Background Image

TOTAL EP NIGERIA LIMITED-

TENDER OPPORTUNITY FOR: PROVISION OF DOLLAR OPERATIONAL INSURANCE POLICY

TOTAL EP NIGERIA LIMITED
TENDER OPPORTUNITY FOR:
PROVISION OF DOLLAR OPERATIONAL INSURANCE POLICY
(COMPREHENSIVE GENERAL THIRD-PARTY LIABILITY INSURANCE)
NIPEX REF. NO: 1000004781

1. INTRODUCTION
Total E&P Nigeria Limited (TEPNG) operator of the NNPC/TEPNG Joint Venture invites interested and reputable Nigerian registered insurance companies with relevant experience to tender for the technical bidding phase for the provision of dollar operational insurance policy.

2. SCOPE OF WORK
The Insurance would cover Third Party Liability risks arising from Onshore and Offshore Oil and Gas Activities of the insured. The Insurer shall retain a percentage of the risk in Nigeria and re-insure the excess capacity with leading foreign underwriters. The Insurer will liaise with the appointed re-insurance Broker or insurance consultant for the purpose of reinsurance with foreign underwriters. The Insurer will also handle claims services, policy documentation, renewals, endorsement, etc.

3. CONDITION FOR SELECTION
Insurance Companies seeking to be selected must satisfy the following conditions. Limited Liability Company registered in Nigeria and licensed by the
1. Be a National Insurance Commission (NAICOM) to transact either Life or General Insurance Business
2. Have a net asset of not less than N5billion
3. Have acquired good experience in life or general insurance business.
4. Have adequate and qualified staff with experience in Life or General insurance business.
5. Must be in good standing as regards prompt settlement of all claims reported to date.
6. Have business relationship with competent Insurance Broker(s) with good reputation and experience in Life or General Insurance Business
7. Must be a good corporate citizen of Nigeria that pays its taxes as and when due.

4. MANDATORY REQUIREMENTS
a) To be eligible for this tender exercise, interested contractors are required to be pre- qualified in the Non-Life Categories (3.14.32) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).
b) To determine if you are pre-qualified and view the product services category you are listed for, open www.nipex-ng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
c) If your company is not listed in the product/service category and you are registered with DPR to do business in this category, please contact Nipex office at B/10 Bayo Kuku Road, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.
d) To initiate the NJQS pre-qualification process, access www.nipex-ng.com to download the application form, make necessary payments and contact Nipex office for further action
e) To be eligible, all tenders must comply with the Nigerian Content requirements in the Nipex system

5. NIGERIAN CONTENT REQUIREMENTS
COMPANY is committed to the development of the Nigerian oil and gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development.

As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board).

Tenderer shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content % for the scopes which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfillment of the Nigerian Content Act, in the submission of their Tender.

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian government shall result to disqualification from bidding this contract.
Tenderers shall provide evidence of Registration by National Insurance Commission (NAICOM) and Nigerian Insurance Association (NIA).

As part of their submissions, Tenderer shall:
1. Develop a Nigerian Content Execution Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board.
2. Only Nigerian registered company with greater than or equal to 51% Nigerian shareholding shall bid for this work scope. Submit certified copies of CAC form 02&07 and or evidence of entity’s incorporation, shareholding and ownership structure in Nigeria.
3. In line with the NCD Human Capacity Development Initiative, Bidder shall commie providing Project-Specific training, man-hour, budget, skill development understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other approved NCDMB training institution(s).
4. Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.
5. Submit Tenderer’s corporate organization’s overall human resources structure (management, supervisors, senior & junior skilled officers etc.) identifying positions manned/occupied
6. Tenderers shall provide evidence of Registration by National Insurance Commission (NAICOM) and Nigerian Insurance Association (NIA)

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

TOTAL EP NIGERIA LIMITED-

TENDER OPPORTUNITY FOR: PROVISION OF NAIRA OPERATIONAL INSURANCE POLICIES

TOTAL EP NIGERIA LIMITED
TENDER OPPORTUNITY FOR:
PROVISION OF NAIRA OPERATIONAL INSURANCE POLICIES
NIPEX REF. NO: 1000004780

1. INTRODUCTION
Total E&P Nigeria Limited (TEPNG) operator of the NNPC/TEPNG Joint Venture invites interested and reputable Nigerian registered insurance companies with relevant experience to tender for the technical bidding phase for the provision of dollar operational insurance policy.

