Background Image

ENUGU STATE (FGN/IFAD ASSISTED) VALUE CHAIN DEVELOPMENT PROGRAMME (VCDP-AF)-PRE-QUALIFICATION NOTICE FOR PROCUREMENT ACTIVITIES IN THE COURSE OF PROGRAMME IMPLEMENTATION

ENUGU STATE (FGN/IFAD ASSISTED) VALUE CHAIN DEVELOPMENT PROGRAMME (VCDP-AF)
PRE-QUALIFICATION NOTICE

1.0 INTRODUCTION
Since 2015, the International Fund for Agricultural Development (IFAD) and the Federal Government of Nigeria (FGN) have been implementing the Value Chain Development Programme (VCDP) to “enhance incomes and food security” of poor rural households (HHs) engaged in the rice and cassava value chains (VCs). Starting with the six states (Anambra, Benue, Ebonyi, Niger, Ogun, and Taraba), the Programme (VCDP) was expanded to cover three additional states (Enugu, Kogi, and Nasarawa) from 2019 through IFAD Additional Financing I and II. The Programme strategically targeted 135,000 direct beneficiaries (121,000 producers and 14,000 processors & traders), including youths, women and people with disabilities (PwD). The Programme Development Objective (PDO) is “to enhance on a sustainable basis income and food security of poor rural households engaged in the production, processing and marketing of rice and cassava in the nine (9) States. In Enugu State, Five (5) Local Government Areas (Aninri, Enugu East, Isi-Uzo, Nkanu East and Udenu) are presently participating in the programme.
The programme is being implemented under the following components: (a) Agricultural Market Development, which includes Support to value addition and market linkages, Support to market infrastructure.: (b)Small Holders Production Enhancement, which includes (Support to farmers organization and Support to small holders’ production) and (c) Programme Management and Coordination.

2.0 PURPOSE OF NOTICE
Enugu State Programme Management Unit (SPMU) will undertake various procurement activities in the course of programme implementation and would require the services of reputable companies and qualified professionals to support programme implementation. This notice is seeking the submission of relevant documents both statutory and activity-specific for the purpose of updating its database. Eligible Service Providers, Contractors, individual consultants and consulting firms are invited to express interest in working for the Programme.

3.0 PROCUREMENT CATEGORIES REQUIRED
• Consultancy Service and Non-Consultancy Services
• Works
• Procurement of Goods

3.1 CONSULTANCY AND NON-CONSULTANCY SERVICES
1) Agricultural Production Services
2) Market Enterprise and Development Advisory Services
3) Agro Processing and Quality Enhancement Services
4) Market/ Value Chain Infrastructure Services
5) The Monitoring & Evaluation / Management Information System Services
6) Procurement Advisory Services
7) Financial Management Services
8) Knowledge Management and Communication Services
9) Rural Institution, Youth and Gender Advisory Services
10) Nutrition Advisory Services
11) Environment and Climate Change Advisory Services
12) Rural Finance Advisory Services
13) General services

3.2 Works
1. Civil works
2. Water Projects
3. Agro-Processing and Market buildings

3.3 PROCUREMENT OF GOODS
1. General supplies of Agro-input and Equipment
2. Office Equipment, Stationeries and Consumables

4.0 GENERAL PREQUALIFICATION REQUIREMENTS
4.1 Statutory prequalification requirements:
I. Evidence of Registration with Corporate Affairs Commission (CAC), including the Annual Returns Report
II. Evidence of Tax Clearance for the last three years (2023, 2024 and 2025)
III. Audited Accounts for the past three years (2023, 2024 and 2025)
IV. National Pension Commission – Pension Clearance Certificate
V. Industrial Training Fund (ITF) Certificate of Compliance
VI. National Social Insurance Trust Fund (NSITF) Clearance Certificate
VII. Bureau of Public Procurement -Registration

4.2 Other Requirements
i. Evidence of at least three (3) jobs successfully executed within the proposed category in the last 5 years with certificate of job completion.
ii. For engineering and other professional services, key staff must submit relevant professional membership certificates.

