1 Supply of Project/Utility Vehicles
B-2 Provision of Equipment/Machinery for Improvement of Field Operations
B-3 Acquisition of Office Working Tools (Computer Hardware, Accessories, Consumables, Printers etc.)
CATEGORY ‘C’: CONSULTANCY AND OTHER SERVICES C-1 Consultancy Services for Digitization and Innovation Ideas, Archiving of Documents, Statistical Survey/Research/Production of Annual Report, Stakeholders Sensitization/workshop etc.
C-2 Consultancy Services for Clean Energy, Validation of the harmonized NIRP, Ease of Doing Business Implementation/PEBEC Mandate Review
C-3 Consultancy Services for Economic Reform Initiatives for growth, development and expansion, diversification of the Manufacturing and Creative Art Sectors
C-4 Consultant Services for Feasibility Studies and Market Access of proposed Agro-based Processing and Export Free Trade Zones

3.0 ELIGIBILITY REQUIREMENTS

3.1 Interested bidders should submit the following documents:
a) Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable for Consultancy Services;
b) Evidence of filling of Company’s current Annual Returns with CAC;
c) Evidence of Company’s Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2025.
d) 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);
e) 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;
f) Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025;
g) Evidence of Registration on the BPP’s National Database of Federal Contractors, Consultants and Service Providers by submission of a valid Certificate of Registration or Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
h) Detailed Company’s Audited Accounts for the last three (3) years -2022, 2023 & 2024 duly stamped by Federal Inland Revenue Service (FIRS);
i) A Sworn Affidavit:
i. disclosing whether or not any officer of the relevant committees of the Federal Ministry of Industry, Trade and Investment 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;
ii. that the company does not at the time of bidding period have existing loan or financial liability with any bank or other financial institutions or third party that is classified as doubtful, non-performing, bad or whose repayment portion has been outstanding for the last three months.
iii. that no Partner/Director has been convicted in any country for criminal offences related to fraudulent or corrupt practices, or criminal misrepresentation or falsification of facts relating to any matter.
j) Local Content, Safety and Social Responsibility:
(for Categories A, B, C, the following shall be further considered at the financial bid submission stage for projects value greater/equal to N300M). Submit a plan on how to give first consideration to services provided within Nigeria, raw materials and manufactured goods of Nigerian origin in line with the requirements of Nigerian Content;
k) Bidders’ Experience: Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years (2020 to date) including letters of awards and Valuation/Job Completion Certificates and photographs of the projects;
l) Equipment and Equipment/Warehouse: Verifiable evidence (Machinery Registration Particulars/Identification details and location, including Registration Numbers) Proof of Ownership and /or Lease Agreement;

Financial Capacity
k) Reference letter from a reputable Commercial Bank in Nigeria, indicating willingness to fund the project if awarded;
l) Registration with Relevant Professional Regulatory Bodies: Insurance Companies/insurers/underwriter: Operational License issued by valid and adequate reinsurance Treaty arrangement and Certified True Copy of Audited Accounts approved by NAICOM;
m) For Training Programmes: Evidence of firm’s current Registration with Centre for Management Development (CMD);
n) ICT Jobs: Evidence of firm’s current registration/accreditation with Computer Professionals Council of Nigeria (CPN) and National Information Technology Development Agency (NITDA);
o) Cleaning Services: Evidence of firm’s registration with Environmental Health Officers Registration Council of Nigeria (ENHORECON);
p) For Mapping/Satellite Imaging and related services, contractors/service providers must be registered with National Space Research and Development Agency (NASDRA), The Repository of Satellite Images over Nigeria as required by Law ;
q) For Security Services: Evidence of firm’s registration with Nigeria Security and Civil Defence Corps (NSCDC);
r) Electricity jobs: Evidence of current Licence by Nigerian Electricity Management Services Agency (NEMSA);
s) Consultancy Services: Evidence of firm’s registration with relevant regulatory professional body(ies) such as COREN/QSRBN/ARCON/CORBON/SURCON ESVARBON etc.
t) Manpower: Company’s Profile with Curriculum Vitae of Key personnel with including copies of their Academic/Professional Certificates such as COREN, QSRBN, ARCON, SURCON, CORBON, TOPREC, NIESV, CIPSMN etc.;
u) OEMs/Authorized Dealership: For Supply of specialized Equipment: Letter of Authorisation as representative of the Original Equipment Manufacturers (OEMs);
v) For Joint Venture/Partnership: Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (CAC, Tax Clearance Certificate, Pencom Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each partner.

Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), current Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letter head Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm;

Note that indigenous companies have an advantage in these categories.

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

OKITIPUPA OIL PALM PLC-CALL FOR 2026 REGISTRATION PROCEDURES FOR CONTRACTORS:

OKITIPUPA OIL PALM PLC
2026 REGISTRATION PROCEDURES FOR CONTRACTORS:

Below are the guidelines for registration as a contractor/subcontractors with the company for the year 2026

Registration categories are as follows:

CATEGORY A-
Building works – Industrial and Residential standard
Electrical services;
Mechanical services;
Fire services;
Building systems – monitoring and control; and
Facilities management and maintenance.
Diesel Supply
REGISTRATION FEES – =N=150,000.00 {One Hundred and Fifty Thousand Naira Only}

CATEGORY B
Harvest Contractors
Evacuation Contractors
Professional Consultancy Services
Motorbikes, Tractors and Accessories
Audit Services – External
Power Generation
Generator Supply & Generator Maintenance Services
Computers, Telecommunications, Internet and IT Services
Insurance
Insurance Brokerage Services
Health Management Organizations
Pension Managers
Training and Human Capital Development Services
Agricultural Services
Agricultural tools and Equipment
Brand Management and Advertisement & Media Consultancy Services
REGISTRATION FEES – =N=250,000.00 {Two Hundred and Fifty Thousand Naira Only}

CATEGORY C
Engineering Services
Vehicles Supply & Maintenance Services
Motorbikes, Tractors and Accessories
Road and Bridge Construction
Company Secretarial & Legal Services
Product buyers – Oil, Kernel, Ashes, Shells and other by products
Training and Human Capital Development Services
Engineering Services
Land Surveying and Valuations Service
Road and Bridge Construction
Mapping, Drone Services etc.
Security Services
REGISTRATION FEES – =N=350,000.00 {Three Hundred and Fifty Thousand Naira Only}

Note: Residential maintenance contractors are not prequalified.

REGISTRATION PROCESS
Qualified Contractors shall submit an application for registration attaching the company profile and other relevant information including certifications where applicable, permits and the documents listed below:
Business information.
Registration category.
Company profile .
Personnel.
Project experience and performance.
Government project experience if any.
Financial information.
Occupational health and Safety information and
Referees/Guarantors.

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

CLONESHOUSE-EXPRESSION OF INTEREST (EOI) FOR REPUTABLE VENDORS

EXPRESSION OF INTEREST (EOI) FOR REPUTABLE VENDORS
DATE PUBLISHED: 21 AUGUST 2025
REFERENCE NO.: CHN/PROC/2025/1003

CLONESHOUSE is inviting reputable vendors to express interest in being included in our standing vendor database for rapid sourcing. Prequalified vendors will be engaged for Long-Term Agreements (LTAs) in categories such as Hotel & Accommodation, Car Hire / Transport Services, Travel Agency Services, Catering Services, Insurance Services, Event Planning, Training Venues / Conference Facilities, Printing & Publishing Services, Data Collection Devices & Internet Services, Translation & Interpretation Services, Security Services, IT Support & Digital Solutions, Graphic Design / Media / Photography Services, Audit, Accounting & Legal Services, Alternative Energy Supply & Maintenance.

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

TECHNOSERVE-EXPRESSION OF INTEREST: PREQUALIFICATION OF VENDORS FOR SUPPLY OF GOODS & SERVICES FOR THE YEARS 2025-2027

TECHNOSERVE
BUSINESS SOLUTIONS TO POVERTY
EXPRESSION OF INTEREST: PREQUALIFICATION OF VENDORS FOR SUPPLY
OF GOODS & SERVICES FOR THE YEARS 2025-2027

About TechnoServe
TechnoServe is a nonprofit organization dedicated to developing business solutions to combat poverty. Operating in 30 developing countries, we collaborate with businesses, and industries. By connecting people to essential information, capital, and markets, we enable them to create lasting prosperity for their families and communities. Since our founding in 1968, TechnoServe’s efforts have positively impacted millions of lives. We firmly believe in the transformative power of private enterprise to drive sustainable change and uplift communities.

