Background Image

MANAGEMENT SCIENCES FOR HEALTH (MSH)-

REQUEST FOR EXPRESSION OF INTEREST FOR SUPPLY, INSTALLATION AND TEST RUNNING OF GENERATOR (4 STATES CAPITALS- NASARAWA, BENUE, PLATEAU AND ZAMFARA)

MSH
REQUEST FOR EXPRESSION OF INTEREST
REOI TITLE: SUPPLY, INSTALLATION AND TEST RUNNING OF GENERATOR (4 STATES CAPITALS- NASARAWA, BENUE, PLATEAU AND ZAMFARA) – REOI-AUG2020-12
DATE OF ISSUE: AUGUST 20, 2020

1. INTRODUCTION
MANAGEMENT SCIENCES FOR HEALTH (MSH), a global health nonprofit organization, uses proven approaches developed over 40 years to help leaders, health managers, and communities in developing nations build stronger health systems for greater health impact. We work to save lives by closing the gap between knowledge and action in public health. Since its founding in 1971, MSH has worked in over 150 countries with policymakers, health professionals, and health care consumers to improve the quality, availability and affordability of health services. Working with governments, donors, non-governmental organizations, the private sector, and health agencies, MSH responds to priority health problems such as HIV & 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, investing 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.

The MSH PMI-S Project is requesting interested and qualified companies that meet the eligibility criteria below express their interest and submit supporting documents (please see section 2.0 below) for the supply, installation, and test running of generators as specified below: SUPPLY, INSTALLATION, AND TEST RUNNING OF GENERATORS (4 STATES CAPITALS NASARAWA, BENUE, PLATEAU, AND ZAMFARA)

S/N Description Quantity Specification
1 Diesel Generator Sets Range 40KVA Supply, Installation (Including cabling, Manual Change over switch and all required accessories, Estimated distance between Generator and Manual Change Over Switch is (Two Options 40m and 50m) + Test running + 3000 Liters external diesel Tank connected with accessories to the Generator.  4(1 per state)   Fuel Type: DieselCylinders: 4Phase: Three PhasePower Rating Range: 40Internal Fuel Tank Capacity Range: 110 LitresWeight Range: 1570Speed: 1500 rpmBattery Capacity: 32 AhStyle: Standby GeneratorsDisplacement CC: 3600LxWxH(Weight): 2800x1150x1450Rating Range (kVA): 40Rated Range kW: 32External Diesel Tank Capacity: 3000 Litres

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

FEDERAL GOVERNMENT GIRLS COLLEGE, IPETUMODU, OSUN STATE-

INVITATION TO TENDER FOR 2020 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIAFEDERAL MINISTRY OF EDUCATIONFEDERAL GOVERNMENT GIRLS COLLEGE, IPETUMODU, OSUN STATEINVITATION TO TENDER FOR 2020 CAPITAL PROJECTS 1. INTRODUCTION:The Federal Government of Nigeria has allocated funds to the Federal Government Girls College, Ipetumodu, Osun State, in the 2020 Appropriation Act for the procurement of...

Read More

LAGOS STATE MINISTRY OF HEALTH-

INVITATION FOR BIDS FOR PROCUREMENT OF ANTI-MALARIA DRUGS

LAGOS STATE GOVERNMENT
MINISTRY OF HEALTH
INVITATION FOR BIDS (IFB)
LSMOH- PROCUREMENT OF ANTI-MALARIA DRUGS
IFB: LSMOH/G/NCB/003/20
Date of Issuance Wednesday 19th August, 2020

1.0 BACKGROUND
The Lagos State Ministry of Health has secured necessary approval from Mr. Governor in order to achieve its State Malaria Elimination Programme (SMEP) and promote a Malaria Free Lagos.