5.0 SPECIFIC REQUIREMENTS
5.1 Agricultural Production Services
• Company technical profile with documentary evidence showing the firm’s competence in agronomy, soil science, and extension services.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
A first degree in Agriculture/field crop production/Agronomy (or related fields). Holder of an advanced degree in relevant fields will be an added advantage.
(I) Must have demonstrated ten (10) years minimum work experience in field crop production/agribusiness/value chain development.
(ii) Should have sound knowledge of the agricultural extension service delivery system
(iii) Should have proven track record in communication/training skills, and have the competence to interact with farmers and other locals in their rural environments;

5.1.2 Market Enterprise and Development Advisory Services
• Company technical profile with documentary evidence showing the firm’s competence in market enterprise and development and farm-gate to contract deliveries.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
(i) First degree in Agriculture Economics, Economics or Business Administration, or Marketing holders of an advanced degree in relevant field will be an added advantage.
(II) Up to Ten (10) years’ experience in the field of agribusiness marketing with the private or public sector.

5.1.1 Agro Processing and Quality Enhancement Services
• Company technical profile with documentary evidence showing the firm’s competence in agro-engineering, agro-processing and agricultural product handling.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
(I) A minimum of Bachelor’s Degree or Higher National Diploma in Agricultural/Food Engineering or Food Science and Technology. Advanced degrees will be an added advantage.

5.1.2 Market/ Value Chain Infrastructure Services
• Company technical profile with documentary evidence showing the firm’s competence in engineering construction services with a minimum of 5 years of experience.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
(I) A minimum of first degree in civil, highway, irrigation, water, structural, agricultural engineering, land surveying, building, quantity surveying, and architecture with registration with the relevant professional body.

5.1.3 Monitoring & Evaluation / Management Information System Services
• Company technical profile with documentary evidence showing the firm’s competence in design and implementation of successful M&E systems, and must have up to 10 years’ experience in M&E and Project management specific to Agriculture, marketing and policies.
• Also, the company must have experience in Agriculture and rural development projects, especially in participatory impact assessment projects.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
(I) Master’s or higher-level University degree in Agricultural Economics, Economics, Statistics, or other relevant field.
(II) Proficient in the use of databases and spreadsheets, statistical and other software packages for both quantitative and qualitative analysis, and demonstrated skills in quantitative and qualitative analysis and data management.

5.1.4 Farmer Organization Strengthening
• Company technical profile with documentary evidence showing the firm’s competence in developing farmer organization structures for stainable good governance and leadership.
• Evidence in coordinating farmer organizations in the value chains of production, processing and marketing.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
(I) First degree in Agriculture Economics, Economics, or Business Administration, or Marketing. Holders of an advanced degree in relevant field will be an added advantage.
(III) Up to five (5) years’ experience in the field of Agriculture, Agribusiness, and Rural development.

5.1.5 Private Sector Extension Services Providers
• Company technical profile with documentary evidence showing the firm’s competence in coordinating farmer organizations in the value chains of production, processing, and marketing.
• Have evidence of conducting demonstration plots and establishing successful Farmer Field and Business Schools (FFBS) in the last three years.
• Must provide evidence of production technologies disseminated and yields realized among farmers in the last three years.
• Have evidence of participation in trainings/ workshops in agricultural extension and related courses in the last three years.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below:
(I) A Chief Executive with a minimum of a master’s degree in agricultural extension with not less than 10 years post qualification experience.
(II) An agronomist with a minimum of Master’s degree in agronomy with minmum 10 years post qualification experience.
(III) A post-harvest technologist with a minimum of B.Sc. in agricultural engineering or post-harvest technology.
(IV) Enumerators with BSc degrees in agricultural economics.
(V) Extension agents with B.Sc or HND with 10 years post qualification experience in working with rural farmers.
(VI) The core service team must have degrees in agricultural extension and rural sociology or related fields.

