Background Image

Read our latest posts

Sed ut perspiciatis unde omnis iste natus error sit voluptatem accusantium doloremque laudantium, totam rem aperiam.

KANO STATE WATER BOARD-

REQUEST FOR EXPRESSIONS OF INTEREST FOR EXTERNAL FINANCIAL AUDIT SERVICES

FEDERAL REPUBLIC OF NIGERIA
KANO STATE GOVERNMENT
3RD URBAN WATER SECTOR REFORM PROJECT IN KANO STATE
PROJECT EXTERNAL FINANCIAL AUDIT SERVICES
REQUEST FOR EXPRESSIONS OF INTEREST

The Kano State Government has received financing from the Agence Francaise de Developpement (“AFD”) to support the implementation of the 3rd National Urban Water Sector Reform Project in Kano State. The project will improve the water supply infrastructure, governance, and operation and maintenance capabilities of the Kano State Water Board (KnSWB) to provide improved water supply service to the Greater Kano area. The project Implementing Agency, KnSWB, on behalf of the Kano State Government, intends to use part of the funds thereof for payments for the following services under the project: Project External Financial Audit Services.

KnSWB now wishes to hire an experienced and qualified Audit Firm to provide External Financial Audit (EFA) Services. The objective of the EFA Services is to prepare annual project financial audits over the six-year life of the project, for submission to the Kano State Government and AFD. The first Audit is planned for approximately November 2020, with subsequent annual Audits to the Project close-out in 2025. The EFA Contract will include for six (6) Annual Audits. Services required for each Annual Audit Include but are not limited to:

(1) Conduct the audit in accordance with the International Standards on Auditing (ISAs) and express an opinion as to the reasonableness of the Project Financial Statements in all material respects, as well as include tests and verification procedures as the auditor may deem necessary.
(2) Review Project Financial Statements prepared by the Project Financial Management Unit (PFMU) and supporting accounting Information such as bank records. Statements of Expenditure (SOE) and others, and express an opinion on the Project Financial Statement in accordance with International Standards on Auditing (ISA).
(3) Review and express an opinion on the Statement of Expenditure (SOE) to confirm that project funds were utilized for the purpose intended, with due attention to economy, efficiency and effectiveness.
(4) Verify that project funds have been used in accordance with the terms and conditions of the AFD Credit Facility agreement, with due attention to economy, efficiency and effectiveness.
(5) Verify that expenditure of project funds has been approved at the correct levels of delegated Authority, including obtaining necessary AFD ‘No Objection Letters’.
(6) Verify that appropriate supporting documents, financial records and books of accounts relating to all project activities have been kept and that clear linkages exist between the books of accounts and the Project Financial Statements being audited.
(7) Establish whether the Project Financial Statements have been prepared in accordance with Generally Accepted Accounting Principles (GAAP) and International Public Sector Accounting Standards (IPSAS).
(8) Undertake a comprehensive assessment of the adequacy and effectiveness of the accounting and overall internal control system to monitor expenditures and other financial transactions.
(9) Include in the audit reports opinion on compliance with procedures designed to provide reasonable assurance of detecting misstatements due to errors or fraud that are material in the financial statements, as well as identify and comment on conditions that significantly indicate possible fraud and control risks.
(10) In addition to the Audit report, the External Auditor will be expected to prepare a Management Letter giving observations and comments, and providing recommendations for improvements in accounting records, systems controls and compliance with the FMS and financial covenants in the Credit Facility Agreement.
(11) The above services are to be provided on an annual basis for the 6-year life of the project, approximately starting November 2020 and ending 2025.

The External Financial Auditor will report to the State Government Project Steering Committee (PSC) and maintain Independence, both in fact and in appearance, of the Implementing entities being audited. The review of records shall be done on site, while the reports can be generated off-site. The estimated project expenditure over the 6-year life of the project for which audits shall be carried out is $75 million, composing contracts for works, goods and services and internal operational costs.

The Audit firm must be an independent, qualified and reputable auditing firm and must have at least ten (10) years of relevant and diversified professional experience in auditing with sizeable portfolio Including experience in financial auditing of government agencies and International donor funded projects.

The firm will preferably have experience conducting financial audits for major internationally funded infrastructure development projects in Nigeria, preferably in the water supply or utility sectors. As well, the firm should be familiar with procurement guidelines of the major Development Finance Institutions (DFIs), preferable those of the AFD or World Bank, and with FIDIC Conditions of Contract.