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

ECOWAS COMMISSION- TENDER: SUPPLY AND DELIVERY AS WELL AS, INSTALLATION AND TESTING WHERE APPLICABLE OF OFFICE AND NETWORK EQUIPMENT FOR ECOWAS INSTITUTIONS BASED IN ABUJA –

CLARIFICATION 1

ECOWAS COMMISSION
TENDER: SUPPLY AND DELIVERY AS WELL AS, INSTALLATION AND
TESTING WHERE APPLICABLE OF OFFICE AND NETWORK EQUIPMENT
FOR ECOWAS INSTITUTIONS BASED IN ABUJA
CLARIFICATION 1

FIND THE FULL NOTICE HERE: https://www.ecowas.int/wp-content/uploads/2020/08/Clarification-1-IT-Tenders-August-2020.pdf

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

PUBLIC SERVICE INSTITUTE OF NIGERIA (PSIN), ABUJA-

REQUEST OF EXPRESSION OF INTEREST

FEDERAL REPUBLIC OF NIGERIA
PUBLIC SERVICE INSTITUTE OF NIGERIA (PSIN), ABUJA
(OFFICE OF THE HEAD OF CIVIL SERVICE OF THE FEDERATION)
KM 12, ABUJA- KUBWA EXPRESSWAY, DUTSEN- ALHAJI JUNCTION, ABUJA
REQUEST OF EXPRESSION OF INTEREST (EOI)

1.0 INTRODUCTION
The Public Service Institute of Nigeria wished to invite qualified, interested and eligible training consultants to submit Expression of Interest (EOI) for specific procurement as follows:

S/NO LOT LOCATION
CATEGORY A- CONSULTANCY SERVICE
1 Lot A- 3 Training of Community Development Agents in selected location in Taraba State PSIN, Abuja
2 Lot A- 4 Individual/ Consultant Resources Person PSIN, Abuja
3 Lot A- 5 Catering Service provider PSIN, Abuja

2.0 ELIGIBILITY REQUIREMENTS FOR CATEGORY A- EOI
Intending Training Consultant Organization
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC 7 ( or Business Name):
(ii) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all partners) for the last three (3) years 2017, 2018 & 2019, valid till 31 s December, 2020:
(iii) Evidence of Company’s Pension Compliance Certificate valid till 31st December, 2020:
(iv) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2020;
(v) Evidence of current Nigeria Social Insurance trust Fund (NSITF) Compliance Certificate vali 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 on 31st December, 2020 or valid Certificate issued by the Bureau of Public Procurement (BPP);
(vii) Sworn Affidavit disclosing whether or not any officer of the relevant committees of Public Service Institute of Nigeria 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
(viii) Evidence of Company’s registration with relevant professional bodies e,g CMD, IMN etc (applicable to training consultants only); and
(ix) Company’s profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications:
(x) Audited Account for the Last three years 2017, 2018 & 2019;
(xi) Verifiable Previous experience of Three (3) similar jobs executed in the last Five (5) years- attach letter of award and completion Certificate.
(xii) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed: and
(xiii) 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 Letter headed Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page duly signed by the authorized officer of the firm.

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

OBAFEMI AWOLOWO UNIVERSITY TEACHING HOSPITALS COMPLEX-

INVITATION TO TENDER FOR THE 2020 CAPITAL PROJECTS

OBAFEMI AWOLOWO UNIVERSITY TEACHING HOSPITALS COMPLEX
P.M.B. 5538, ILE- IFE, NIGERIA
INVITATION TO TENDER FOR THE 2020 CAPITAL PROJECTS

1. INTRODUCTION
The Obafemi Awolowo University Teaching Hospitals Complex was Appropriated Funds in the 2020 Appropriation Act (Revised) for the execution of its projects. In compliance with the Public Procurement Act 2007, the Obafemi Awolowo University Teaching Hospital Complex hereby Invites all interested and eligible Suppliers with relevant experience to tender for the following Capital Projects.

2. SCOPE OF SUPPLY

CATEGORY PROJECT TITLE
LOT 1 Furnishing and Equipping of Dental Hospital
LOT 2 Furnishing and Equipping of 75-Bed Orthopaedic Ward with one Theatre Suite
LOT 3 Furnishing and Equipping of Cardiac Centre
LOT 4 Supply of Medical Equipment, Drugs and Consumables

Projects listed above will be subjected to Due Process mechanism, which would be transparent to all interested and eligible bidders who wish to participate.