5.1.6 SERVICE PROVIDERS FOR MAINSTREAMING NUTRITION INTO VCDP
• Company technical profile with documentary evidence showing the firm’s competence in working with children, pregnant women and lactating mothers.
• Evidence of understanding the dietary intake of rural dwellers and areas of intervention.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below:
(I) The Lead consultant must have a minimum of Masters in Nutrition, Agriculture or related field (This also applies to interested Individual Consultants).
(II) The core service team must have degrees in agricultural extension and rural sociology or related fields.

5.1.7 Procurement Advisory Services
• Company technical profile with documentary evidence showing the firm’s competence in the provision of procurement advisory services, in the public and private sectors, in the last 10 years.
• Evidence of good understanding of procurement requirements of donor agencies. Previous work with IFAD-funded projects will be added advantage.
• Detailed Curriculum Vitae of key staff with requisite qualifications as indicated below. Also, the following applies to interested Individual Consultants:
(I) First degree in Engineering, Business Administration, Sciences, Humanities, Law, or Marketing (or equivalent) and be computer literate. Holder of an advanced degree in relevant field will be an added advantage.

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

HEALTH AND DEVELOPMENT SUPPORT PROGRAMME, JOS, PLATEAU STATE-REQUEST FOR PRE-QUALIFICATION OF VENDORS

HEALTH AND DEVELOPMENT SUPPORT PROGRAMME
HEAD OFFICE: NO.5 NAOMI JUGU DRIVE, RAYFIELD, JOS, PLATEAU STATE, NIGERIA.
Phone: Front Desk: 09168607855; Security/Safeguarding: 09168639588
Email: procurement@handsnigeria.org, info@handsnigeria.org
P.O. BOX 8426 ANGLO JOS
REQUEST FOR PRE-QUALIFICATION OF VENDORS

JANUARY 15, 2026

HANDS is a national NGO that is committed to bringing relief to persons affected by neglected tropical diseases and disabilities across Nigeria by applying the best health-based practices and services. We also render eye care, reproductive health, clubfoot treatment, humanitarian services, and management services. The head office is in Jos, Plateau State. At this time, HANDS is seeking the services of competent vendors for pre-qualification. Interested vendors are called upon to declare their interest by requesting the pre-qualification document either directly from the head office or via mail.

Services from required vendors will include;
1. Production and printing services
2. Radio jingle production and airing
3. Supply of pharmaceutical and medical consumables
4. Supply of hospital equipment
5. Provision of catering services
6. Supply of office equipment, computers, and office stationery
7. Vehicle repair services and spare parts supply
8. Hall hire, hotel/accommodation, and restaurant services
9. Supply of spare parts and tool boxes for borehole services and platforming
10. Car hire services
11. Telecommunication services

Interested vendors should note the following:
1. Request for pre-qualification form either directly at the head office or via mail at procurement@handsnigeria.org

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

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

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

1. ABOUT FRAD FOUNDATION

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

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

2. PURPOSE OF THE CALL FOR EXPRESSION OF INTEREST

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

MSHEL CONSTRUCTION LIMITED, ABUJA-REQUEST FOR INFORMATION(RFI) FROM VENDORS FOR PROJECT EXECUTION

MSHEL CONSTRUCTION LIMITED
REQUEST FOR INFORMATION (RFI)

RFI NO. MCP/0001
DATE: 07/01/2026
DATE NEEDED: ON OR BEFORE: 14/01/2026

Mshel Construction Limited is a reputable construction company established in 2017, known for delivering high-quality engineering and construction solutions across Nigeria, especially in Abuja — invites qualified and experienced vendors to submit their company profiles for the following scopes of work:

SCOPE OF WORK REQUIRED:

  1. Tiling
  2. Screeding and painting
  3. Borehole drilling
  4. Aluminium windows
  5. Handrails
  6. Welding works
  7. Roof covering

ABOUT MSHEL CONSTRUCTION LIMITED:
Mshel Construction specializes in building construction, civil and structural engineering, interior fit-out/finishing, renovation and remodeling, land surveying and site preparation, estate development, mechanical/electrical/plumbing (MEP) engineering, and comprehensive project management services. The company emphasizes quality, innovation, sustainability, and timely delivery in all projects.