The firm must have clear knowledge and understanding of International Standards of Auditing and should possess internationally accepted quality assurance procedures and certifications, for example ISO or equivalent. The Audit Firm is required to have an office or a local affiliate based in Kano to provide for better communications and Interface with the Client.

The Firm must have a team of qualified audit experts with skill set needed to successfully undertake the audit assignment. Staff assigned by the Audit Firm shall include professional audit personnel certified and licensed to provide external audit services by the appropriate accounting bodies such as the Institute of Chartered Accountants of Nigeria (ICAN), the Association of National Accountants of Nigeria (ANAN) or other internationally recognized accounting designation that provides certification to practice accounting and prepare audits in Nigeria. These personnel need to have prior experience in financial audit of government agencies to international auditing standards (ISA) and on large internationally financed development projects.

The Audit assignment will be a lump-sum contract for all 6 audits based on Quality and Cost Based (QCBS) selection in accordance with AFD Procurement Guidelines.

The rough estimate of Key Experts’ time-input is: 20 person- months

This figure for person-months is, however, indicative only and will be confirmed in the Request for Proposals.

Kano State Water Board hereby invites Applicants to interest in delivering the Services described above.

This Request for Expressions of Interest (REOI) is open to: Audit Firms or Joint Venture of Audit Firms.

Eligibility criteria for AFD financed projects are specified in sub-clause 1.3 of the “Procurement Guidelines for AFD Financed Contracts in Foreign Countries”, available online on AFD’s website: http://www.afd.fr .

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

NIGERIAN AGIP OIL COMPANY LIMITED-

ADVERT FOR TENDER OPPORTUNITY: UPGRADE OF THE BRASS TANK FARM DELUGE SYSTEM

NIGERIAN AGIP OIL COMPANY LIMITED
OPERATOR OF THE NNPC/NAOC/OANDO LIMITED
ADVERT FOR TENDER OPPORTUNITY
UPGRADE OF THE BRASS TANK FARM DELUGE SYSTEM
NIPEX TENDER NO 1000004812

1. INTRODUCTION
Nigerian Agip Oil Company Limited (NAOC) intends to award one (1) Contract for Upgrade of the Brass Tank Farm Deluge System.

The work estimated to be completed within 16 months from the commencement date of contract.

NAOC, therefore, invites submissions for the purpose of technical evaluation from suitable and reputable companies having the capability and experience to undertake the under defined scope of work.

2. SCOPE OF WORK
The scope of work for this process covers but is not limited to the following activities:
(i) Supply and installation of twenty-one (21) new foam pre-mixers based on calculated foam requirements for each protected area existing pre-mixers to be replaced, 9Nos Foam Chambers for 23 project areas, 84 Nos Foam Pourers for 23 project areas, 1200 pcs Foam/Water Spray Nozzles for 23 project areas with piping materials and accessories (GRE Pipes, Deluges Valves, Manual Valves Elbows, Flanges, Tees, Reducer, Poets, Gaskets & Bolts/Nuts for 23 project areas)

(ii) Procure and Install two new Pre-mixer tanks for the New API and the Fuel Dump area. These areas have not been covered by existing Pre-mixer systems.

(iii) Dismantling and replacement of the existing water spray and foam systems in the tanks with Carbon Steel Pipes with internal coating to mitigate corrosion complete with new injector systems The battery limit for the replacement shall be limited to the Risers and compromised sections of the rings around the Tanks with accelerated work attention paid Tank 5 due to the low pressure currently experienced around the Tank

(iv) Extension of the F&G system to cover the Gun Barrel, API Skimmer, and dock area Pumps)

(v) Supply and installation of side glass level gauge at the new BFF water storage tank.

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

NORWEGIAN REFUGEE COUNCIL-

INVITATION TO TENDER FOR DRILLING AND EQUIPPING OF BOREHOLES IN MUBI AND YOLA LGAS OF ADAMAWA STATE

NRC
NORWEGIAN REFUGEE COUNCIL
NRC NIGERIA -OPEN NATIONAL TENDER

The Norwegian Refugee Council (NRC) is a non-governmental, humanitarian organization with 60 years of experience in helping to create a safer and more dignified life for refugees and internally displaced people. NRC advocates for the rights and provides assistance, protection and durable solutions to refugees and internally displaced persons worldwide. NRC has been operating in Nigeria since late 2015 providing assistance with Emergency shelter, Livelihoods and Food Security, Water, sanitation and hygiene sectors, Information and Legal Counselling and Education.