Background and Objectives
TechnoServe is in the process of updating its register for suppliers for Goods and Services. Interested and eligible suppliers are invited to apply. The invitation is applicable to both existing and prospective suppliers. The prospective suppliers/service providers must provide mandatory information for pre-qualification.

The main objective of the prequalification is to update and maintain a register of vendors under relevant categories to TechnoServe Nigeria (across Abuja, Anambra, Adamawa, Kaduna, Delta, Kano, Lagos, Nasarawa, Ogun, Oyo, Ilorin, etc.) as and when required.

S/No. Reference No. Categories Deliverables/SoW
1 TNSNG001 Facility Management Services Provision and Maintenance of Plumbing Services, Provision and Maintenance of Electrical Services, General Office Cleaning & Sanitation Services, Fumigation Services, General Office Maintenance
2 TNSNG002 Supply and Maintenance of Office Furniture, Furnishings, Fixtures and Office Equipment Supply, installation and maintenance of office furniture, fittings and furnishings, office equipment (Air-conditioners, fans, etc.)
3 TNSNG003 Supply of General Office Stationery and Consumables Supply of general office consumables, stationeries, toiletries, beverages, cutleries, fittings and fixtures, etc.
4 TNSNG004 Supply of IT Equipment (Computers, Printers and associated accessories) Supply of IT equipment: Computers, laptops, printers, photocopiers, shredders, mobile phones, mobile tablets, IT accessories, projectors, screens, etc.
5 TNSNG005 Communication Services Provision of Airtime and Data for all Networks
6 TNSNG006 Maintenance of Office Equipment (Photocopiers, Printers, Scanners and likes) Servicing and maintenance of office equipment: printers, photocopiers, scanners, laptops, computers, television, etc.
7 TNSNG007 Provision of Internet Services/Maintenance, Teleconference Equipment/Maintenance Provision of internet services/maintenance, and teleconference equipment/maintenance
8 TNSNG008 Provision of Travel Agency Services Services relating to and covering international and domestic air tickets and reservations, and any other related travel services
9 TNSNG009 General Printing Services General printing services
10 TNSNG010 Provision of Audit/Financials/Tax Consultancy Services Provision of audit/financial/tax consultancy services
11 TNSNG011 Supply of Agricultural Services Items Supply of general agricultural services and goods, rental of tractors, ripping services
12 TNSNG012 Security Outfit/Escort and General Security Services Provision of security outfit/escort and general security services
13 TNSNG013 Provision of Car Hire Services Provision of car hire services
14 TNSNG014 Provision of Motor Vehicle Service parts, Maintenance & Repairs Provision of quality vehicle parts, routine and emergency vehicle repair & maintenance, mechanical & electrical repairs
15 TNSNG015 Supply of PMS, AGO and Diesel Supply and delivery of PMS, AGO and Diesel
16 TNSNG016 Supply and maintenance of Power Generating Sets Supply, delivery, installation and maintenance of power generating sets
17 TNSNG017 Provision of Hotel Services Accommodation Services; Secured and clean rooms with good amenities Conference/Meeting Facilities, Catering Services, Health, Safety & Accessibility
18 TNSNG018 Provision of Courier Services, General Third Party Haulage and Logistics services Courier services, third party haulage and logistics services
19 TNSNG019 Language Translation Services Provision of language translation services as required
20 TNSNG020 Vehicle Monitoring/Tracking Device Systems Provision of vehicle monitoring/tracking device systems, Real-time event alerts Vehicle Theft Recovery Service, Geo-fencing, Reports and technical support

A. PRE-QUALIFICATION CRITERIA
Bidding entities are advised to read this section carefully and be sure that all requested information is included in the submission. Evaluators will neither make assumptions nor draw inferences regarding incomplete information. The submission of incomplete information may result in rejection of proposal.
The pre-qualification criteria will include but limited to the following:

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