SUBMISSION REQUIREMENTS: ATTACHMENT REQUIRED

1. Company’s profile (not more than two (2) pages

2. Evidence of past job done (pictures, award letters etc)

3. CAC certificate

4. MEMART (to include form CA2 and form CA7)

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

GOVERNMENT OF ENUGU STATE OF NIGERIA-INVITATION FOR CONSOLIDATED PRE-QUALIFICATION FOR THE YEAR 2026

GOVERNMENT OF ENUGU STATE OF NIGERIA
PROCUREMENT NOTICE
INVITATION FOR CONSOLIDATED PRE-QUALIFICATION FOR THE YEAR 2026

The Government of Enugu State is committed to the provision of adequate physical and socio-economic infrastructure and essential services for sustainable and equitable development across the State. In furtherance of this commitment, the State Government intends to undertake various projects and services during the 2026 fiscal year and hereby invites Expressions of Interest (EOI) from competent and qualified Contractors, Consultants, and Service Providers for pre-qualification.

SCOPE OF WORKS AND SERVICES
1. ENGINEERING WORKS
* Roads
* Buildings
* Electrical Works
* Streetlight Installation and Maintenance
* Mechanical Works
* Water Supply and Related Infrastructure

2. CONSULTANCY SERVICES
Engineering Consultancy (Roads, Buildings, Electrical, Streetlights, Mechanical, Water, etc.)
* Health Services
* Accounting and Financial Services
* Management and Advisory Services
* Agro-Veterinary Services

3. PROCUREMENT SERVICES

ELIGIBILITY AND SELECTION CRITERIA
Interested organizations must possess proven experience, technical competence, and financial capacity in the relevant field and shall submit the documents outlined below.

1. ENGINEERING WORKS
(A) Administrative, Legal and Financial Requirements
Applicants shall provide:
i. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Forms CAC 2 and CAC 7.
ii. Evidence of registration as a Contractor (Category D) with the Enugu State Ministry of Works and Infrastructure.
iii. Company Tax Clearance Certificates for the last three (3) financial years (2023, 2024, and 2025).
iv. Audited Accounts for the last three (3) financial years (2023, 2024, and 2025), duly certified by ICAN or ANAN (for Limited Liability Companies).
v. Evidence of VAT registration and remittance.
vi. Evidence of Industrial Training Fund (ITF) compliance.
vii. Summary of the company’s bank account statement for the year 2025.
viii. Written authority allowing verification of the company’s financial standing by its bankers.
ix. Bank reference from a reputable commercial bank.
x. Evidence of payment of a non-refundable pre-qualification fee as follows:
N200,000.00 for Road Construction
N100,000.00 for Buildings, Electrical, Streetlight, Mechanical, and Water Works
Payment Details
Bank: Any Commercial Bank
Account Name: Enugu State IGR-TSA
Purpose: Tender Fee – Ministry of Works and Infrastructure
Depositor: Name of Company

Evidence of payment must be presented to the Finance and Accounts Department of the Ministry for issuance of an official State receipt, a copy of which must accompany the submission.

(B) Technical Requirements
i. Company profile.
ii. List of key technical personnel with functional contact details.
iii. Curriculum Vitae, evidence of academic qualifications, relevant professional registrations (COREN; CORBON, ARCON, etc.), and valid current practising licences issued by the appropriate professional bodies for all key technical personnel.
iv. Evidence of relevant and verifiable similar projects supported by signed completion certificates.
v. List of plants and equipment with evidence of ownership or lease, where applicable.