The Norwegian Refugee Council hereby wishes to invite suitably qualified companies to bid for the procurement of Goods/Works as indicated below:
• DRILLING AND EQUIPPING OF BOREHOLES IN MUBI AND YOLA LGAS OF ADAMAWA STATE
:ITB/NRC-NG/YLA/0017

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR CARGO SURVEY SERVICES AT DELTA PORT COMPLEX

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4132
EXPRESSION OF INTEREST (EOI) FOR CARGO SURVEY SERVICES AT DELTA PORT COMPLEX

A. INTRODUCTION
The Nigerian Ports Authority hereby invites reputable and competent Cargo Surveying firms to express interest in providing cargo survey services at Delta Port Complex as indicated below: TYPE OF CARGO AREA OF OPERATION LOT Containerized Cargo. All Terminals and Jetties Lot 1 General Cargo, All Terminals, and Jetties Lot 2.

Please, note that bidders are not allowed to bid for more than one (1) lot.

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR THE ENGAGEMENT OF TECHNICAL AUDITORS ON DREDGING AND CHANNEL MANAGEMENT OF PILOTAGE DISTRICTS – INTERNATIONAL COMPETITIVE BIDDING

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4135
EXPRESSION OF INTEREST (EOI) FOR THE ENGAGEMENT OF TECHNICAL AUDITORS ON DREDGING AND CHANNEL MANAGEMENT OF PILOTAGE DISTRICTS – INTERNATIONAL COMPETITIVE BIDDING

A. INTRODUCTION
The Nigerian Ports Authority seeks the services of competent and reputable local and international technical audit firms to enhance the supervision of dredging and channel management activities currently adopted through joint venture arrangements in Lagos and Bonny/Port-Harcourt Pilotage districts with reference to the contract agreements of the main dredging projects. A similar joint venture arrangement is also being proposed for the Warri/Escravos Pilotage district.

S/N LOCATION
1 Lagos Pilotage District
2 Bonny/Port Harcourt Pilotage District
3 Warri/Escravos Pilotage District

Bidders are not allowed to bid for more than one (1) lot.

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

NIGERIAN PORTS AUTHORITY-

PREQUALIFICATION FOR PROVISION OF INSURANCE COVER FOR NIGERIAN PORTS AUTHORITY – NATIONAL SHOPPING LIST

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4133
PREQUALIFICATION FOR PROVISION OF INSURANCE COVER FOR NIGERIAN PORTS AUTHORITY – NATIONAL SHOPPING LIST

A. INTRODUCTION
The Nigerian Ports Authority hereby invites reputable and competent Underwriting Companies and Insurance Brokers to submit prequalification documents for the under-listed projects. Prequalified firms would be shortlisted for a period of twenty-four (24) months effective from 1st January 2021 to 31st December 2022 and renewable annually subject to satisfactory performance.

DESCRIPTION/LOCATION
Group Life Assurance – Underwriter
Group Life Assurance – Broker
Non-Life Cover – Underwriter (Excluding Motor Vehicles)
Non-Life Cover – Broker (Excluding Motor Vehicles)
Offshore Cover – Broker (Marine Hull & Machinery, Protection & Indemnity, etc.)

Please, note that bidders are not allowed to bid for more than two (2) lots. For administrative convenience, motor vehicles will be exclusively covered by the Lead Non-Life Underwriter and Lead Non-Life Broker. Where a bidder decides to bid for two (2) lots, submission on each should be done separately.

B. SCOPE OF SERVICES
The scope of services shall include but not limited to the following:
(i) Cover for all moveable and immoveable assets of the Authority (vessels, vehicles, buildings, navigational facilities, contents, computers, etc.
(ii) Cover for all Officers and Staff of the Authority against bodily injury and death.
(iii) Cover for legal liabilities of the Authority arising out of her operations.

Further information is contained in the Request for Proposal (RFP) to be issued to prequalified bidders.

