Procurement of ICT Equipment and Payment of Bandwidth Subscription at Federal College of Education Kano State

Science and Technology Education Post-Basic

(Step-B Project)

(World Bank Assisted)

 

Federal College of Education Kano

P.M.B 3045, Kano State

Credit No. 4304 UNI

 

Invitation for Bids (IFB)

Procurement of ICT Equipment and Payment of Bandwidth Subscription

1.       This invitation for Bids follows die general procurement notice for this project that appeared in Development ‘Business’ issues No. 591 of 2nd July, 2007.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from international Development Agency towards the implementation of   Science and Technology Education Post Basic [STEP-B] Project and it intends to apply part of the proceeds of this credit to payment under the contract for the Supply of Information and Communication Technology   (ICT) and Teaching Equipments, Web design and hosting, Bandwidth  Expansion and subscription at the Federal College of Education, Kano,  Kano State.

 

3.       The Federal College of Education [FCE], Kano. participating in the implementation of the Science and Technology Post Basic Project now invites sealed bids from eligible and qualified bidders for procurement of the following:

 

Item No. Description of Items Quantity Bid Security Delivery Period Location
Lot 1 Band width expansion and payment of subscription 1 2.5% 60days FCE Kano, Kano State
Lot 2 Web design and Hosting 1 2.5% 60days FCE Kano, Kano State
Lot 3 Procurement of ICT equipment Various 2.5% 60days FCE Kano, Kano State
Lot 4 Procurement of teaching equipment Various 2.5% 60days FCE Kano, Kano State
Lot 5 Split Air conditioners 4 2.5% 60days FCE Kano, Kano State

 

Evaluation shall be conducted on a lot-by-lot basis and discounts for one or more lots will be considered during evaluation.

 

1.       Bidding will be conducted through National Competitive Bidding (NCB) a procedure specified in the World Bank Guideline for procurement under IBRD loan and IDA credits, and is open to all bidders tan eligible source countries as define in the guidelines.

 

2.       Interested eligible bidders may obtain farther information from science and

Technology Education post-Basic Project, FCE, KANO at the address below    and inspect the Bidding Documents from 8:00am to 4:00pm Monday to         Friday.

 

3.       Qualification Requirement includes:

  • Evidence of previous supply (sale) or similar Equipment proposed for the last 5 years.
  • Audited Financial Statement for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working  capital.

A margin of preference for eligible national contractor shall not be applied: Additional details are provided in the Bidding Documents.

 

4.       A complete set of Bidding Document in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of N10,000.00 (Ten Thousand Naira) only. The Method of payment will be Bank Draft in favour of Science and Technology Education Post Basic Project, F.C.E. Kano. The Bidding Document will be collected by the representative of the Bidder or by courier services on request, Bids must be delivered to the address below on or before 14th May 2012 by 12:00 noon. Electronic bidding will not be permitted.  Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at: 12:00 Noon on 14th May, 2012.

 

5.       All bids must be accompanied by a Bid security of 2.5% or an equivalent amount in a freely convertible currency.

 

6.       The address referred to above is:

 

The Project Manager

Science and Technology Education Post Basic Project (STF P-B)

Federal College of Education, Kano P.M.B. 3045, Kano State, Nigeria

E-mail: stepbfcekano@yahoo.com , sirajona@yahoo.com

Tel: 08032075580, 08099475104

 

Signed:

Project Manager

 

Expression of Interest for the 2012 Anti-Corruption Scoping Survey at Technical Unit on Governance & Anti -Corruption Reforms (TUGAR)

Nigeria Extractive Industries Transparency Initiative NEITI

Technical Unit on Governance & Anti -Corruption Reforms (TUGAR)

 

Expression of Interest for the 2012 Anti-Corruption Scoping Survey

1.      Background

The Technical Unit on Governance and Anti-Corruption Reforms- TUGAR is a research, monitoring and evaluation unit set up to respond to the critical need for a rigorous approach to policy making grounded on empirical, data collection and analysis, and in-depth country specific diagnosis on corruption and related governance issues. The initiative is part of Government of Nigeria’s policy to design country specific strategies to coordinate, monitor and evaluate anti-corruption and other governance initiatives, and to implement corrective actions as needed. TUGAR is located within the NEITI Secretariat.