3. ELIGIBILITY REQUIREMENTS
(i) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC, including Form CAC 2 and CAC7 (or CAC 1.1);
(ii) Evidence of Company Income’s Tax Clearance Certificate for the last three (3) years valid till 31 December, 2020 (2017,2018 and 2019)
(iii) Evidence of current Pension Compliance Certificate valid 31st December, 2020
(iv) Evidence of current Industrial Training Fund (I.T.F.) Compliance Certificate valid till 31st December, 2020
( v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31* 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 on 31st December, 2020 or valid Certificate issued by Bureau of Public Procurement
(vii) Sworn Affidavit disclosing whether or not any Officer of the relevant Committees of the OAUTHC lle-Ife Osun State 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;
(viii) Company’s Audited Accounts for the last three (3) years (2017, 2018 and 2019)
(ix) Evidence of financial capability to execute the Project by submission of Reference Letter from a reputable Commercial Bank indicating willingness to provide credit facility for the execution of the Project when needed;
(x) Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the Project including copies of their Academic/Professional qualifications;
( xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Job Completion Certiifcates, Final Maintenance Certificates and Photographs of the Project.
(xii) Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders;
(xiii) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate , IRR & Sworn Affidavit are compulsory for each JV partner.
(xiv) All documents for submission must be transmitted with a Covering/Forwarding Letter from under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affair’s Commission (CAC), 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 authorized Officer of the Firm.

4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect the Standard Bidding Documents from the office of Director (Procurement Department) Room 7, Behind Administrative Block, Phase 1, OAITHC, Ile-Ife between the working hours of 8:30 a.m. and 4:00p.m daily on the payment of a Non-refundable Tender Fee of N10, 000.00 per Lot into OAUTHC TSA INTERNALLY GENERARED REVENUE ACCOUNT. The photocopy of teller for this payment should be attached to the Tender Documents

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

SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED

– TENDER OPPORTUNITY: PROVISION OF HOTEL AND CATERING FOR SEA EAGLE FPSO

THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
OPERATOR OF THE NNPC/SPDC/TEPNG/AGIP JOINT VENTURE
TENDER OPPORTUNITY: PROVISION OF HOTEL AND CATERING FOR SEA EAGLE FPSO
NIPEX TENDER NUMBER: SPDC.00000353
TENDER REF: CW388061

1. INTRODUCTION
The Shell Petroleum Development Company (SPDC) as Operator of the Joint Venture between itself and the Nigerian National Petroleum Development Corporation (NNPC), on behalf of the Joint Venture hereby invites reputable and competent registered Nigerian companies (DPR registered and licensed) with proven experience in INDUSTRIAL CATERING, HOUSEKEEPING AND HOSPITALITY SERVICES to apply for inclusion into the bid list of the tender for the PROVISION OF HOTEL AND CATERING FOR SEA EAGLE FPSO listed in the scope of work below.

2. SCOPE OF WORK
Provision of Hotel Services:
• Provide services for accommodation units; establish and continuously manage accommodation fixture and fitting inventory.
Provision Catering Services
• Provide Catering and Hotel Services on Sea Eagle FPSO only.
• Supply and delivery of fresh and wholesome food commodities, continental and national Meals, canteen meals, takeout/packed meals, coffee, tea, beverages, milk, bottled water, fruit juice, etc.
• Provision of off menu meals to Sea Eagle employees, contractors and visitor’s due to valid medical reasons as may be required.
• Provision of catering services for any special event function on Sea Eagle FPSO as may be required.
• Maintain on the FPSO a stock of food and materials to be able to provide a complete catering service for a minimum of 14 days (2 weeks’ stock-level).
• Provide of contractor’s cost special movable containers, freezers and chillers meeting the specifications of BS EN 12079 for the transportation of dry and frozen items to the FPSO.
Provision of Janitorial & Laundry Services
• Provide cleaning materials, supplies and equipment to industry standards.
• Provide janitorial services to offices and designated work areas.
• Cleaning of urinals and toilets in offices and residential areas at all times.
• Move furniture and deep clean spaces according to offshore industry standards, including windows, curtains, walls, floors and ceilings, light fixtures, etc. according to schedule,. Office space and rooms clearly, daily, deep cleaning carried out monthly.
• Operate laundry and associated machinery, wash and press Sea Eagle employees, contractors and visitors clothing and work coverall; wash, manage and distribute all bed linen (sheets, blankets, pillows, spread, towels etc.)
• Provide residential and office waste management and disposal services.
• Provide pest eradication services using the shell approved chemicals (Alpha-Cypermethrin and Lambda-Cyhalothrin).
• Provision of Inventory Management Services
• Provide purchasing and warehouse management for consumable, spare parts, and Contractor supplied materials/equipment to do the work.
• Provide management and administration of beddings, cooking wares and equipment supplies as provided by Sea Eagle.
• Maintain at contractor’s cost, the inventory of all kitchen tools, high qualify utensils (Cutleries, mug, cups, plates), and consumable equipment as agreed in the tender document.
• Maintain at contractor’s cost, the inventory of oil sheets, pillows, pillowcases, mattress, covers, duvets, and other items.
• Deliver to cargo embarkation point all food, provisions, laundry, and materials required to execute the contract.

