Invitation to Tender for Backbone Transmission Infrastructure (BTRAIN) Project at Universal Service Provision Fund

Universal Service Provision Fund

 

Invitation to Tender for Backbone Transmission Infrastructure (BTRAIN) Project

 

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 service and universal access to information and communication technologies (ICTs) in rural, un-served and under-served areas in Nigeria. Consequently, USPF has provided funds in the 2012 appropriation to facilitate the project implementation of connections to National Transmission Backbone Infrastructure through the deployment of Optic Fibre Cable under its Backbone Transmission Network (BTRAIN) Project.

 

Objectives of the Project

The BTRAIN project is designed to address the dearth and inadequacies of backbone networks and transmission links in unserved and underserved areas in Nigeria as well as accelerating the build-out of backbone transmission infrastructure in rural and semi urban areas. The selected bidders will be required to roll-out and operate Optic Fibre Cable in different parts of the country.

 

The transmission infrastructure to be deployed in this phase is estimated to cover 3000km nationwide and would be implemented in six (6) lots covering the six geopolitical zones in Nigeria, to ensure the attainment of the objectives of fast tracking Optic Fibre Cable roll out in the selected locations nationwide.

 

The Lots in the BTRAIN 2012, coverage areas and the distances are as follows: Lot 1: North West Zone                      (600Km)

Lot 2: North East Zone                     (600Km)

Lot 3: North Central Zone + FCT     (600km)

Lot 4: South East Zone                     (400Km)

Lot 5: South-South                           (400km)

Lot 6: South West Zone                              (400km)

 

Subsidy/Incentives

In consideration of the above objectives, the USPF has set aside sufficient funds in the 2012 budget to provide an output based subsidy as incentive to successful proponents to fast track the achievement of the objectives of the BTRAIN project. The amount of subsidy to be provided for each lot is to be competitively determined.

 

Eligibility General

Interested Persons/Companies/Consortium must have necessary competences and possess the following:

 

a.       Evidence of incorporation with Corporate Affairs Commission. Companies must enclose certificate of incorporation and form CO7.

b.       Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives

c.       Must have three year Tax Clearance certificates (2009, 2010 and 2011).

d.       Evidence of Value Added Tax (VAT) registration certificate and past remittances.

e.       Audited accounts for the last three years.

f.       Provide verifiable evidence of financial capacity to execute the project.

g.       Have a proper understanding of telecommunications solutions for rural areas.

h.       Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

i.        Detail evidence of compliance with Pension Act 2004 including evidence of remittances and ITF contribution.

j.        A sworn affidavit that the firm is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to conclusively participate in this engagement.

 

Specific conditions:

In addition to the general eligibility, the prospective Persons/Companies/Consortium shall also be required to posses the following minimum competencies:

 

a.       A relevant license issued by NCC to provide service in this area of assignment.

b.       Demonstrate the ability to interconnect to one or more existing OFC network

c.       Provide proof of ownership,  successful management and operation of an OFC network for at least the last three (3) years.

 

Tendering Instructions

Interested proponents are required to collect detailed tender documents from the procurement department of the USPF secretariat upon the payment of a non-refundable tendering fee of One Hundred Thousand Naira (N100,000.00), per lot, issued in bank draft in favour of the Universal Service Provision Fund. All bids must be accompanied by a bid security (Bid Bond) of Two Million Naira (N2,000,000.00) per lot, valid for 180 days, effective from date of closing of bid submission.

 

The tendering fee receipt and Bid Bond must be submitted in separate envelops for each lot and marked TF/LOT/No and BB/LOT/No respectively. (Please insert appropriate lot number)

 

The Technical and Financial proposals must also be in separate envelopes and must be marked clearly

USPF/RFP/BTRAIN/2012/TECHNICAL/L OT/No and

USPF/RFP/BTRAIN/2012/FINANCIAL/ LOT/No respectively. (Please insert appropriate lot number). Only tenders that meet technical qualification will have their financial bids opened. Unqualified technical bids will have their financial bids returned.

 

All tender documents must be Hand Delivered on or before Tuesday  13th November, 2012, by 2.00 pm. to the following address:

 

Office of the Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama – Abuja

 

All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification.

 

For further clarification on the RFP, please email: uspfbids@ncc.gov.ng

 

Signed:

Secretary

Universal Service Provision Fund

Request for Tender at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Request for Tender

The Independent National Electoral Commission (INEC) in pursuance of its statutory functions and in compliance with Due Process requirements invites registered and reputable firms for the supply of Operations Materials, Kits, Posters, Equipments and Delineation services.

