NATIONAL SOCIAL INVESTMENT PROGRAMME AGENCY (NSIPA) FEDERAL SECRETARIAT, PHASE I, ABUJA INVITATION FOR EXPRESSION OF INTEREST (EOI)
The National Social Investment Programme Agency (NSIPA) invites reputable and experienced firms to submit Expressions of Interest (EOI) for consultancy and related services in line with the Public Procurement Act, 2007 under the following Lots:
LOT C1: Consultancy Services for Specialized Training & Quality Assurance; LOT C2: Services of Starter Pack Refurbishment, Repairs and Quality Assurance; LOT C3: Consultancy Services for Renting of Warehouses, Logistics and Distribution of Starter Packs; LOT C4: Consultancy Services for Propagation of Media and Stakeholder Engagement.
MANDATORY ELIGIBILITY REQUIREMENTS 1. Certificate of Incorporation with CAC (Form CAC 1.1) and current CAC Annual Returns; 2. Company Income Tax Clearance Certificate for the last three (3) years; 3. PENCOM, ITF and NSITF Compliance Certificates; 4. BPP Interim Registration Report (IRR);
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NIGERIA MARITIME UNIVERSITY OKERENKOKO, DELTA STATE, NIGERIA INVITATION TO TENDER FOR 2025 TETFUND INTERVENTION FOR ICT SUPPORT
INTRODUCTION The Nigeria Maritime University, Okerenkoko, Delta State, in accordance with the requirements of the Public Procurement Act, 2007 and other extant government regulations, intends to undertake the procurement of ICT Hardware and Capacity Development for Year 2025 TETFund Intervention for ICT Support following allocation of funds.
Competent and experience firms with relevant experience and good track record of prompt delivery of similar projects are hereby invited to submit bids for pre-qualification and tender exercise for the projects listed below:
PROJECT DESCRIPTION LOT | DESCRIPTION OF PROJECTS Lot 1 | Procurement of ICT Hardware Lot 2 | Capacity Development
2. ELIGIBILITY REQUIREMENTS Competent and interested companies who have requisite experience and desire to execute the projects are required to submit the following documents with verifiable evidence for assessment and consideration: i. Certificate of Incorporation and Registration with Corporate Affairs Commission (CAC) including form CAC2 and CAC7 ii. Evidence of Company Tax Clearance Certificate for the last three years, valid till 31st December 2025 iii. Evidence of Pension Compliance Certificate (PENCOM) valid till 31st December 2025 iv. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 v. Evidence of National Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2025 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 2025 or valid Certificate issued by BPP vii. A sworn affidavit specifying that the company is not in receivership, insolvent or bankrupt, and none of the Directors has been convicted in any court for any criminal offence, including fraud and financial impropriety; and that no officer of the University, BPP or Federal Ministry of Education is a former or present Director or Shareholder or has a pecuniary interest in the bidder; and confirming that all information presented in its bid are true and correct in all particulars. viii. Comprehensive company profile indicating organizational structure with curriculum vitae for key staff to be deployed for the project, including copies of their Academic, Professional qualifications such as: COREN, QSRBN, ARCON and resumes of key managerial and technical staff with address; phone numbers and e-mail addresses. ix. Verifiable evidence of similar services, jobs or assignments successfully executed in the past x. Reference letter from a Bank stating the financial ability of the Vendor to carry out such project(s) xi. Letter of Authorization from the Original Equipment Manufacturer (OEM) xii. 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 Joint Venture xiii. All documents for submission shall be transmitted with a forwarding letter under the Company/Firm’s Letter headed paper bearing amongst others, Registration number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (Preferably GSM No.), and Email Address. The Letter headed paper shall bear Names and Nationalities of the Directors of the Company at the bottom, duly signed by the authorized officer of the firm.
3. COLLECTION OF TENDER DOCUMENTS Interested Companies are to collect Standard Bidding Documents from the Procurement Division (Office of the Vice-Chancellor), Nigeria Maritime University, Okerenkoko, Delta State between 9am – 4pm (Monday-Friday) on payment of a non-refundable fee of Ten Thousand Naira (N10,000) only to be paid into Nigeria Maritime University, Okerenkoko TSA Remita Internally Generated Revenue Account with CBN through any Commercial Bank and obtain receipt from the Bursary Department.