2. CONSULTANCY SERVICES
(A) Administrative, Legal and Financial Requirements
i. Certificate of Incorporation with CAC (including CAC 2 and CAC 7) for Limited Liability Companies.
ii. Business Registration with CAC for Sole Proprietorships or Partnerships.
iii. Evidence of registration as a Consultant (Category D) with the Enugu State Ministry of Works and Infrastructure.
iv. Tax Clearance Certificates for the last three (3) financial years (2023, 2024, and 2025) or Personal Income Tax receipts for proprietors/partners.
v. Audited Accounts for the last three (3) financial years (2023, 2024, and 2025), where applicable.
vi. Evidence of VAT registration and remittance or Tax Identification Number (TIN).
vii. Summary of bank statement for the year 2025.
viii. Authority to verify financial capability from the organization’s bankers.
ix. Bank reference from a reputable commercial bank.
x. Evidence of payment of N100,000.00 non-refundable pre-qualification fee.
Payment procedures are as stated under Engineering Works.

(B) Technical Requirements
i. Organization profile.
ii. Evidence of registration with relevant professional bodies (COREN, ARCON, QSRBN, CORBON, SURCON, ICAN, ANAN, NIM, etc.) and valid current practising licences for the year 2025, where applicable.
iii. List of key professional personnel with contact details.
iv. Curriculum Vitae, evidence of academic qualifications, relevant professional registrations, and valid current practising licences issued by the appropriate professional bodies for all key professional personnel.
v. Evidence of relevant and verifiable consultancy experience supported by letters of award.
vi. Evidence of implementation tools and resources.

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

NASARAWA STATE BUREAU FOR RURAL DEVELOPMENT-REQUEST FOR PRE-QUALIFICATION OF CONTRACTORS FOR WORKS, GOODS AND CONSULTANCY SERVICES IN NASARAWA STATE 2026 APPROVED BUDGET

NASARAWA STATE GOVERNMENT
NASARAWA STATE BUREAU FOR RURAL DEVELOPMENT

ADJACENT VIO OFFICE, MAKURDI ROAD, LAFIA

REQUEST FOR PRE-QUALIFICATION OF CONTRACTORS FOR WORKS, GOODS AND CONSULTANCY SERVICES IN NASARAWA STATE 2026 APPROVED BUDGET

The Nasarawa State Government through the Nasarawa State Bureau for Rural Development (NSBRD) is desirous of utilizing its State 2026 approved budget for the procurement of physical infrastructures and essential goods and services to improve the socioeconomic well-being of the people of Nasarawa State.

Consequent upon the above, and in compliance with the provisions of the Nasarawa State Bureau of Public Procurement (NSBPP) Law 2020, the NSBRD hereby requests competent Civil Engineering Construction Companies with track records of performance and professional experience to be pre-qualified for execution of Civil Works, Supply of Plants/Equipment/Materials, and Consultancy Services under the 2026 Fiscal year, for the following procurement categories:

1. GOODS (PLANTS, EQUIPMENT & MATERIALS)
i. Supply of heavy-duty machinery (Graders, Excavators, Rollers, etc.);
ii. Supply of road construction materials;
iii. Any other required plants, equipment or materials.

2. WORKS
i. Construction and rehabilitation of rural access roads;
ii. Bridges, culverts and drainage works;
iii. Earthworks and site preparation;
iv. Other related civil engineering works.

3. CONSULTANCY SERVICES
i. Engineering design and technical supervision;
ii. Feasibility studies and project planning;
iii. Surveying, Mapping and Geo-technical investigations;
iv. Environmental Impact Assessment (EIA);
v. Project Management and Supervision;
vi. Any other relevant Professional Consultancy Services.

4. THE PRE-QUALIFICATION CRITERIA
Interested applicants must submit the following statutory documents:
a) Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC);
b) Detailed Company Profile and Organizational Structure including names and Telephone numbers of Key Experts and Personnel (Technical/Managerial);
c) Provision of detailed list of Equipment;
d) Audited Accounts for the last three (3) years;
e) Evidence of Current TAX Clearance Certificate and VAT Registration with TIN Number and VAT remittances for the last three (3) Years;
f) Evidence of financial capability with reference letter from applicant’s Banker;
g) Evidence of experience and Competency as Civil Engineering Construction Company with capacity of having carried out at least three (3) recent similar projects with verifiable award letters of contract and interim/completion certificates;
h) Evidence of ownership or lease of relevant equipment (for civil works)
i) Registration with relevant professional bodies (for civil works and consultancy services);
j) Evidence of Compliance certificate and proof of registration from relevant Authorities i.e. ITF, NSITF, PENCOM, EFCC (SCUML) and the Nasarawa State Bureau of Public Procurement (NSBPP);
k) Compliance with Environmental, Social, Health and Safety Management Plan (ESH SMP) for Civil Works and major construction works.
l) Any other relevant supporting documents that may be required in the Standard Bidding Documents.