 

Objective and Scope of the Assignment

 

The scoping survey is a continuation of the National Environmental Scan and Scoping Study on the anti-corruption initiatives commenced in 2009. The 2012 survey will capture and analyze all anti-corruption and related governance initiatives at the State and Local Government levels in ten [10] States of the Federation with the following components: Policy Framework; Mandates and Deliverables; Structure; Capacity Issues, Cross cutting and related issues with particular emphasis on the Public Finance Management System. The scoping shall comprise of initiatives within the government structure and initiatives by non-state actors.

 

2.       Qualification and Experience

 

The assignment requires experienced consultant(s) with a minimum of Masters degree in social science e.g. Economics, Sociology, Political Science or Law. The consultant(s) should have a minimum of ten (10) years experience in research and analytical work including a robust knowledge of the anti-corruption and related governance environment in Nigeria and a working knowledge of the global environment.

 

3.       Submission of Pre-Qualification Documents

 

Interested bidder[s] should submit a cover letter, curriculum vitae and evidence of past work in related fields. Three [3] hard copies of completed pre-qualification documents should be sealed in envelopes which shall bear the words “Expression of Interest’, specifying Anti-Corruption Scoping Survey, which should be submitted to the NEITI Secretariat, No. 1 Zambezi Crescent, 4th Floor Murjanatu House, Off Aguyi Ironsi Street, Maitama, Abuja on or before 7th May, 2012.

 

NOTE: Entries closes on Monday 7th May, 2012 by 4:00pm.

 

For more information please visit: www.neiti.org.ng , www.tugar.org.ng

 

Executive Secretary

NEITI

Invitation for Pre Qualification/Tender Exercise of Consultants for Engineering Projects at National Inland Waterways Authority

National Inland Waterways Authority

 

Invitation for Pre Qualification/Tender Exercise of Consultants for Engineering Projects

 

Introduction:

The National Inland Waterways Authority (NIWA) a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja, Kogi State invites reputable and qualified consultants with relevant experience to pre-qualify/ Tender for the Consultancy Services of the following projects:

 

Works

Lot 4:         Construction of Inland River Port at Jamata, Lokoja

Scope of Work of the Project are: Mobilization of Equipment/Personnel and Preliminaries; Earthworks, Road and Paving, Construction of Wharf, Transits Shed/Warehouse, Administrative Building; Construct/Police post/ Security Office; Water works/ Water treatment building including borehole, Staff quarters, Power Building including Electrical Installations, Demobilization of Equipment and Personnel.

 

Lot 14(B): Dredging/Sweeping of Channel along Orashi River from Oguta Lake to Degema

Scope of Work of the Projects are: Mobilization of Equipment/ Personnel, Preliminary/detailed Surveys/ Geotechnical Investigation, Dredge river from Degema to Ogufa (205km) to achieve: Bed width-40m, Top width-70m, Depth below Dredging Chart Datum (DCD)-1.5m, Execute designated Bank protection  works, Demobilization of Equipment/ Personnel.

 

Lot 16(B): Shore Protection/Dredging Reclamation Works at selected sites along River Niger.

Scope of Work of the Projects are: Mobilization of equipment/Personnel Site Clearing/Setting and Marking out Earth moving/Filling Works, Shoreline protection/Stabilization and drainage works, Site clearing/demobilization activities.

 

The General Scope of the Supervision services would involve but not limited to the followings:

 

i.        To act as the Project Managers

ii.       To ensure strict adherence to design specifications

iii.      To provide working drawings as may be necessary

iv.      To ensure that project is completed within the Contract period.

v.       To ensure that the project is completed within the budget time frame.

vi.      To amend the design where necessary but with the consent of the Client

vii.     To report all site activities to the Client

viii.    To prepare both weekly and monthly reports on Progress of the projects

 

Experienced, Registered and well qualified consultants are hereby invited to collect the Tender documents/ questionnaires from Procurement Unit of National Inland Waterways Authority (NIWA) Lokoja upon tendering evidence of payment of Tender Fee of N25,000.00 Bank draft in favour of NIWA.