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR PROVISION AND IMPLEMENTATION OF BUSINESS CONTINUITY AND DISASTER RECOVERY SOLUTION FOR NPA DATA CENTRE

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4128
EXPRESSION OF INTEREST (EOI) FOR PROVISION AND IMPLEMENTATION OF BUSINESS CONTINUITY AND DISASTER RECOVERY SOLUTION FOR NPA DATA CENTRE

A. INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent ICT firms to submit Expression of Interest (EoI) documents for the provision and implementation of disaster recovery solution in a collocation tier 3 data center. The essence of this solution is to align with best technology practices concerning the availability of the disaster recovery center in line with the technology transformation objectives of the Authority.

B. SCOPE OF SERVICES
The Tier 3 data center provider is expected to house the disaster recovery equipment in their Data Center with the below specifications:
(a) Provide 42U Rack with all facilities at a tier-3 Data Centre as Co-Location.
(b) Physically diverse and redundant dark Fiber Link between NPA and the tier 3 Data Center with SFP module.
(c) 10KW power per Rack availability.

More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms.

C. ELIGIBILITY CRITERIA
Interested companies should submit bound bid documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR THE PROVISION OF PORT-BASED BALLAST WATER MANAGEMENT SYSTEM (BWMS)

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4134
EXPRESSION OF INTEREST (EOI) FOR THE PROVISION OF PORT-BASED BALLAST WATER MANAGEMENT SYSTEM (BWMS)

A. INTRODUCTION
The Nigerian Ports Authority is desirous of engaging qualified private sector partners to install operate, maintain and manage Port-Based Ballast Water Management (BWM) System in the underlisted locations under the Build, Operate and Transfer (BOT) arrangement:

LOCATION LOT NO
Lagos Port Complex (LPC) Lot 1
Tin Can Island Port (TCP) Lot 2
Onne Port Complex Lot 3
Rivers Port Complex Lot 4
Delta Ports Lot 5
Calabar Port Lot 6

Bidders are not allowed to bid for more than two (2) lots

B. SCOPE OF SERVICE
The scope of service includes but not limited to the provision of Port-Based Ballast Water Management System (WMS) with the underlisted facilities for (6) port locations mentioned above:
a. Shore-based Reception Treatment Facilities capable of storing not less than 100,000 cubic meters of water.
b. Provision of pumping systems with pumping capacity of not less than 600 cubic meters per hour. Fitted to provide D-2 compliant water to visiting vessels.
c. Provision of IMO type-approved (0-2 standard) Mobile Treatment Reception Systems with Treatment capacity of not less than 300 cubic meters per hour. Fitted to provide D-2 compliant water to visiting vessels.
More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms.
Interested firms should submit bound EOl documents duly signed paginated, separated by dividers and arranged in the order outlined hereunder:

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR NIGERIAN PORTS AUTHORITY (NPA) TECHNOLOGY INFRASTRUCTURE REFRESH COVERING SOFTWARE DEFINED DATA CENTRE NETWORK, DISASTER RECOVERY NETWORK AND SD HQ/CAMPUS

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4134
EXPRESSION OF INTEREST (EOI) FOR NIGERIAN PORTS AUTHORITY (NPA) TECHNOLOGY INFRASTRUCTURE REFRESH COVERING SOFTWARE DEFINED DATA CENTRE NETWORK, DISASTER RECOVERY NETWORK AND SD HQ/CAMPUS

A. INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent ICT firms to submit Expression of Interest (EoI) documents for the Provision, Installation, Implementation Maintenance, Migration and Training Services for Software Defined Data Centre (SDDC) with SDN Controller, DWDM, Software Defined Campus, Software Defined Wide Area Network (SD-WAN) and Firewall Solutions. The essence of this solution is to align with best technology practices to have a wider and faster reach and seamlessly drive revenue generation in line with the technology transformation objectives of the Authority.

B. SCOPE OF SERVICES
The ICT firm is expected to evaluate the existing Network Understand/Align on new design, Procure Devices and Equipment on Bill of Quantity (BoQ). Install procured equipment in line with best practice, Commission and maintain the Authority’s (NPA) new Enterprise Network Infrastructure made up of the following components:
a. Software Defined Data Center-Primary & Disaster Recovery Data Centers.
b. Active-Active Data Centers (Primary & DC) using Dense Wavelength Division Multiplexing (DWDM)
c. Software Defined Campus with integration of Wired and WIFI 6 Wireless LANs at Main Campus and Branches
d. Software Defined-Wide Area Network (SD-WAN) branches connectivity to HQ Campus and Data Center.
e. End-End Network Security
More Information on the scope of services is contained in the Request for Proposal to be issued pre-qualified firms.