2. SCOPE OF WORK
The JV Naira Operational Insurance consists of the following policies:
(i) Employers Liability Insurance
(ii) Motor Vehicles
(iii) House-owners’ Comprehensive
(iv) Plant All Risks
(v) Group Life Assurance
(vi) Marine Cargo. The Insurer shall provide comprehensive cover for all classes of insurance except life-related policies where cover shall be for death, critical illnesses, temporary and permanent disability, medical, surgical and hospital expenses Incurred in connection with an accident whether disablement benefit is payable or not. The insurer shall also retain 100% percentage of the risk in Nigeria and handle all claim services, endorsements, policy documentation etc.

3. CONDITION FOR SELECTION
Insurance Company seeking to be selected must satisfy the following conditions. Limited Liability Company registered in Nigeria and licensed by the
1. Be a National Insurance Commission (NAICOM) to transact either Life or General Insurance Business
2. Have a net asset of not less than N4bn for Life and N5bn for Non-Life
3. Have acquired good experience in life or general insurance business.
4. Have adequate and qualified staff with experience in Life or General insurance business.
5. Must be in good standing as regards prompt settlement of all claims reported to date.
6. Have business relationship with competent Insurance Broker(s) with good reputation and experience in Life or General Insurance Business
7. Must be a good corporate citizen of Nigeria that pays its taxes as and when due.

4. MANDATORY REQUIREMENTS
a) To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Life and Non-Life Categories (3.14.30 – Life Insurance Services 3.14.32 –Non-Life Insurance Services: 3.14.39 – Other insurance services) in Nipex Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT)
b) To determine if you are pre-qualified and view the product services category you are listed for, open www.nipex-ng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
c) If your company is not listed in the product/service category and you are registered with DPR to do business in this category, please contact Nipex office at B/10 Bayo Kuku Road, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.
d) To initiate the NJQS pre-qualification process, access www.nipex-ng.com to download the application form, make necessary payments and contact Nipex office for further action
e) To be eligible, all tenders must comply with the Nigerian Content requirements in the Nipex system

5. NIGERIAN CONTENT REQUIREMENTS
COMPANY is committed to the development of the Nigerian oil and gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development.

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

NATIONAL ORTHOPAEDIC HOSPITAL, IGBOBI, LAGOS-

INVITATION TO TENDER FOR SUPPLIES AND WORK

NATIONAL ORTHOPAEDIC HOSPITAL, IGBOBI, LAGOS
INVITATION TO TENDER

1. INTRODUCTION
The National Orthopaedic Hospital, Igbobi-Lagos (NOHIL) hereby invites interested reputable Companies with good track record of performance and experience to bid for:

LOT 1:  Supply of Medical Equipment
LOT 2: Renovation of F.M.W. Quarters 32

2. ELIGIBILITY REQUIREMENTS:
Prospective bidders must possess the under-listed requirement to be eligible in the procurement:
(a) Certificate of Incorporation with the Corporate Affairs Commission (C.A.C);
(b) Evidence of current Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019);
(c) Evidence of current Pension Compliance Certificate (2020);
(d) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 2020 or valid Certificate issued by the Bureau of Public Procurement (BPP), Abuja;
(e) Evidence of current Industrial Training Fund (ITF) Compliance Certificate (2020);
(f) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate (2020)
(g) Audited Accounts for the last three (3) years (2017, 2018 & 2019);
(h) Evidence of verifiable relevant experience in executing similar projects
(i) Current sworn affidavit disclosing: –
(i) That the company is not in receivership, Insolvent or bankrupt.
(ii) That the company does not have any Director who has ever been convicted in any court in Nigeria or any other country for criminal offence in relation to fraud or financial impropriety.
(iii) Whether or not any officer of the relevant Committee of the NOHIL or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidding.
(iv) That all documents submitted for the bidding are true and correct in all particulars.

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

MANAGEMENT SCIENCES FOR HEALTH (MSH)-

EXPRESSION OF INTEREST (EOI): REGISTRATION OF VENDORS

MANAGEMENT SCIENCES FOR HEALTH (MSH)
EXPRESSION OF INTEREST (EOI): REGISTRATION OF VENDORS

A. INTRODUCTION
Management Sciences for Health (MSH), a global health nonprofit organization, uses proven approaches developed over AO years to help leaders, health managers, and communities in developing nations build stronger health systems for greater wealth impact. We work to save lives by closing the gap between knowledge and action in public health. Since its founding m 1971, MSH has worked in over ISO countries with policymakers, health professionals, and health care consumers to improve the quality, availability, and affordability of health services. Working with governments, donors, organizations, the private sector, and health agencies, MSH responds to priority health problems and AIDS; tuberculosis; malaria; maternal, newborn and child health; family planning and reproductive health; and chronic non-communicable diseases such as cancer, diabetes, and lung and heart disease. Through strengthening capacity, “vesting in health systems innovation, building the evidence base, and advocating for sound public health policy, MSH is committed to making a lasting difference in global health.

