Execution of Goods at Federal Science and Technical College, Katsina

Federal Science and Technical College

Dayi P.M.B 4040 Malumfashi

Katsina State

Invitation for Pre-Qualification of Contractors

A.       Introduction

The Federal Science and Technical College, Dayi, intends to execute the under listed projects in the College year 2010 Capital Appropriation.

Lot No. 1:  Construction of Perimeter Wall Fence

Lot No. 2:  Construction of Computer Engineering Craft Workshop

Lot No. 3: Construction of Male Hostel Block ‘A’

Lot No. 4: Ditto Block ‘B’

Lot No. 5:  Supply and Installation of Computer Craft Engineering Training Equipments

Lot No. 6:  Computer Assembling and Repairs, Workshop Machines and Fencing

LotNo.7:    Construction of Electrical Installation and Maintenance Workshop

Lot No. 8:  Construction of Female Hostel Block ‘A’ (Ongoing)

Lot No. 9:  Construction of Industrial Show-room Workshop, Machines and Equipments.

Lot No. 10: Construction of Technical Workshop (Ongoing)

Lot No. 11: Supply of 1 No. of 18 Seater Toyota Hiace Bus.

B.      Pre-Qualification Document for Contractors

All interested, expedience and reputable contractors are hereby invited to submit the following documents for the above jobs in order to qualify for pre-qualification.

(a)             Certificate  of incorporation or business registration Certificate

(b)            Company Audited Account for three (3) years

(c)             Three (3) years Tax Clearance Certificate (2007-2009)

(d)            Evidence of pensions and social securities contributions

(e)             Evidence of financial Capacity and Bank Support

(f)              Company profile including Technical Qualification and Experience of key personnel

(g)            History of similar projects successfully executed and evidence of knowledge of the Industry (please attach Copies of award  letters  for on-going projects and practical Completion of completed project)

Submission of Pre-Qualification Documents

Each submission to be made in sealed envelope marked “Pre-qualification of Contractors clearly indicating the projects lot that pre-qualification is sought and addressed to:

The Head Procurement Department

Federal Science and Technical College, Dayi

P.M.B. 4040, Malumfashi

Katsina State.

To reach him on or before 12:00noon, of 20th August, 2010

All submissions are to include the current contact address and

GSM number(s) for case of communication

Opening of Submissions

All submission received shall be publicly opened by 12:01pm on the day of closing of submissions (i.e. 20th August. 2010) in the College Computer Room.

All contractors that make submissions or their representatives are advised to attend the opening exercise

Only successful contractors in the Pre-qualifications exercise shall be communicated

Signed:

Alh. Bature S.F

Principal

Construction of Projects at Federal Ministry of Women Affairs and Social Development

Federal Ministry Of Women Affairs and Social Development,

Federal Secretariat, Phase II, PMB 229 Garki – Abuja

Invitation for Pre-Qualification/Tender for 2010 Appropriated Projects

The Federal Ministry of Women Affairs and Social Development invites interested, experienced and reputable Contractors to submit pre-qualification documents for tender for the Construction of the following projects in the approved 2010 Budget Appropriation:

Skills Acquisition Centre Type A:

Lot 1:         Skills Acquisition Centre at Ogwu Aniocha, Anambra State

Lot 2:         Skills Acquisition Centre at Akili Ogidi, Anambra State

Lot 3:         Skills Acquisition Centre at Oroma Etiti Anam, Anambra West LGA

Lot 4:         Skills Acquisition Centre Uku Akwuchkwu Shrine Forest, Unubi, Nnewi South L.G.A Anambra

Lot 5:        Skills Acquisition Centre Near Civil Centre, Oraifite Ekwusigo LGA

Lot 6:         Skills Acquisition Centre at Ndike Orumba North LGA

Lot 7:         Skills Acquisition Centre at Ogbunka/Owerri Ezukala Orumba South LGA

Lot 8:         Skills Acquisition Centre, Galambi Jigawa State

Lot 9:         Skills Acquisition Centre Dindere, Kano State

Lot 10:       Skills Acquisition Centre at Efakpa, Imane, Olamaboro LGA, Kogi State

Lot 11:       Skills Acquisition Centre Avodim, Umuahia/Ikwuano, Abia State

Lot 12:       Skills Acquisition Centre, Ogbodi Community, Abia State

Lot 13:       Skills Acquisition Centre in Usaka Annang Obot-Akara LGA

Lot 14:       Skills Acquisition Centre in Uruk Uso Village. Ikot-Ekpene

LGA Ibom state

Lot 15:       Skills Acquisition Centre in Kiot Umoh Essien, Essien-Udim LGA

Skills Acquisition Centre Type B:

Lot 16:       Skills Acquisition Centre at Aku, Igbo Etiti LGA, Enugu State

Lot 17:       Skills Acquisition Centre at Umuoma Uli-Ihiala Anambra State

Lot 18:       Skills Acquisition Centre Akeeze in Ivo LGA, Ebonyi State

Lot 19:       Skills Acquisition Centre Isu in Onicha LGA, Ebonyi State

Lot 20:       Skills Acquisition Centre Ugwulangwu Community in Ohaozara LGA, Ebonyi State

Lot 21:       Skills Acquisition Centre, Ago Iwoye, Ogun State

Lot 22:       Skills Acquisition Centre, Ipoti, EkitiState

Lot 23:       Skills Acquisition Centre, Iludun-Oro, Kwara State

Lot 24:       Skills Acquisition Centre, Araromi, Eiyenkorin, Asa, Kwara State

Lot 25:       Women Skills Acquisition at Bimin Kebbi

Lot 26:       Skills Acquisition Centre at Gamawa Town

Lot 27:       Skills Acquisition Centre at Uburu in Ohaozara LGA, Ebonyi State

Lot 28:       Skills Acquisition Centre at Ibiono Ewuro, Ini LGA, Akwa-Ibom State

Skills Acquisition Centre Type C:

Lot 29:       Skills Acquisition in Idima Abam, Arochukwu L.G.A

Lot 30:       Skills Acquisition Centre in Ohakpu, Orul West LGA, Imo State

Lot 31:       Completion of Skills Development Centre/Plant, Ihiala

Lot 32:       Skill Acquisition & Community Development Centre at Ora/Owode Ogbomoso North LGA

Lot33:        Skills Acquisition and Multipurpose Centre, Kuta, Shiroro LGA, Niger State

Lot 34:       Skill Acquisition & Community Development Centre at Amawbta, Awka South LGA Anambra State

Cottage Industry Type A:

Lot 35:       Construction of Rice/Cassava Cottage Industry at Ochuche Umuodu, Anambra State

Lot 36:       Establishment of Cassava Processing Industry at Orie in Umuma-Isiaku, ideato South, Imo State

Lot37:        Palm Oil Processing Cottage Industry, Atim Asam, AKpabuyo-Cross River State

Cottage Industry Type B:

Lot 38:       Cassava Cottage Industry, Nkporo, Ohafia, Abia State

Lot 39:       Cassava Cottage Industry, Nneato Umunneochi, Abia State

Development of Civil Centre Type A:

Lot 40: Construction of Youth Development/Civil Centre @ Atani, Anambra State

Perimeter Fence, Gate House and Genrator House

Lot 41:       Skills Acquisition Centre, Mabudi, Lantang, Plateau state

Lot 42:       Skills Acquisition Centre, Nkwerre- Imo State

Lot 43:       Skills Acquisition Centre, Abeokuta South –Ogun State

Lot 44:       Skills Acquisition Centre, Ihala Anambra State

Perimeter Fence, Borehole with Surface and Overhead Tanks

Lot 45: Cassava Cottage Industry, Ozuiterm, Bende, Abia State.

Lot 46: Cassava Cottage Industry, Osin, Ekiti State

Lot 47: Rice Milling Cottage Industry, Wurno, Sokoto State

Borehole with Surface and Overhead Tanks

Lot 48:       skills Acquisition Centre, Michika, Adamawa State

Construction of C A8sava Processing

Lot49:        Cassava Processing Plant at Jesse Town, Ethiope West LGA, Delta State

All interested contractors should submit the following;

  • Company Profile
  • Evidence of having executed similar projects
  • Certificate of Registration with Corporate Affairs Commission
  • (CAC)
  • Evidence of Tax Clearance Certificate for the last Three (3) years Evidence of compliance with the provisions of the Pension
  • Reform Act, 2004
  • Evidence of financial capability from a reputable commercial bank.
  • List of relevant and verifiable equipments,
  • Evidence of key personnel together with their qualification (s) and experience
  • Three (3) years Auditors Report
  • Evidence of payment of N15,000.00 (Fifteen Thousand Naira only) NON- REFUNDABLE FEE for Tender Document
  • Any other relevant information that will be of help In determining the firms’ suitability for the work

3.0    Collection of Tender Documents

Since the pre-qualification and the full tender stages are to be run simultaneously, this advertisement serves as a notice for both “PRE-QUALIFICATION” and the “PROPER TENDER”. Interested contractors are to collect tender documents at the presentation of receipt of payment of theN15, 000. 00 at the:

Office of the Secretary

Ministerial Tenders Board,

Federal Ministry Of Women affairs &

Social Development,

Room 5a, 405,4th Floor,

Federal Secretariat Complex

Phase I, Shehu Shagari Way, Maitama, Abuja.

