Background Image

TSANYAWA LOCAL GOVERNMENT COUNCIL, KANO STATE-INVIATION TO TENDER FOR THE EXECUTION OF PROJECTS

TSANYAWA LOCAL GOVERNMENT COUNCIL, KANO STATE
TENDER ADVERTISEMENT

This is to notify the general public that; Tsanyawa Local Government is hereby inviting all interested and suitable contractors to submit their profile to the Local Government for pre-qualification with an indication of interest for the following projects :

1. Procurement of Land for Grave Yards, Schools, and Hospitals across the 10 Ward
2. Procurement of Motor Vehicles/Motor Cycles
3. Construction/Renovation of Boundary Pond Protective Walls across the 10 Ward
4. Procurement/Renovation of Office Buildings
5. Procurement of Computers, printers, and photocopying machines
6. Construction of Hospitals, Health Centers Staff Quarters across the 10 Ward
7. Empowerment Programmes/Programmer/Industrial Equipment (Relief Materials)
8. Procurement/Provision of Sport Centre and Facilities
9. Procurement of office Furniture/Fittings
10. Procurement of Electrical Materials across the 10 Ward
11. Procurement of Power Generator Set/Power Generating Plants
12. Procurement of Health/Medical Equipment across the 10 Ward
13. Procurement of Teaching/Learning Aid Equipment/Library
14. Procurement of Agricultural Equipment and Animal Traction Programmers
15. Procurement of Security Equipment/Fire Fighters

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

UNOPS-REQUEST FOR QUOTATION FOR PROCUREMENT OF GEOSPATIAL SOFTWARE LICENSES 

UNOPS

PROCUREMENT OF GEOSPATIAL SOFTWARE LICENSES

REQUEST FOR QUOTATION

REFERENCE:RFQ/2026/61043

BENEFICIARY COUNTRIES OR TERRITORIES:NIGERIA

REGISTRATION LEVEL:BASIC

PUBLISHED ON:15-JAN-2026

DEADLINE ON:23-JAN-2026 11:00 (GMT 0.00)

Description

Dear Sir/Madam,

The United Nations Office for Project Services (hereinafter referred to as UNOPS) is pleased to invite prospective bidders to submit quotations for the Procurement of Geospatial software licenses in accordance with the UNOPS General Conditions of Contract and the Schedule of Requirements as set out in this Request for Quotation (RFQ).

If you are interested in submitting a quotation in response to this RFQ, please prepare your quotation in accordance with the requirements and process as set out in this RFQ and submit it to UNOPS by the deadline for quotation submission set out in the Section II: Schedule of Requirements

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

GLOBAL ALLIANCE FOR IMPROVED NUTRITION (GAIN)-REQUEST FOR PROPOSALS (RFPs) FOR THE ENGAGEMENT OF TAX CONSULTANCY

REQUEST FOR PROPOSALS (RFPs)
THE ENGAGEMENT OF TAX CONSULTANCY
ISSUED BY: GLOBAL ALLIANCE FOR IMPROVED NUTRITION (GAIN)
PROJECT DURATION: TAX CONSULTANCY JANUARY – MARCH 2026

I. Background
The Global Alliance for Improved Nutrition (GAIN) is an alliance driven by the vision of a world without malnutrition. Created in 2002 at a Special Session of the UN General Assembly on Children, GAIN supports public-private partnerships to increase access to the missing nutrients in diets necessary for people, communities, and economies to be stronger and healthier.

GAIN Nigeria operates across multiple states in Nigeria and is required to comply with all applicable federal and
state tax laws, including remittance of Pay-As-You-Earn (PAYE), Withholding Tax (WHT), and other statutory
deductions to the Federal Inland Revenue Service (FIRS) and relevant State Internal Revenue Services (SIRS).
A review of GAIN Nigeria’s tax records has identified outstanding balances, reconciliation gaps, and remittance

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

NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME-INVITATION TO SUBMIT EXPRESSION OF INTEREST

FEDERAL MINISTRY OF HEALTH
DEPARTMENT OF PUBLIC HEALTH
NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME
INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI)
APPLICATION FOR OF VARIOUS SERVICES (GLOBAL FUND GRANT)

1. INTRODUCTION
The National Tuberculosis and Leprosy Control Programme (NTBLCP) is a division in the Department of Public Health, Federal Ministry of Health (FMOH), and is saddled with the responsibility of controlling Tuberculosis in Nigeria. The NTBLCP has received the Global Fund grants for Tuberculosis (TB) and Resilient & Sustainable Systems for Health (RSSH) for the years 2024 to 2026 as a Principal Recipient. The role in the grant is to coordinate all public sector Global Fund implementation and provide national guidance.

2. SCOPE OF SERVICES
NTBLCP is soliciting interested and reputable Service Providers, Contractors, Suppliers, and Organisations with relevant experience in the provision of services in the following areas during the grant implementation period. Prequalified service providers would be registered on the NTBLCP vendor database.

SERVICES (Expression of Interest)

LOT 1:
1a. Engagement of a technical service organisation for readiness assessment and strategic guidance.
1b. Engagement of a technical service organisation for the development and operation of a Nigeria National and State-Level Health Information Exchange and key registries.

3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7 (or CAC 1.1).
b. Evidence of the Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2025; with a minimum average annual turnover of N20,000,000.00.
c. Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above).
d. 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).
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025.
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December 2025; or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Tuberculosis and Leprosy Control Programme 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.
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023, 2024.
i. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
j. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Job Completion Certificates and Photographs of the projects.
k. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications
l. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV 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), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead 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.