5. SUBMISSION OF DOCUMENTS
All applications should be:
i. Professionally packaged in sealed envelopes, clearly marked with the appropriate category thus:
ii. Pre-Qualification for Civil Works Contracts;
iii. Pre-Qualification for Supply of Goods (Plants, Equipment & Materials) Contracts, and
iv. Pre-Qualification for Consultancy Services Contracts, and be Addressed to: The Director General, Bureau for Rural Development, Adjacent VIO Office, Makurdi Road, Lafia, Nasarawa State.

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

MÉDECINS DU MONDE (MDM)-CALL FOR PREQUALIFICATION OF SUPPLIERS

 Download PDF

MÉDECINS DU MONDE (MDM)
CALL FOR PREQUALIFICATION OF SUPPLIERS

Médecins du Monde (MdM) is an international solidarity association whose mission is to care for the most vulnerable populations in situations of crisis and exclusion throughout the world. Médecins du Monde Nigeria is located at House C6, Plot 740, Friday Oduma street, Mabushi, FCT Abuja. In the context of its Humanitarian projects, MDM is putting several activities in place which aim to assist the population in Maiduguri, Damboa, and Katsina.

With the aim of establishing a mission-wide supplier database, MdM Nigeria is launching a CALL FOR PREQUALIFICATION OF SUPPLIERS for all its areas of operation. An online questionnaire and a list of expected services, supplies and works are available to collect data for all suppliers

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

IRC NIGERIA-INVITATION TO BID FOR MASTER PURCHASE/MASTER SERVICE AGREEMENT (FRAMEWORK) FOR SUPPLY OF GOODS AND SERVICES TO ZAMFARA AND KATSINA STATE

IRC NIGERIA
REF 1: IRC/2NIG/QUSI/MPA/MSA/11/2025: MASTER PURCHASE/MASTER SERVICE AGREEMENT (FRAMEWORK) FOR SUPPLY OF GOODS AND SERVICES TO ZAMFARA STATE
REF 2: IRC/2NIG/KAT/MPA/MSA/11/2025: MASTER PURCHASE/MASTER SERVICE AGREEMENT (FRAMEWORK) FOR SUPPLY OF GOODS AND SERVICES TO KATSINA STATE
INVITATION TO BID

The International Rescue Committee (IRC) responds to the world’s worst humanitarian crises, helping people to survive, recover, and rebuild their lives. Founded in 1933 at the request of Albert Einstein, the IRC delivers lifesaving care and transformative assistance to individuals forced to flee war, disaster, or persecution. Operating in over 40 countries and 22 U.S. cities, the IRC restores safety, dignity, and hope to millions of people. The IRC began operations in Nigeria in 2012, initially responding to severe flooding in Kogi State. As humanitarian needs escalated in the Northeast, IRC expanded to Borno, Adamawa, and Yobe States, later growing into the Northwest, including Zamfara, Katsina, and most recently Sokoto and Plateau States. Across these regions, the IRC implements integrated, multi-sectoral programs focused on health, nutrition, WASH, education, protection, economic recovery, and emergency response, serving both IDPs and host communities. With a head office in Abuja and field presence in some of Nigeria’s most crisis-affected areas, the IRC is committed to empowering vulnerable communities, restoring dignity, and strengthening resilience. Our mission is to help people regain control of their lives in the face of conflict, disaster, and displacement. We do this through strategic partnerships, community engagement, and data-driven approaches that inform sustainable programming and systemic change.
The request for proposal (RFP) is intent to secure competitive proposals to select suppliers or vendors for the International Rescue committee Abuja Office to supply Goods and Services.