4.0 of Pre-Qualification and Tender Documents

Tenderers are required to submit prequalification documents in a sealed envelope marked in capital letters at the top right hand corner, “PRE-QUALIFICATION FOR LOT.” and the Financial bid also marked at the right hand corner FINANCIAL BID FOR LOT.” all enclosed in a bigger sealed and waxed envelop. All tenders are to be submitted on or before 26th August. 2010 by 12,00 noon. Bids will be opened on Friday 27th August, 2010 at 10:00am, at Ministry’s Conference Room, 2nd Floor, Federal Secretariat Complex, Phase 1, Maitama, Abuja.

5.0    Please Note:

Only the financial bids of the pre-qualified bidder’s shall be opened for tendering exercise.

No return of fee shall be made to any disqualified bidder

The Federal Ministry of Women Affairs and Social Development reserves the right to reject any document it considers doubtful and will not enter into any litigation In respect of this advertisement

All bid documents should be submitted to the Procurement Office, Rm. 5A, 405, 4th Floor, Federal Secretariat Complex, Phase 1, Shehu Shagari Way, Maitama, Abuja.

Signed:

Management.

Feasibility Studies and Design of Gurara Phase II Power Project at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

Invitation to Tender for Consulting Services to Undertake Detailed Feasibility Studies and Design of Gurara Phase II Power Project in Niger State

1. Introduction

The Federal Ministry of Power in its effort towards improving the power supply in the Country, thereby enhancing energy security and providing a reliable base load generation for the nation desires to commission consultancy firms to carry out detailed feasibility studies, engineering designs and preparation of specification for the development of Gurara Phase II Hydroelectric Power Project in Niger State.

2. Project Information

The proposed project, designated as the Gurara Phase II Hydroelectric Power Project, is located on the Gurara River in central Nigeria, The project is located near the town of Izom in Niger Sate approximately 40km northwest of the capital city of Abuja.

3. Scope of Work

The consulting firm is expected to undertake the detailed feasibility studies and design of Gurara Phase II Power Project in Niger State.

4. Conditions for Pre -Qualification

Interested consulting firms or jointures (JV) are expected to collect, fill and submit Standard Request for Proposal (RFP) to undertake the detailed feasibility studies and design of Guara Phase II power Project in Niger State. In addition to providing the following:

  1. Company Certificate of Incorporation, Article of Assocation and form CO7 for Nigerian firms.
  2. Registration with professional bodies particularly COREN, or equivalent overseas
  3. Memorandum of Understanding/Joint Venture Agreement for two or more consultancy firms submitting proposal on the project.
  4. Curriculum Vitae of individual consultants /staff who will be assigned to the required service (s) including qualification, individual experience in handling assignments and attestation if available.
  5. Capacity Profile of the consulting firm.
  6. Evidence of experience in at least five (5)jobs of similar natured and complexity executed within the last five (5)years with verifiable letters of contract award and certificates of job completion/details of on-going similar project(s).
  7. Submission of the three (3 years Audited Accounts.
  8. Submission of last three (3) years tax clearance certificate for 2007,2008 and 2009 for Nigerian firms and Joint Ventures.
  9. Evidence of Employees Open Retirement Saving Accounts (RSA) with a Pension Fund Administrator of choice for Nigerian Firms and Joint Ventures
  10. Evidence of Remittance of both employer and employee pension contribution to the appropriate Pension Fund Custodian not later than 7days from the date of payment of salaries; and
  11. Evidence of transfer of all Pension Funds and Assets prior to the commencement of the pension Reforms Act to licensed pension

Quality-and Cost Based Selection method will be used in accordance with the procedures set out in the Public Procurement Act 2007 Additional information on the selection method can be found in the BPP manual: Public Procurement Regulations for Consulting Services, (Act No.14 of 2007) and at the BPP website at www.bpp.gov.ng. Evaluation criteria for both technical and financial proposals are contained in the RFP.

5. Submission Of Proposal

Completed Technical and Financial Proposals should be submitted in two(2) separate enclosed inside a third(3rd ) sealed envelope (one Electronic copy in Microsoft office original) and six(6) copies of each of Technical and Financial proposals respectively marked “Feasibility studies and Engineering Design of Gurara Phase II Power Project in Niger State” at the top right hand corner and addressed to:

The Secretary

Ministerial Tenders Board

Federal Ministry of Power, Federal Secretariat Complex, Phase I, Annex III, 3rd Floor, Room 347 CBO

Abuja, Nigeria

To reach him on or before 3:00pm Nigerian time on the 20th September , 2010.