 

Tendering

  • Evidence of Registration with Corporate Affairs Commission
  • Evidence of Registration with Professional bodies such as COREN, NSE, etc.
  • Evidence of similar job done within the past three (3) years
  • Detailed Company Profile indicating key Qualifications Education and Employment Records, etc.
  • Address/Office locations
  • Audited Accounts for the past three(3) years
  • Evidence of VAT Certificate
  • Evidence of Company’s income Tax payment for the past three (3) years
  • Name and Address of Banters and Reference letter from such Banks.

 

Submission

Completed Pre-qualification and Financial Proposals should be written in English language, Signed, Sealed and Marked Confidential and packaged separately and placed together in one larger envelope. Each envelope should be clearly marked accordingly to indicate Pre-qualifications and Financial Bid with Lot No…Company Name and addressed to;

 

The Managing Director

National inland Waterways Authority, Headquarters, Lokoja,

Kogi State,

 

The documents must be submitted on or before 14th May 2012 into a specially made box marked “Tender Box” at the NIWA Headquarters, Lokoja by 12.00 noon on 14th May 2012.

 

Opening of Tender Documents

All Tender documents shall be opened on 14th May, 2012 in the Presence of Consultants or their Representatives by 2.00pm at the Conference hall of NIWA Headquarters, Lokoja.

 

Please Note

(a)     Late submission shall be rejected

(b)     NIWA reserves the right to take final decision on any of the documents received in the Tender package.

(c)      NIWA will not be liable for any cost on the part of the Tender.

 

Signed

Management

General Procurement Notice for the Execution of 2012 Capital and Recurrent Projects at National Primary Health Care Development Agency

National Primary Health Care Development Agency

Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11, Abuja

 

General Procurement Notice for the Execution of 2012 Capital and Recurrent Projects

 

A.       Introduction

 

The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency in the Federal Ministry of Health responsible for development and strengthening of primary health care services nationwide. The NPHCDA intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2012 Recurrent and Capital Budget.

 

In compliance with the Public Procurement Act 2007, the Agency therefore invites interested and reputable Contractors, Pharmaceutical Manufacturers, Suppliers and Consultants with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects

 