All eligible Suppliers and Vendors that qualify and are technically competent for the supply of the goods and services in the price list schedule as per various following categories provided are invited to submit their proposals. The various categories are highlighted below.

CATEGORY REFERENCE CATEGORY
Category A HOTEL ACCOMMODATION AND CATERING SERVICE
Category B HYGIENE ITEMS
Category C HOUSEHOLD ITEMS
Category D CONSUMABLES
Category E VEHICLE RENTAL
Category F CATERING SERVICES
Category G SUPPLEMENTARY NUTRITION ASSISTANT VIA CVA
Category H NFI & MENSTRUAL HYGIENE MANAGEMENT VIA CVA

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

NEIGHBOURHOOD TURNKEY PROJECT LIMITED (NTP LTD)-INVITATION TO PREQUALIFY AND TENDER AS CONTRACTOR OR SUBCONTRACTOR

NEIGHBOURHOOD TURNKEY PROJECT LIMITED (NTP LTD)
INVITATION TO PREQUALIFY AND TENDER AS CONTRACTOR OR SUBCONTRACTOR

Neighbourhood Turnkey Project Limited (NTP LTD) invites reputable and experienced contractors and subcontractors to submit applications for prequalification in anticipation of its upcoming construction projects in Lagos State/Ogun State and Edo State and Abuja. Interested firms must demonstrate proven technical competence, adequate manpower, and the capacity to deliver high-quality services within stipulated timelines.
Neighbourhood Turnkey Project Limited (NTP LTD) is a wholly indigenous company with a focus on executing projects within Nigeria, contributing to national development and promoting excellence in architectural designs and construction delivery.

PROJECT SUMMARY
Housing Estates with commercial and infrastructure facilities .

Project Components:
1. 452 Housing Units ( includes Blocks of 16 apartments; Blocks of 8 apartments; Blocks of Town houses; Blocks of Semidetached apartments, Detached Mansions; etc)
2. 3 Nos of 24-Classroom Basic School
3. Commercial/Business Mall
4. About 2.4km Paved Road with Drains
5. 3 Nos of Mini Power Supply Plant
6. 3 Nos of Water Supply & Treatment Plant
7. 3 Nos of Mini Waste Management Yard
8. Soft Garden Landscaping

CHRISTOFFEL BLINDEN MISSION (CBM) INTERNATIONAL-REQUEST FOR VENDOR PREQUALIFICATIO

CHRISTOFFEL BLINDEN MISSION (CBM) INTERNATIONAL
VENDOR PREQUALIFICATION

CBM, is an international Christian development organization, committed to improving the quality of life of persons with disabilities in the poorest communities of the world. CBM works in partnership with local civil society organizations, communities, government and in alliance with international organizations in Africa and the rest of the world.

A database shall be developed which will contain all registered vendors that are pre-qualified, and their details as submitted. All successfully prequalified vendors shall be listed with CBM and included in the approved vendor list before contracts can be awarded to such vendors.

1. IT Supplies (e.g., Computers (Desktops/Laptops), Printers, Accessories, Toners,
2. Insurance Brokers
3. Legal Services
4. Office Consumables and Stationery Supplies (e.g., A4 Papers, Writing Materials, Staplers, Binding Materials, Notebooks, Arch Lever Files, etc.)
5. Printing Services (e.g. Letterheads, Branded Materials, Insignias, Identity Cards, etc)
6. Facility management
7. Vehicle Maintenance
8. Office Furniture Supplies/Maintenance
9. Vehicle Accessories (Tires, Rims, Seat Covers, Steering Covers, etc.)
10. Travel Agency
11. General Installation, Repairs & Maintenance Services (Generator, Electrical, Air Conditioners, Photocopiers, Printers, Computers, Intercom, Scanners, Water Dispensers Repairs, Plumbing, etc.).
12. Car Hire
13. Recharge Card and Internet Subscription
14. Medical Consumables
15. Beverage Supplies
16. Diesel Supplies
17. Catering Services

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