Signed

I.B Sali

Permanent Secretary

Provision of One (1) Amphibious Cessna C208 Caravan Aircraft at Chevron Nigeria Limited (CNL)

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC\Chevron Joint Venture

Advert for Tender Opportunity

Provision of One (1) Amphibious Cessna C208 Caravan Aircraft

SCM-2010-CW804842

Introduction:

Chevron Nigeria Limited (CNL) Operator of the NNPC/CNL Joint Venture invites interested, reputable, experienced and prequalified companies for this tender opportunity for the provision of one Amphibious Cessna C208 Caravan aircraft equipped to Chevron Aviation Standards, necessary crews, and maintenance support, for its operations, and therefore intends to put in place a Contract for the same.

Scope of Work:

Service: The provision and operation of the required amphibious Cessna C208 Caravan aircraft

Necessary crew and maintenance support in line with World-Class Operational Standards

Compliance with all Chevron Aviation Standards for aviation equipment and safety requirements for operators

Demonstrated maintenance capability for the Cessna C208 and Whipline floats

Operation of the amphibious Cessna C208 Caravan aircraft from a contractor owned and operated “Full Service Aviation Base”

Services to include daily, up to six (6) days a week transportation to Escravos, Warri, Port Harcourt and Lagos, Any other locations based upon company schedule.

Full logistics support for the operation of the amphibious Cessna C208 Caravan

Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre -qualified in the 3.08.03 Transportation/Supply/Disposal Services – Air Transport Services of Passengers and Freight category in NipeX Joint Qualification System (NJQS) database. All successfully pro-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
  3. Meet all JQS mandatory requirements to be listed as “PREQUALIFIED” for a category in the JQS database.
  4. Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical lender.

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

  1. 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 to continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
  2. If you are not listed in this product/service category, as evidence for review and necessary update.

To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments 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 in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

Management

  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your C AC Forms CO2 and CO7.
  • 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 a 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 businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (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 Nigeria Content initiative your company is involved in

Close Date

This tender opportunity shall be open to interested bidders and close by 4:00pm, Thursday, August 26, 2010.

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. Interested bidders are therefore advised to ensure they are set-up in • NipeX with a valid and active official company email address accessible by all in their organization as this shall be the only means to transmit the ITT.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CN L and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical only technically and financially qualified contractors will be requested nit commercial tenders.
  • Chevron Nigeria Limited,  NNPC reserve the right to reject any and or all pre-qualified supplier at its sole discretion and at no cost whatsoever.
  • Chevron Nigeria 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

Chevron Nigeria Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos.

Procurement of Goods at Chevron Nigeria Limited (CNL)

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint Venture

Advert for Tender Opportunity Provision of One Cessna Citation XLS Aircraft SCM-2010-CW804835

Introduction:

Chevron Nigeria Limited (CNL) Operator of the NNPC/CNL Joint Venture invites interested,  reputable, experienced and prequalified companies for this tender opportunity for the provision and operation of one (1) Cessna Citation XLS aircraft equipped to Chevron Aviation  Standards,  necessary crews, and maintenance support operations, and therefore intends to put in place a Contract for the same.

Scope of Work:

  • Services: The provision and operation of the require Cessna Citation XLS.
  • Necessary crew and maintenance support in line with World-Class Operational Standards.
  • Compliance with all Chevron Aviation Standards for aviation equipment and safety requirements for operators.
  • Demonstrated maintenance capability for the Cessna Citation XLS.
  • Provision of executive passenger handling facility at Lagos airport.
  • Full logistics support for the operation of the Cessna Citation XLS.

Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.08.03 Transportation/Supply/Disposal Services – Air Transport Services of Passengers and Freight 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:
  3. Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database
  4. 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 FLAW”.

  1. 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.
  2. If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR certificate as evidence for review and necessary update.
  3. To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments 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 in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duh signed by the CEO of both companies including 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 CO2 and Co7.
  • 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 a 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 businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (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.

Close Date

This tender opportunity shall be open to interested bidders and close by 4:00pm on, Thursday, August 26, 2010.

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. Interested bidders are therefore advised to ensure they are set-up in NipeX with a valid and active official company email address accessible by all in their organization as this shall be the only means to transmit the ITT.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited/ NNPC reserve the right to reject any and or all pre­qualified supplier at its sole discretion and at no cost whatsoever.
  • Chevron Nigeria 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

Chevron Nigeria limited,

2 Chevron Drive, Lekki Peninsula,

P.M.B.12825, Lagos.