PMI-5 a five-year USAID-funded malaria project in Nigeria implemented by Management Sciences for Health (MSH) with an expected coverage of eight states: Akwa Ibom, Benue, Cross River, Ebonyi, Nasarawa, Oyo, Plateau, and Zamfara.

The goal of the project is to contribute to the National Malaria Elimination Program (NMEP) vision of achieving a malaria free Nigeria” and the PMI Strategy 2015-2020 goal to further reduce malaria deaths and substantially decrease malaria morbidity toward the long-term goal of elimination. This goal will be achieved through interventions aimed at enhancing both the supply of and demand for malaria-related services within a stronger health system. Successful implementation of the proposed interventions is expected to result in improved coverage of quality malaria services, a strengthened health system for delivering higher quality malaria services; improved demand for and use of malaria case management services; and improvements in the drug-based malaria prevention. For more details on the PMI-5 project, please refer to the MSH website: www.msh.org.

MSH Oyo State Office is requesting interested and qualified companies that meet the below requirement to submit the required documentation (please see section B below) for review and registration as vendors. The intent of this publication is to register and prequalify vendors (meeting the criterion stated in section B below) for the supply of goods and commercial services through subsequent detailed RFQ/RFP.

B. REQUIRED AREA OF SPECIALIZATION

S/N EOI CATEGORY OF SUPPLY/ COMMERCIAL SERVICE
1 EOI-2020-01 Facilities Maintenance Services: furniture, electrical fittings , Plumbing and other office equipment
2 EOI -2020-02 Supply of Stationery
3 EOI -2020-03 IT equipment maintenance: computer, printers, photocopiers etc (Sharp, HP. Dell…)
4 EOI -2020-04 Printing, branding and publication
5 EOI -2020-05 Provision of dispenser drinking water
6 EOI -2020-06 Provision of engineering, construction, civil works and consulting services (certification
7 EOI -2020-07 from COREN and other professional bodies is an added advantage)
8 EOI -2020-08 Provision of repair and maintenance of vehicles (auto -mechanic workshop) – Toyota and Ford Brand
9 EOI-2020-09 Supply of cleaning & hygiene consumables and Beverages
10 EOI-2020-10 Supply of Diesel (must provide proof of ownership of tanker truck)
11 EOI-2020-11 Supply of IT equipment, accessories and consumable – computers, printers, photocopiers (OEM representation is an added advantage)
12 EOI-2020-12 Provision of IT Infrastructure: LAN Networking
13 EOI-2020-13 Supply of Laboratory/medical equipment and consumables (OEM representation is an added advantage)
14 EOI-2020-14 Supply of office equipment, accessories, electrical fittings, plumbing materials
15 EOI-2020-15 Supply. Installation and Maintenance of Fire Extinguishers
16 EOI-2020-16 Supply of Vehicle Consumables (Batteries, Tires, Engine Oil, Oil Filter)
17 EOI-2020-17 Hotel Services
18 EOI-2020-18 Catering Services
19 EOI-2020-19 Supply of Office Furniture
20 EOI-2020-20 Waste Management Disposal
21 EOI-2020-21 Car Hire Services

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

UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP)-

INVITATION TO BID FOR THE PROVISION OF TECHNICAL BUILDING & FACILITIES MAINTENANCE SERVICE AT UN HOUSE ABUJA.

INVITATION TO BID

The UNITED NATIONS DEVELOPMENT PROGRAMME (UNDP), on behalf of the UN System in Nigeria, invites bids from qualified companies /firms for the Provision of Technical Building & Facilities Maintenance Service at UN House Abuja.