4. SUBMISSION OF TENDER DOCUMENTS Prospective bidders are to submit bid for each of the Lot desired, and two (2) hard copies each of the technical and financial bids with softcopy of financial bids only in MS Excel format package separately in a sealed envelope and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, the two sealed envelopes should be enclosed in a bigger sealed envelope clearly marked with “Name of Project” and “Lot No” on the right-hand corner, the name of the Bidder on the reverse side of the envelope and addressed to: The Vice-Chancellor, Nigeria Maritime University, Okerenkoko, Delta State Attn: Head, Procurement Division Nigeria Maritime University, Okerenkoko, Delta State.
The tender documents are to be delivered by hand and dropped in the Bid Box at the Procurement Division not later than 12:00noon on Tuesday, 17th February 2026.
5. OPENING OF BIDS The Tenders will be opened immediately after the submission deadline on Tuesday, 17th February 2026 and Tenderers, Procurement Observers and the general public are invited to attend the opening ceremony of the bids at the University Auditorium.
UNIVERSAL SERVICE PROVISION FUND NIGERIAN COMMUNICATIONS COMMISSION HEAD OFFICE, 9TH FLOOR, PLOT 423, AGUIYI IRONSI STREET, MAITAMA DISTRICT, ABUJA, FCT. www.uspf.gov.ng EXPRESSION OF INTEREST
1. INTRODUCTION The Universal Service Provision Fund (USPF) was established by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal access and universal service to Information and Communication Technology (ICT) in rural, unserved and under-served areas in Nigeria.
To achieve the above statutory mandate and in compliance with the provisions of the Public Procurement Act 2007, the Universal Service Provision Fund under its 2025 budget hereby invites qualified reputable contractors and service providers to submit Expressions of Interest (EOIs) documents for the following Consultancy Services:
EXPRESSION OF INTEREST
LOT
DESCRIPTION
LOCATION
CBO-1
Capacity Building of Community Based Organizations
North
CBO-2
Capacity Building of Community Based Organizations
South
IISED
Innovative ICT Solutions and Entrepreneurship Development
Nationwide
AG
Update of USPF Access Gap
Nationwide
AR
Preparation and Publication of Annual Report
HQ, Abuja
IMP
Impact Assessment
HQ, Abuja
ICTP
ICT Penetration Analysis and Needs Assessment
HQ, Abuja
2. ELIGIBILITY REQUIREMENTS Prospective bidders should submit the following documents: a. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including form CAC1.1 or CAC2 and CAC7; b. CTC of Articles and Memorandum of Association of the Company. It must show that the company has ICT related activities as part of its objectives (Not a requirement for AR, CBO & IMP); c. Evidence of filing annual returns for the preceding three years (2022, 2023, and 2024) by inclusion of an acknowledgment letter from CAC; d. Evidence of Company Income’s Tax Clearance Certificate for the preceding three (3) years (2022, 2023, and 2024) valid till 31st of December 2025; e. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 and above); f. 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); g. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2025; h. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring by 31st December, 2025 or valid Certificate issued by BPP; i. Sworn Affidavit: – disclosing whether or not any officer of the relevant committees of the Universal Service Provision Fund 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; – that no Director 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; – that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings; j. Company’s audited accounts for the last three (3) years – 2022, 2023, & 2024; k. Reference letter from a reputable bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; l. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic and Professional qualifications; m. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects; n. For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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: NOT MORE THAN TWO COMPANIES SHOULD FORM A JOINT VENTURE; o. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s letterhead 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 an authorized officer of the firm.
3. COLLECTION OF DOCUMENTS Only shortlisted Consultants will be invited at a later date for collection of Request for Proposals.
4. SUBMISSION OF DOCUMENTS i. Bids must be in English Language and signed by an official authorized by the bidder ii. Interested Firms are to submit two (2) hard copies in a sealed envelope for Expression of Interest for each of the Lots desired; iii. Thereafter put the sealed envelopes together in a bigger sealed envelope addressed to: The Secretary, Universal Service Provision Fund, Nigerian Communications Commission Head Office, 9th Floor, Plot 423 Aguiyi Ironsi Street, Maitama, Abuja. iv. Each bid package shall be clearly marked with the following information on both sides of the envelope: • ‘USPF/EOI/LOTX/2025 at the top right hand corner; Please note that X denotes the Lot Name • Name of Proponent on each of the enclosed document; • Contact Name, Phone Number and E-Mail Address; v. All copies of the bids shall be duly signed by an authorised representative of the Proponent. In the event of any discrepancy between copies, the original shall govern; vi. Interested Parties shall not bid for more than two (2) Lots of all 2025 USPF Goods, Works and Services; vii. USPF will assume no responsibility for the content of tamper evident bids or for non-compliance with this instruction. Bids that do not comply with this section shall be disqualified; viii. Kindly note that submissions shall be subjected to verification from relevant authorities. Fake documents and false declaration shall be forwarded to the relevant prosecution authorities; ix. Bidders can submit through Post (Courier Services); x. THE DEADLINE FOR SUBMISSION IS 12:00 pm On Monday, 23rd February, 2026.