B.       Project Description

S/N Projects//Items Description Lot No.
1 Procurement of BCG Syringe; lot No 1
2 Supply of AD Syringes; Lot No 2
3 Supply of 2ml Auto-disposable Syringes Lot No 3
4 Supply of 5ml Auto-disposable Syringes Lot No 4
5 Supply of Safety Boxes Lot No 5
6 Supply of Midwifery kits Lot No 6
7 Supply of Blood pressure Apparatus (Table Top) Lot No 7
8 Supply of Stethoscope Lot No 8
9 Supply of MNCH Drugs Lot No 9
10 Supply of MAMA Kit Lot No 10
11 Supply of Village Health Workers Kits Lot No 11
12 Procurement of Two Transformers to Abuja & Kano Cold Stores Lot No 12
13 Purchase of Hospital Ambulances Lot No 13
14 Purchase of Motor-boat Ambulances Lot No 14
15 Purchase of Operation/Project monitoring & Supervision/Evaluation Vehicles Lot No 15
16 Support to 6 schools of Midwifery (one each zone) with Emergency Obstetrics Care (EmOC) training equipments. Syringes; Lot No 16
17 Supply of MSS Programme Communication (1. Billboards, 2. Handbills, 3. Posters, 4. Signages, 5. T-Shirt, 6. Face Caps, 7. MSS Ankara) Lot No 17
18 Supply of Ultrasonic Fetal Doppler Lot No 18
19 Supply of Solar Lamps Lot No 19
20 Procurement of 5No Giant Multi function Printers Lot No 20
21 Supply of Library Infrastructure (Furniture & Equipment) Lot No 21
22 Printing and Supply of Village Workers Standing Order (SOP) Lot No 22
23 Printing and Supply of M&E Tools/Registers Lot No 23
24 Printing and Supply of Guidelines & Policies for State PHC Board. Lot No 24
25 Printing and Supply of HMIS summary Forms (State & I.GA) Lot No 25
26 Printing and Supply of Guidelines and Framework of PHC/Health Plan Review Lot No 26
27 Printing and Supply of PHC Monitoring/Supervision & Evaluation Guidelines Lot No 27
28 Printing and Supply of Planned preventative maintenance (PPM) Training Manual Lot No 28
29 Printing and Supply of IEC/BCC Materials in different Nigerian languages Lot No 29
30 Printing and Supply of NPHCDA Library Guide Lot No 30
31 Completion/Rehabilitation of PHC Centres Lot No 31
32 Construction of PHC Centres Nationwide Lot No 32
33 Supply of Medical Equipment & Furniture to proposed PHC Centres Nationwide Lot No 33
34 Supply of Drugs to proposed PHC Centres Nationwide Lot No 34
35 Drilling of Borehole at proposed PHC Centre Nationwide Lot No 35
36 Consultancy Services for Supervision of Construction/Renovation works for PHC Centres Lot No 36
37 Engagement of Services of Financial Management Consultant Lot No 37
38 Engagement of Services of Clearing and forwarding Firms Lot No 38
39 Engagement of Services of Haulage and Distribution Firms Lot No 39
40 Engagement of Services of Pension Fund Manager Lot No 40
41 Engagement of Services of Security Outfit Lot No 41
42 Engagement of Services of Cleaning Firm Lot No 42

 

General Requirements:

Prospective bidders are required to submit the following documents:

1.       Receipt of non refundable Ten Thousand Naira (N10, 000.00) Bank Draft          Processing Fee…. (Photocopy)

2.       Certificate of Incorporation/ registration with Cooperate Affairs Commission (CAC)…… (Photocopy)

3.       Evidence of Tax Clearance Certificate for the last three years (2009, 2010 &     2011) corresponding to declared turnover…… (Photocopy)

4.       Evidence of VAT Registration with Registration No. and remittances…. (Photocopy)

5.       Company Audited Account, duty stamped with relevant professional body stamp for the last three years (2009, 2010 & 2011) showing annual turnover…… (Photocopies)

6.       Evidence of VAT Registration with TIN No. and past remittances for the last   three (3) years.

7.       Evidence of Registration with relevant regulatory bodies such as (Pharmacists Council of Nigeria, COREN, etc) (for LOT 1to 10)

8.       Comprehensive Company Profile including list of names of key personnel to be involved in the project, stating their technical qualifications and experience on similar jobs.

9.       Bank Reference Letter with Evidence of financial capability or specific statement of financial support from a licensed commercial bank…. (Original)

10.     Verifiable list of similar jobs successfully executed in the last three years including Letters of Award of contracts, project cost, job completion certificates and payments (please provide contact addresses of the clients…… (Photocopies)

11.     Evidence of current Registration with NAFDAC (for LOT 1to 10)

12.     Evidence of NPA License as Clearing Agent and Evidence Nigeria Customs       Services Clearing license (for Lot No 38)

13.     Evidence of Registration with the Council of Regulatory Freight Forwarders     of Nigeria (CRFFN) (for Lot No 39)

14.     Evidence of Registration with Nigeria Security and Civil Defence Corps, (for Lot No 41)

15.     Evidence of Registration with Abuja Environmental and Protection Agency, (for Lot No 42)

16.     Evidence of Technical Capability for Construction /Renovation Works.

17.     Evidence of Certification/ Exemption from PENCOM in accordance with the Pension Reform Act, 2004, including of remittances of Employee’s    Pension Contribution/deductions.