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

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR UPGRADE OF NPA DATA CENTRE (SERVERS, STORAGE AND BUSINESS CONTINUITY)

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4131
EXPRESSION OF INTEREST (EOI) FOR UPGRADE OF NPA DATA CENTRE (SERVERS, STORAGE AND BUSINESS CONTINUITY)

A.  INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent Information and Communication Technology (ICT) firms to submit Expression of Interest documents for the provision, installation, implementation, maintenance, migration and training services for servers, storage, Hyper Converged Infrastructure (HCI), Backup & Recovery, Disaster Recovery and Business Continuity Solutions. The essence of this solution is to align with best technology practices to have a wider and faster reach and seamlessly drive revenue generation in line with the technology transformation objectives of the Authority.

B. SCOPE OF SERVICES
The ICT Firm is expected to be able to provide an end-to-end infrastructure solution, integrate existing services and ensure no downtime during the delivery of the expectations below;
(a) Provision and Installation of intelligent Servers, All Flash Storage and Switches to meet the performance requirements and business need of the organization.
(b) Solution and ensuring business continuity in place.
(c) Migration of Services from RISC to CISC servers, IT application and ensure infrastructure security.
(d) Implement and Provide a strong and secure business continuity and disaster recovery plan.
(e) Ensure speedy delivery of services, Eradicate manual task and provisioning of resources
More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms.

C.  ELIGIBILITY CRITERIA
Interested firms should submit bound EOI documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
(i) EXPRESSION OF INTEREST REQUIREMENTS
(1.0) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7.
(2.0) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017,2018 & 2019) valid till 31 December 2020 with minimum cumulative turnover of N500 Million.
(3.0) Evidence of Company’s Audited Accounts for the last three (3) years (2017, 2018 & 2019) duly signed by ANAN/ICAN licensed Auditors.
(4.0) Evidence of Current Pension Clearance Certificate from National Pension Commission (PENCOM) valid till 31 December 2020.
(5.0) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2020
(6.0) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December 2020.
(7.0) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(8.0) Sworn Affidavit disclosing:
(i) That the Company does not have any Director who has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
(ii) Whether or not any officer of the relevant committees of the Nigerian Ports Authority (NPA) or Bureau of Public Procurement (BPP) is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
(iii) That the Company is not in receivership, subject of any form of insolvency or bankruptcy proceeding or the subject of any form of winding up petition or proceedings.
(9.0) 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 (preferably GSM No.), fax and e-mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company/Firm at the bottom of the page.
(10.0) 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.
(11.0) Company profile to include names, qualification (copies of relevant academic and professional qualifications of such personnel must be attached) and experience of key personnel in implementation of Servers, Storage, HyperConverged Infrastructure and related projects. Firm must have staff with ITIL, HCIP-Storage or Cloud Computing or any other similar professional certification-CCNA, MSCE, etc.
(12.0) Verifiable documentary evidence of at least two (2) similar projects on the Provision and Implementation of Servers, Storage, HCI, Backup, Disaster Recovery and Business Continuity Solutions in the last ten (10) years in Nigeria by including Letters of Award, Contract Agreements, Job Completion Certificates, etc. Firm must be a minimum of an Authorized Channel Partner.
(13.0) Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA)
(14.0) Failure to comply with items 1 -13 above will lead to disqualification of the bid. (This is applicable for non-Joint Venture submissions).
(15.0) For Joint Venture (JV)/Partnership, Memorandum of Understanding (MoU) should be provided. (Items 1 -12 are compulsory for each national JV partner).

D.  SUBMISSION OF EXPRESSION OF INTEREST (EOI) DOCUMENT
Interested bidders are to submit two (2) bound copies of EOI documents, paginated and arranged with dividers as indicated above. The EOI documents should be submitted in sealed envelopes and addressed to “EXPRESSION OF INTEREST (EOI) FOR UPGRADE OF NPA DATA CENTRE (SERVERS, STORAGE AND BUSINESS CONTINUITY)” Specifying PUBLIC NOTICE NO: 4131 and dropped in the designated Tender Box located on the 3rd floor of NPA annex Building, 1, Joseph Street, off Marina Lagos not later than 11.00am on Thursday, 15 October 2020.

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