The details of the invitation to bid can be found on http://procurement-notices.undp.org/ with the heading “Technical Building & Facilities Maintenance at UN House Abuja”

The ITB must be submitted in the format specified in the ITB solicitation documents which can also be downloaded on https://etendering.partneragencies.org and lookout for Event ID: ITB 2020081

All Bids must be received latest by 6:00AM EDT on 25th September 2020 on UNDP’s tendering platform https://etendering.partneragencies.org

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

DEUTSCHE GESELLSCHAFT FUR INTERNATIONALE ZUSAMMENARBEIT (GIZ) GMBH-

EXPRESSION OF INTEREST FOR SUPPLY OF LEARNING MATERIALS

EXPRESSION OF INTEREST

The DEUTSCHE GESELLSCHAFT FUR INTERNATIONALE ZUSAMMENARBEIT (GIZ) GMBH: “Programme for Strengthening Resilience in North East Nigeria, financed by Federal Ministry of Economic Cooperation and Development of Germany, would like to procure Learning Materials with the following but not limited specifications:

77 Packets of Plastic Blue Ball Pens 144 Packets of 2b Pencils 11,095 checkered exercise books (208mm X 182mm) 1.095 leaves lined exercise books (208mm X 162mm): 3,698 transparent shatterproof 30cm plastic metric rulers: 7,396 transparent shatterproof 50cm plastic metro rulers.

Accordingly, Giz invites interested dealers to furnish GIZ Nigeria Country Office with the following
a. Official letter expressing interest
b. Concise company profile
c. Bank reference letter
d. Evidence of registration with Corporate Affairs Commission (CAC)
e. Evidence of experience with previous mar jobs (apply and delivery of learning materials. Only third-party evidence will be considered not list of similar jobs.
f. Tax clearance certificate which must not be alder than two years indicating an average annual turnover of NGN 14,000,000.00

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

FEDERAL GOVERNMENT COLLEGE, EDO STATE-

INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE EXECUTION OF 2020 APPROPRIATION

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SECRETARIAT COMPLEX, PHASE AHMADU BELLO WAY, ABUJA
FEDERAL GOVERNMENT COLLEGE, P.M.B. 17, IBILLO, EDO STATE
INVITATION FOR TECHNICAL AND FINANCIAL BIDS FOR THE EXECUTION OF 2020 APPROPRIATION

1. INTRODUCTION
The Federal Government of Nigeria Has allocated funds to the Federal Government College (FGC) Ibillo in the 2020 Appropriation for the execution of policies, programmes and projects towards achieving the mandate of the Ministry. Accordingly, the Federal Government College Ibillo, wishes to invite reputable contractors with relevant, proven competence and experience submit tenders for the execution of the following projects:

2. CATEGORY A:(WORKS)

LOT NO PROJECT TITLE DESCRIPTION LOCATION
W1 RENOVATION AND UPGRADING OF DINING HALL AND MODERN KITCHEN FGC, IBILLO

3. ELIGIBILITY REQUIREMENTS:
Prospective bidders must possess the under-listed requirements to be eligible in this procurement.
i. Certificate of incorporation with Corporate Affairs Commission (CAC)
ii. Company’s current Tax Clearance Certificate for last three years (2017, 2018 & 2019)
iii. Current Pension Certificate in compliance with the amended PENCOM Reform Act 2014
iv. Current Nigeria Social Insurance Trust Fund NSITF) Clearance Certificate
v. Registration on the National Database of contractors, consultants and suppliers by inclusion of Interim Registration Report (IRR issued by the Bureau of Public Procurement (BPP)
vi. Current ITF Certificate in compliance with Industrial Training Fund (ITF) Act, 2015
vii. Verifiable Evidence of financial capability with an annual turnover of not less than 20 Million in the last three years (2017, 2018 & 2019)
viii. Company’s profile and evidence of Technical Qualifications of key Personnel including registration with relevant professional bodies
ix. List and verifiable documentary evidence of at least three (3) similar jobs successfully executed in the last five (5) years including letters of awards and Job Completion Certificates.
x. List and verifiable evidence of construction equipment with proof of ownership or lease agreement
xi. All documents for submission must be transmitted with Covering Forwarding Order the Company’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Telephone Number, Valid e-mail address and official Company’s address
xii. The Letter Head Paper must bear the Names, Nationalities and the telephone numbers of the Directors of the Company at the bottom of the page.

xiii. Current Sworn Affidavit disclosing:
a. That the Company is not in receivership, insolvent or bankrupt
b. That the Company does not have any Director who has ever been cancelled in any court in Nigeria or any other country for offence in relation to fraud of Financial impropriety.
c. Whether or not any car of the Federal Ministry of Education is a former or present vector, Shareholder or has a pecuniary interest In the bidder, and
d. That all documents submitted a true in connect in al particulars.

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

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)-

INVITATION TO BID FOR THE SUPPLY AND INSTALLATION OF FM200 EXTINGUISHANT, INFRASTRUCTURE MONITORING SYSTEMS AND RAISED FLOOR PANEL IN THE SERVER ROOM IN LAGOS OFFICE UNDER USAID TB LON GRANT.