18.     A sworn affidavit that none of the Directors has been convicted in any court     of Law of any criminal offence.

19.     A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the NPHCDA is a former or present Director, shareholder or has any pecuniary interest in the bidder.

 

D.      Submission of Requirements:

i.        All interested bidders should submit their documents with a non refundable      fee of Ten Thousand Naira (N10, 000.00) in Bank Draft issued in favour of      National Primary Health Care Development Agency.

 

ii.       The documents should be enclosed in a sealed tamper proof envelope indicating;

–         Relevant LOT NO.

–         Name of Company, Address, and Valid Contact Phone number.

 

and addressed to;

 

The Executive Director/CEO,

National Primary Health Care Development Agency,

Plot 681/682 Port Harcourt Crescent, Off Gimbiya Street,

Area 11, Garki Abuja

 

iii.      The documents should be deposited in the Tender Box provided at the NPHCDA Procurement Unit, Annex Office Complex, Plot 1266, Uke Street, Ahmadu Bello Way, Garki Abuja.

 

iv.      Closing date and time of submission of documents is 12 Noon on Wednesday, 2nd May, 2012, Late Submission will not be accepted under any circumstances.

 

E.    Opening

Opening of the received documents will commence at same day l:00pm on Wednesday, 2nd May, 2012 at the NPHCDA Headquarters Office, Plot 681/682 Port- Harcourt Crescent, Off Gimbiya Street, Area 11, Garki Abuja. All bidders and/or their representatives, Relevant Professional Bodies and NGO’s are invited to witness the public opening exercise accordingly.

 

Please Note:

1.       All CAC, VAT, PENCOM and TAX Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for Verification.

 

2.       Only successful bidders will be invited for the next stage of the bidding process.

 

3.       The NPHCDA reserves the right to reject any or all documents it considers to be of doubtful authenticity or all submissions that do not meet the requirements as specified.

 

4.       The evaluation of the received documents small be strictly based on the requirements as specified above.

 

5.       Subsequently, Procurement Notices for contracts within the approval threshold of the Agency’s Executive Directors will be placed on the Procurement Notice Board for interested Contractors/ Suppliers.

 

Signed

NPHCDA Management

Provision of One (1) Field Support Vessel at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

 

Tender Opportunity: Provision of One (1)  Field Support Vessel

 

Introduction

Start Deep Water Petroleum Limited, a Chevron company, invites interested and pre-qualified companies with relevant  experience  in the operation and management of vessels in a deepwater environment for this tender opportunity for the provision of one(1) Field Support Vessel (FVS) which is required to fully support the Agbani Field  production Operations, located in approx 1600 meters of water and about 110km offshore Nigeria. The vessels are estimated to be required commencing 1st Quarter 2012 for a 3 to 5 years duration

 

Scope of Work

Vessel SOW includes but is not limited to the following

  • Vessel capable of providing 24 hours/day/week, 52 week/P.A service throughout the term of the charter party mainly in support of Agbani Deepwater marine operations.
  • Vessel must have adequate deck area (as per spec) to carry cargo and equipment to DW offshore locations
  • Vessel must have adequate seating to carry personnel to DW offshore locations seating for  25 passengers
  • Vessel must be fitted with suitable surfer landing platform for the transfer of personnel by surfer boat
  • Vessel may also be deployed in support of other operations always within the Nigerian Sector.

 

Mandatory Requirement

1.         To be eligible for this tender exercise, interested contractors are required to be  pre-qualified in the 2.08.01 (Transportation/Supply/Disposal Services-Tugs/Supply/Standby/ROV Support/Driving Support Vessels category in NipeX Joint Qualification System (NJQS) database.  All successfully pre-qualified suppliers in this  category by the bid close date will receive invitation to technical tender (ITT).

 

2.         Please note that interested bidders including their sub-contractor(s) shall be required to:

(a)       Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database

(b)       Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender

(Failure to meet the Nigerian Content  requirements is a “FATAL LAW”)

 

3.         To determine if you are pre-qualified and view  the product/service  category you are listed  for: Open www.nipexng.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.