3. MANDATORY REQUIREMENTS
(1) To be eligible for this tender exercise, interested tenderers are required to be pre-qualified as essential service vendor in the Catering & Housekeeping Services in the NJQS Catering Services – Product Group 3.18.03- categories in NipeX Joint Qualification System (NJQS) data base. Only successfully pre-qualified suppliers in this category will receive Invitation to submit Technical and Commercial bids.
(2) To determine if you are pre-qualified and view product/service category you are listed for, open http://vendors.nipex-ng.com and access NJQS with your login detail, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
(3) If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 8-10 Boyo Kuku Street, Ikoyi, Logos with your DPR certificate as evidence for necessary update.
(4) To initiate the JQS prequalification process, access www.nipex-ng.com to download the application form, make necessary payments and contact NipeX office for further action.
(5) To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX system.

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

BENNIS STRATEGIC SERVICES NIGERIA LIMITED-

AUCTION SALE OF VEHICLES, OFFICE AND HOUSEHOLD EQUIPMENT

AUCTION! AUCTION!! AUCTION!!!

BENNIS STRATEGIC SERVICES NIGERIA LIMITED is an indigenous Auctioneering firm engaged by Mr. Mike Igbokwe (SAN), the Receiver/Manager of Seawolf Oilfield Services Limited (in Receivership) (‘Seawolf), to dispose of the following items:

1. Vehicles
2. Office and household equipment

DETAILS
• Mr. Mike Igbokwe (SAN), is the Receiver/Manager of Seawolf Oilfield Services Limited (in Receivership) by virtue of a Deed of Appointment dated 10/12/2013 and registered at the Corporate Affairs Commission.

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

TRANSMISSION COMPANY OF NIGERIA (TCN)-

INVITATION FOR TENDER FOR THE SUPPLY OF SUBSTATION EQUIPMENT AND MAINTENANCE MATERIALS

TRANSMISSION COMPANY OF NIGERIA (TCN)
INVITATION FOR TENDER FOR THE SUPPLY OF SUBSTATION
EQUIPMENT AND MAINTENANCE MATERIALS

1. INTRODUCTION
The Federal Government of Nigeria through Transmission Company of Nigeria (TCN), intends to procure critical Equipment and maintenance materials to ensure stability and reliability of the grid.  The funding of the procurement is to come from the TCN Internally Generated Revenue (GR) savings. Accordingly, reputable companies are hereby invited to apply for the bidding exercise.