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)INVITATION TO BID FOR THE SUPPLY AND INSTALLATION OF FM200 EXTINGUISHANT, INFRASTRUCTURE MONITORING SYSTEMS AND RAISED FLOOR PANEL IN THE SERVER ROOM IN LAGOS OFFICE UNDER USAID TB LON GRANT. BackgroundThe Institute of Human Virology, Nigeria (IHVN) was established in 2004...

Read More

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)-

INVITATION TO BID FOR THE SUPPLY OF LABORATORY EQUIPMENT UNDER USAID TB LON GRANT.

INSTITUTE OF HUMAN VIROLOGY, NIGERIA (IHVN)INVITATION TO BID FOR THE SUPPLY OF LABORATORY EQUIPMENT UNDER USAID TB LON GRANT. BackgroundThe Institute of Human Virology, Nigeria (IHVN) was established in 2004 as a local organization to address the HIV/AIDS crisis in Nigeria through the development of infrastructure...

Read More

UNIVERSITY OF JOS-

INVITATION FOR EXPRESSION OF INTEREST DOCUMENTS FOR THE ENGAGEMENT OF INSURANCE BROKERS AND INSURANCE UNDERWRITERS FOR THE UNIVERSITY’S BUILDINGS, COMMERCIAL/PRIVATE VEHICLES AND EQUIPMENT/COMPUTERS FOR THE YEAR 2020/2021

INVITATION FOR EXPRESSION OF INTEREST DOCUMENTS FOR THE ENGAGEMENT OF INSURANCE BROKERS AND INSURANCE UNDERWRITERS FOR THE UNIVERSITY’S BUILDINGS, COMMERCIAL/PRIVATE VEHICLES AND EQUIPMENT/COMPUTERS FOR THE YEAR 2020/2021
UNIVERSITY OF JOS
OFFICE OF THE VICE-CHANCELLOR
PROCUREMENT UNIT

1. PREAMBLE
In compliance with the provisions of the Public Procurement Act, 2007 and other government laws on Public Procurement, the University of Jos – Nigeria wishes to invite interested qualified and competent Insurance Brokers/Underwriters to submit Expression of Interest (EOI) for the provision of insurance services for the University’s Buildings (Fire and Special Peril), Commercial/Private Vehicles (Comprehensive/Third Party) and Equipment/Computers (All Risk) for the Year 2020/2021.

2. SCOPE OF WORK/DESCRIPTION OF PROJECTS
• Ensuring that the University of Jos benefits adequately and promptly by way of claims assessment and settlement at all time.
• Extending full services that are required of Insurance Brokers/Underwriters to the University of Jos with total adherence to the terms and conditions of the policy.
• The effective period of engagement will be from 24th September, 2020 and 24th October, 2020 for Insurance Brokers and Insurance Underwriters respectively.

3. INSURANCE POLICIES
The insurance policies include the following:
i. Buildings – Fire and Special Peril
ii. Commercial/Private Vehicles – Comprehensive/Third Party
iii. Equipment/Computers – All Risk

4. ELIGIBILITY REQUIREMENTS
Interested firms are to submit their Expression of Interest along with the following documents.
i. Evidence of company registration with the Corporate Affairs Commission (CAC) including Forms C.O.2 and C.O. 7.
ii. Evidence of current Tax Clearance Certificate valid till 31st December 2020.
iii. Evidence of current Pension Compliance Certificate valid till 31st December 2020.
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2020.
v. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020.
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 01/01/2020 or valid Certificate issued by BPP.
vii. A Sworn Affidavit disclosing/confirming:
a. Whether or not any officer of the relevant committees of the University of Jos or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder;
b. Whether or not the company faces insolvency;
c. That no Director of the company has been convicted of any financial crime;
d. That the company is not in receivership or subject of same;
e. That all information presented in its bid are true and correct in all particulars; and
f. Authorization to verify the documents
viii. Verifiable documentary evidence of at least three (3) similar jobs in the last five (5) years including Letters of Engagement.
ix. Company Profile with Curriculum Vitae (C.V.) of professional staff including copies of their professional qualifications.
x. Evidence of financial capability to provide the services by submission of Reference Letter from a reputable commercial bank in Nigeria or statement of your company account.
xi. All documents for submission (Expression of Interest) shall be submitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper. The Letterhead paper must reflect amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Locational Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must also 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.

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