 

4.         If you are not listed in a product/service category you are registered with DPR to do  business, contact  NipeX office at 20, Oyinkan Abayomi Street, Ikoyi Lagos with your  DPR certificate as evidence for verification and  necessary update.

 

5.         To initiate  and complete the JQS prequalification process, access www.nipexng.com to  download the  application form, make  necessary payment and contact  NipeX office  for further  action.

 

Nigerian Content Requirements

  • Demonstrate that the entity is a Nigerian Registered Company, or  Nigerian Registered  Company as the contracting  entity is genuine  alliance or joint  venture with foreign company with details on scope and responsibilities  of parties for this work. Such companies must show  evidence or plans of physical operational presence and set-up in Nigeria.
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your  CAC Forms  C02 and C07.
  • Provide evidence of what  percentage of your  key management  positions  is held  by Nigerians and what  percentage of the total work force  are Nigerians. Also, show overall percentage  of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing at detailed description of the role, work scope, man hours and responsibilities of all Nigerian companies and  personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point  or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether  contracted directly or under subcontract agreements) with names and addresses including evidences  of well equipped offices and workshop; attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training and development  on engineering, project management and procurement (including  all software to be used, number of personnel, name of organization providing such training  and evidence of past training  record) for Nigerian personnel including  description of any specific programs in place for transfer of technology and skills to indigenous business and Nigerians  over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centres in Nigeria with physical address (not P.O. Box)
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing  facilities
  • Contractor must be willing  and able to  provide  evidence  of maximization of made in Nigeria goods and services
  • Provide  details on any other  Nigerian Content  initiative  your  company is  involved  in
  • provide evidence of  Nigerian Content Equipment  Certificate (NCEC) or  evidence  of application to NCDMB for the issuance of NCEC.
  • Evidence of Registration with NIMAS and compliance with the sabotage Laws
  • Provide evidence of ownership of vessel, Ownership of Vessel by Nigerians must be 50% minimum
  • Provide an exclusive and enforceable binding Agreement  with a Nigerian Yard to maintain vessels in-country. The Yard must have  quayside or access route to open sea and with sufficient draft
  • Provide declaration list for manning  of vessel showing 70% minimum of crew are Nigerians. (Note that for small vessel such as Crew boats, PSV and FISVs, etc all crew members must be Nigerians).
  • Training and skill transfer plans to Nigerians. Contractor is to state training plans for the Nigerian Crew or cadets supported by their  CV stating  training discipline, manhours, duration and location. contractor to provide plans for human capital development.

 

Close Date

only tenderers who are registered with NJQS product/Category 3.08.01 (Transportation/Supply/Disposal Services-Tugs/supply/Standby/ROV support/Diving Support  Vessels by 4.00pm, May 4th, 2012 being the  close date and shall be invited to submit technical bid.

 

Please note the following

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this  product/service category
  • The Invitation to Tender (ITT) and  any further progression of this tender shall be via NipeX
  • Bidders who for the purpose of this bid process enter into a JV, Partnership, Consortiums, etc with another bidder bidding  this tender will be disqualified
  • All costs incurred in preparing and processing NJQS pre-qualification shall be be to the  contractor’s accounts
  • This advertisement shall neither be construed as any form of commitment on the part of Star Deep Water Petroleum Limited to award any contract to any company and or associated companies, sub-contactors or agents, nor shall it entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from Star Deep Water Petroleum Limited and or  any of its partners by virtue of such companies having  been pre-qualified in NJQS
  • The tendering process shall be the NNPC contracting process requiring preview, only technically and financially qualified contractors will be  requested to submit commercial tenders
  • Star Deep Water Petroleum Limited will communicate only with authorized officers of the pre-qualifying  companies and Not through individuals or  Agents.

 

Please visit Nipex portal at www.nipexng.com for this advert and other  information.

 

Management

Star Deepwater Petroleum Limited, 2 Chevron Drive Lekki Penisula, P.M.B 12825, Lagos.