4. SUBMISSION OF EOI DOCUMENTS
Interested firms are to submit two (2) bound copies of the Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Chairman, Bid Evaluation Committee, National Tuberculosis and Leprosy Control Programme No 16, Bissau Street, Zone 6, Wuse Abuja and clearly marked with the name of the project and the Lot number. Furthermore, the reverse side of each sealed envelope should bear the name and address of the bidder and be dropped in the designated Tender Box at 2nd floor, NO 16, Bissu Street, Wuse, Zone 6 not later than 12:00 noon Friday, 23rd January 2026 .

5. OPENING OF EOI DOCUMENTS
The EOIs will be opened immediately after the deadline for submission at 12:00 noon Friday, 23rd January 2026 in the conference Room, no 16, Bissau Street, Zone 6, Wuse, Abuja in the presence of bidders or their representatives, please, ensure that you sign the Bid Submission Register in the office of the Chairman Bid Evaluation Committee, as the NTBLCP will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Chairman Procurement Committee procurement@ntblcp.org.ng

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

HIGH COMMISSION OF INDIA, ABUJA-INVITING TENDER (NIT) FOR SELECTING CONTRACTOR FOR PROVIDING 17 SECURITY GUARDS FOR GUARDING CHANCERY-CUM-RESIDENTIAL COMPLEX AT 364 CADASTRAL ZONE, CENTRAL BUSINESS DISTRICT, FCT, ABUJA AND EMBASSY RESIDENCE, MAITAMA, ABUJA.

HCI/ABUJ/872/04/2025
HIGH COMMISSION OF INDIA ABUJA, NIGERIA
INVITING TENDER (NIT) FOR SELECTING CONTRACTOR FOR PROVIDING 17 SECURITY GUARDS FOR GUARDING CHANCERY-CUM-RESIDENTIAL COMPLEX AT 364 CADASTRAL ZONE, CENTRAL BUSINESS DISTRICT, FCT, ABUJA AND EMBASSY RESIDENCE, MAITAMA, ABUJA.

1. The High Commission of India (HCI), Abuja invites sealed tenders from professional agencies for providing 17 unarmed LSGs for providing security at Chancery-cum-Residential complex of High Commission of India and Embassy Residence.

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

FOUNDATION FOR JUSTICE, DEVELOPMENT AND PEACE-INVITATION TO BID FOR THE PROCUREMENT OF START-UP KITS AND PRODUCTION OF VISIBILITY MATERIALS IN MAKURDI, BENUE STATE

CATHOLIC DIOCESE OF MAKURDI
FOUNDATION FOR JUSTICE, DEVELOPMENT AND PEACE
INVITATION TO BID FOR THE PROCUREMENT OF START-UP KITS IN MAKURDI, BENUE STATE
INVITATION TO BID FOR THE PRODUCTION OF VISIBILITY MATERIALS IN MAKURDI, BENUE STATE
ISSUANCE DATE: 23RD DECEMBER, 2025
CLOSING DATE: 23RD JANUARY 2026

INTRODUCTION
FJDP was established in 1977 as Justice, Development and Peace Commission (JDPC) Makurdi. It is a not-for-profit organization that contributes to achieving an equitable society that recognizes, protects and promotes the totality of the dignity of the human person. It is a member of Caritas Nigeria and has recent partnerships with UNHCR, Misereor, CAFOD, SCI, CRS, AID to the church in need, WEP-GCERF, Irish Aid, Hungary Helps Agency and Search for common ground…. For further information on FJDP, its mandate and operations please see http://www.fjdp.org.

FJDP is fully specialized in the following thematic areas;
Conflict Resolution/ Peace Building, Human Rights/Legal Aid, Good Governance, Poverty Reduction, Agriculture, Water and Sanitation, Emergency Response Preparedness, Environment, Protection
To enable FJDP achieve some of its planned activities in the various thematic areas, the organization engages vendors to procure goods and provide services accordingly. In order to achieve this, vendors are invited to make a firm offer for provision of these services.

ACTIVITY LOT NUMBER CLOSING DATE/TIME ITB NUMBER
Procurement of Start-Up Kits in Makurdi, Benue State 01 23/01/2026 by 4:Pm ITB/FJDP/BEN/START-UP/KITS/2025/002
Production of Visibility Materials in Makurdi, Benue State 02 23/01/2026 by 4:Pm ITB/FJDP/BEN/VISIBILITY/2025/003

COMPLIANCE
Vendors to be considered must possess the following: Certificate of Incorporation, Tax Identification Number (TIN), Tax Clearance, 3 Years Audited Financial Statement, Business Bank account, Company must show evidence of similar work done (Purchase Order, Award Letter), Complies with FJDP Terms of Reference, has Delivery capacity/lead-time and the ability to respond swiftly to Organization’s needs

Other selection Criteria includes: Quote must be on Company’s letterhead, submission must be on two separate envelopes (The Financial Offer and the Technical Offer should be on separate envelopes), all bids must be submitted to FJDP Head office located at 2 Ahmadu Commissie Road, Demekpe, Wadata Makurdi, Benue State not later than 23/1/2026 by 4:PM. Soft copy documents to be submitted at procurement@fjdp.org, copying idihjoy5@gmail.com, idihjoy@fjdp.org. All unsealed and late bids will be disqualified

ITB DOCUMENTS
A complete set of bidding documents can be acquired by interested bidders from our head office address: No. 2 Ahmadu Commissie Road, Demekpe, Wadata Makurdi from 8:00am to 4:00pm daily (within the solicitation period). OR Downloaded from the organization’s website http://www.fjdp.org.

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