5. OPENING OF DOCUMENT i. KINDLY NOTE THAT THE EXPRESSION OF INTEREST (EOI) DOCUMENTS WILL BE OPENED IMMEDIATELY AFTER THE DEADLINE FOR SUBMISSION at 12:00 pm on Monday, 23rd February, 2026.
Please ensure that you sign the Bid Submission Register in the office of the undersigned, as the Universal Service Provision Fund will not be held liable for misplaced or wrongly submitted bids. Failure to comply with the instructions shall lead to disqualification.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
SOKOTO RIMA RIVER BASIN DEVELOPMENT AUTHORITY FEDERAL MINISTRY OF WATER RESOURCES & SANITATION DAMALE KAITA HOUSE, GUSAU ROAD, PMB 2223, SOKOTO SOKOTO STATE OF NIGERIA INVITATION TO TENDER
1.0 INTRODUCTION 1.1 Sokoto Rima River Basin Development Authority (S.R.R.B.D.A.) in furtherance of its statutory mandate intends to undertake the Procurement of various Works, Goods and Services under the 2025 Capital Appropriation/Zonal intervention projects in accordance with Extant Provision of Section 25 of the Public Procurement Act, 2007. 1.2 The Authority therefore invites all experienced and competent Contractors, Suppliers and Consultants/Service providers with relevant experience for consideration for the execution of the following projects.
2.0 SCOPE OF WORK & GOODS The Scope of Works/Supply/Service for the projects earmarked for execution is categorized as follows:
2.1 INVITATION TO TENDER (WORKS AND GOODS) Interested Contractors/Suppliers are invited to submit bids for the following procurements.
LOT E
LOT
PROJECT DESCRIPTION
E1
Supply and installation of laboratory and science equipment in Jibwis secondary school of nursing in Gwadengwaji in Kebbi central senatorial district, Kebbi state
E2
Purchase of school furniture at Aliero town primary school in Kebbi central senatorial district, Kebbi state
E3
Purchase of school furniture at Jega model primary school in Kebbi central senatorial district, Kebbi state
E4
Purchase of school furniture at Gwandu town primary school in Kebbi central senatorial district, Kebbi state
E5
Purchase of school furniture at Nizzamiyya primary and secondary school, Aliero in Kebbi central senatorial district, Kebbi state
E6
Repair and renovation of town hall facility in Maiyama town in Kebbi central senatorial district, Kebbi state
E7
Supply of food items (maize) to indigent families in Kebbi central senatorial district, Kebbi state
E8
Supply of food items (rice) to indigent families in Kebbi central senatorial district, Kebbi state
E9
Supply of improved rice, maize and millet seeds to various farming communities in Kebbi central senatorial district, Kebbi state
E10A
Provision of solar power borehole in various locations in Sokoto North Federal Constituency, Sokoto state
E10B
Provision of solar power borehole in various locations in Sokoto South Federal Constituency, Sokoto state
E10C
Provision of solar power borehole in various locations in Sokoto North/South (A,B,C) Federal Constituency, Sokoto state
E11
Provision of hand pump borehole in Yauri/Shanga/Ngaski Federal Constituency, Kebbi state
E12
Purchase of solar powered water pumps to Kebbi central senatorial district, Kebbi state
E13
Purchase of beds and beddings to comprehensive girls secondary school in Aliero, Kebbi central senatorial district, Kebbi state
3.0 ELIGIBILITY REQUIREMENTS:
Interested and Competent Contractors, Suppliers and Service Providers/Consultants wishing to carry out any of the Projects under the above are required to submit the following documents in their Technical Proposals: a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC₁, or CAC₂ and CAC₇. Business Name with Form BN1 is also acceptable for Services; b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2025; c. Evidence of Pension Clearance Certificate valid till 31st December, 2025 (this requirement is only applicable to bidders whose number of staff is 15 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. Certificate of Independent Tender Determination. h. Sworn Affidavit: – Disclosing whether or not any officer of the relevant committees of the Sokoto Rima River Basin Development Authority 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; – that no Director 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; – that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings. – that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months; i. Company’s Audited Accounts for the last three (3) years–2022, 2023 & 2024, duly acknowledged by the Federal Inland Revenue Service (FIRS); j. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed; k. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc.; l. 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, Valuation Certificates, Job Completion Certificates from procuring entity and Photographs of the projects; m. Works: List of Plants/Equipment with proof of Ownership or Lease Agreement. Irrevocable lease letter & any lease letter above TWO (2) years from the date of submission of tender in response to this advertisement are not acceptable; n. Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA); o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided indicating among others the Lead Partner (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. -Note that all documents/information required must be paginated, submitted in the Sequence/order as listed above.