2. SCOPE OF SUPPLIES
As per the detailed bidding documents and schedule of requirements.

Lot 1 60 MVA 132/33kV Power Transformer
Lot 2 500/300KVA 33/0.415kV Earthing Transformer
Lot 3 330KV Current Transformer
Lot 4 132kV Current Transformer
Lot 5 33kV Current Transformer
Lot 6 132KV & 33KV Surge Arresters
Lot 7 200AH & 400AH Battery Banks
Lot 8 Three Phase Battery Chargers
Lot 9 Supply of drums of Transformer oil
Lot 10 Supply of Silica Gel,
Lot 11 Supply of Power Cable (500mm2, 300mm 2,120mm2x4, 95mm2x4)
Lot 12 Supply of Control cable of various sizes.
Lot 13 Supply of Copper conductor
Lot 14 Supply of Line Clamps (Aluminium & Copper)
Lot 15 Supply of Composite and Glass Insulators (180/120KN).
Lot 16 Supply of complete Grounding Lead Set (132KV & 330KV)
Lot 17 Supply of Bison, Bear and Wolf Conductors.
Lot 18 Supply of Aluminium Conductors of various sizes.
Lot 19 Supply of SF6 Gas and Nitrogen Gas.
Lot 20 Supply of Tool Boxes (Electrical & Mechanical/ PC&M Tool box).
Lot 21 Supply of Big and Small Chain Saw Machines.
Lot 22 Supply of Bi-metal Sheath, Bolts and Nuts.
Lot 23 Supply of Fibre Ladder and Safety belt.
Lot 24 Supply of Alarm Annunciator
Lot 25 Supply of 100/30 KVA Standby Generator set.
Lot 26 Supply of Transformer Panel, HV and LV Control Panel.
Lot 27 Supply of 15kV Insulation Resistance Tester.
Lot 28 Supply of Transformer Ratio and Winding Resistance Analyzer.
Lot 29 Supply of Transformer oil dielectric test equipment.
Lot 30 Supply of Dissolve Gas Analyzer.
Lot 31 Supply of Earth Resistance Tester, Multimeters, clamps on Ammeter, Phase Sequence Meter and Battery Resistance Meter.
Lot 32 Supply of Circuit Breaker Analyzer.
Lot 33 Supply of Dielectric Response Analyzer.
Lot 34 Supply of Transformer Ratio Meter
Lot 35 Supply of Infrared Camera for online Power Transformer Diagnosis.
Lot 36 Supply of Primary Injection Test Set.
Lot 37 Repair and upgrade of Thermovision camera.
Lot 38 Supply of Transformer Leakage Repair Kit.
Lot 39 Supply of Differential Relay (2 & 3 windings)
Lot 40 Supply of Distance Protection Relay
Lot 41 Supply of Buchholz Relay
Lot 42 Supply of Earth Fault Relay, Over Current Relay.
Lot 43 Supply of Secondary Injection Test Set
Lot 44 Supply of 3.2 & 1.8 Tonnes of Tirfor Machine
Lot 45 Supply of Aeroshell Fluid 4 hydraulic oil

3. QUALIFICATION PRE-REQUISITE
Interested companies are to provide the following:
(a) Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) in Nigeria with forms CO2 and C07 (or CAC 1.1).
(b) Current Tax Clearance Certificate for the past three Years (2017, 2018 and 2019) valid till 31st Dec. 2020 with Minimum average turnover of N10M for each Lot.
(c) Three years company Audited Financial Account duly Signed and stamped by a registered Auditor for the year (2017, 2018 and 2019)
(d) Evidence of current Pencom compliance Certificate valid till 31st December 2020,
(e) Evidence of current Industrial Training Fund (ITF) certificate valid till 31st December 2020.
(f) Evidence of current Company Registration on the BPP database by submission of Interim Registration Report (IRR) expiring 30th June, 2020 or valid Certificate issued by BPP.
(g) Evidence of current Nigeria Social Insurance trust fund compliance certificate valid till 31st December 2020.
(h) Evidence of Experience with contract awards and Completion certificates of supplies in at least three (3) Jobs of similar nature executed in the last five years.
(i) Evidence of Certificate of Registration with NEMSA as certified Electrical Installation contractor/Companies.
(j) Evidence of equipment/materials manufacturer Authorization of the equipment/material bidding for submission of original Product Brochure(s) detailing performance and technical specifications of equipment/ materials.
(k) Evidence of Financial capability to execute the supply by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the job.
(l) Company’s profile and technical qualification showing curriculum vitae of key staff. This should include copies of their Academic/professional qualifications.
(m) For Joint Venture/Partnership, Memorandum Of Understanding (MOU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner).
(n) All document for submission should be transmitted with company covering letter head paper bearing among others, Company registration number (RC) by Corporate Affairs Commission (CAC), contact address, Telephone number, (GSM No.), email address. The letter head paper must bear the names and nationality of the Directors of the company at the bottom of the page duly signed by the authorised officer of the firm.
(o) A sworn affidavit disclosing whether or not any officer of the relevant committee of Transmission Company of Nigeria or the Bureau of Public Procurement (BPP) is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in this bid are true and correct in all particulars.
(p) 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.

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