4.0 COLLECTION OF TENDER DOCUMENTS. Interested Companies are to collect the Bidding Document (BD) from the Office of Head of Procurement, Sokoto Rima River Basin Development Authority, Damale Kaita House, Ground Floor, on evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, per Lot, paid into the Sokoto Rima River Basin Development Authorities’ Remita Account in any reputable Commercial Bank in Nigeria.
5.0 SUBMISSION OF TENDER DOCUMENTS Invitation to Tender (Works and Goods) Prospective bidders are to submit bid for each of the lot desired in two (2) hard copies each of the technical and financial bids with softcopy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to the Managing Director, Sokoto Rima River Basin Development Authority, KM. 10 GusaU Road Sokoto State and clearly marked with the Name of the Project and the Lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and should be deposited in the Tender Box at the address in 4.0 above, not later than 12:00 noon on Monday 23rd Feb, 2026.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
NIGERIAN INSTITUTE FOR OIL PALM RESEARCH (NIFOR) (AN INSTITUTE UNDER FEDERAL MINISTRY OF AGRICULTURE AND FOOD SECURITY) KILOMETER 7, BENIN AKURE ROAD, PRIVATE MAIL BAG 1030, BENIN CITY, NIGERIA www.nifor.gov.nginfo@nifor.gov.ng INVITATION TO TENDER FOR EXECUTION OF 2025 CAPITAL PROJECT
INTRODUCTION The Nigerian Institute for Oil Palm Research (NIFOR) is a Federal Parastatal under the Federal Ministry of Agriculture and Food Security. The Institute provides support, through Research and Development to the Oil Palm, Coconut, Raphia, Date Palm and Shea value chain in Nigeria.
In compliance with the requirements of the Public Procurements Act (2007) of the Federal Republic of Nigeria, for Certification of Standard Procedure for execution of works project, the Institute intends to undertake a pre-qualification exercise for some more approved Capital Project for year 2025. Accordingly, the Institute invites competent and interested contractors to indicate interest for pre-qualification to tender for the projects.
2. SCOPE OF WORK FOR 2025
CATEGORY A: WORKS LOT W08: Construction of 1.5km road at Ashame, Delta North Senatorial District LOT W09: Construction of 1.5km Idumuje Ugboko link road, Delta North Senatorial District LOT W10: Construction of 1.5km road at Ghana quarter, Ukwani Delta North Senatorial District LOT W11: Procurement and installation of transformers in Nsukwa Asaba, Akwuose, Okpanam and Ilah, Delta North Senatorial District LOT W12: Reclamation/sand filling Aboh/Ugbene/Dr Imegwu quarter, Aboh, Ndokwa East LGA, Delta State LOT W13: Solar powered borehole, overhead tank and reticulation in Ukwunzu Delta North Senatorial District LOT W14: Construction of solar powered borehole and reticulation in Utagba Ogbe Kwale, Delta North Senatorial District
3. ELIGIBILITY REQUIREMENTS: Only Contractors that have proven capabilities, relevant experience and good track records, will be considered for these competitive tenders. Such interested bidders are required to provide the following: a. Evidence of certificate of incorporation with the Corporate Affairs Commission (CAC) including form CAC₁ or CAC₂ and CAC₃; b. Evidence of Company Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2025. c. Evidence of current Pension Clearance Certificate valid till 31st December 2025. d. Evidence of current Industrial Training Fund (ITF) compliance Certificate valid till 31st December 2025. e. Evidence of current Nigerian 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. Affidavit: – Disclosing whether any officer of the relevant committees of the Nigerian Institute for Oil Palm Research or the Bureau of Public Procurements 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. – That no Director 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. – That the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition of proceedings. – That the Company does not have an existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months. h. Company’s Audited Accounts for the last three (3) years – 2022, 2023 and 2024. i. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for execution of the project when needed. j. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (COREN, OSRBN, ARCON, CORBON etc.). k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letter of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects. l. Works: List of Plants/Equipment with proof of Ownership/Lease Agreement. m. For joint venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC. Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR and Affidavit are compulsory for each JV Partner). n. 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 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.
You need to be logged in to view the rest of the content. Please Log In. Not a Member? Join Us
No Comments
Sorry, the comment form is closed at this time.