 

(A)     Print Materials

LOT 1         –        Operations Result Posters (EC 60E)

LOT 2         –        Operations Recall Posters – RF (R)

 

(B)    Operations Materials

LOT 3         –        Results Collation Equipment

LOT 4         –     Operations Kit

 

(C)     Others

LOT 5         –        Operations   Database   for   Election Officials

LOT 6         –        Re-delineation of Selected Areas.

 

2.       Pre-Qualification Requirements

Prospective contractors are required to submit the following documents:

(a)     Evidence of registration with Corporate Affairs Commission.

(b)     Evidence of CAC Annual Returns update.

(c)      Evidence of immediate-past three years Audited Account (2009 -2011)

(d)     Current (3) three years tax clearance (2009,2010 and 2011).

(e)      Evidence of legal capacity to enter into contract.

(f)      Evidence of Financial capacity and bank support, including annual turn-over.

(g)     Detailed company profile showing the experience and professional qualification of key personnel.

(h)     List and evidence of equipment and technical capability to be utilized for the project.

(i)      Evidence of similar projects executed in the last three (3) years (letters of awards and completion certificates)

(j)      Submission   of   PENCOM’s   Certificate   of Compliance, confirming company’s fulfillment of its statutory obligations to the employee, with respect to Pensions.

(k)     Evidence of social responsibility.

(I)      Evidence of compliance with local content policy.

(m)    Telephone   (GSM)   number(s)   of contractor/company’s representative(s).

 

 3.       General Information

i.        This “Notice of Intent” is not an invitation to bid. Full bidding procedure contained in the bid documents shall be provided only to successful pre-qualified applicants deemed suitable by the Commission at a prescribed fee.

 

ii.       The closing date for submission of the tender shall be Thursday, 18th October, 2012 at 1.00 p.m. Opening of the pre-qualification documents will be at 2 p.m on the same Thursday, 18th October, 2012.

 

iii.      Only firms that are technically responsive after evaluation of prequalification documents will be contacted and invited for bidding.

 

iv.      For further information and enquiry, please contact the Director, Operations, INEC Headquarters, maitama District, Abuja.

4.       Submission

All submissions should be delivered in one (1) neatly bound envelope clearly marked “PREQUALIFICATION FOR THE SUPPLY OF OPERATIONS MATERIALS, KITS, POSTERS, EQUIPMENTS AND DELINEATIONS SERVICE,” and addressed to:

The Secretary,

Independent national Electoral Commission,

Plot 436 Zambezi Crescent, Maitama, PMB 0184,

Garki, Abuja.

 

Signed:

Abdullahi A. Kaugama

Secretary, INEC

 

Request for Expression of Interest (EOI) for Consultancy Services at Universal Service Provision Fund

Universal Service Provision Fund

Request for Expression of Interest (EOI) for Consultancy Services

 

The Universal Service Provision Fund (“USPF”) was established by the Nigerian Communications Act, 2007 to facilitate the achievement of national policy goals for universal service and universal access to Information and Communication Technologies (ICTs) in rural, un-served and under-served areas in Nigeria.

 

The Universal Service Provision Fund (USPF) further to the implementation of the 2012 budget and in compliance with the requirements of the Public Procurement Act, 2007 hereby invites qualified and reputable firms with proven experience to express interest to undertake the following Consultancies:

 

 

Lot No

 

Consultancy

 

Description Of Consultancy
TA

 

Technical Auditors for USPF Projects

 

To assist the Universal Service Provision Secretariat (USPS) in the supervision of its various projects to ensure completion on time, on budget and on quality.

 

ET

 

Evaluation of Tenders

 

To assist the USPS evaluate the various bids it received in response to the Invitation for Proposals for 2012 capital projects

 

EH

 

ICT fore -Health in Nigeria

 

To carry out Consultancy Services for the Provision of e-Health in Nigeria

 

FM

 

Fund Manager

 

To act as Fund Managers for the USPS

 

 

 

Relevant Telecommunications Experience

The proponents shall be required to demonstrate the following competencies:

a.       A general understanding of telecommunications networks.

b.       Ability in terms of manpower and expertise to work with various entities (USPF, Vendors, Operators, Community leaders etc.)

c.       An understanding of the telecommunications terrain in rural areas of

Nigeria

d.       An understanding of the what the USPF projects entails

e.       Experience with technical works, including ICT, hardware/software development/deployment and proof of previous project experience

f.        Relevant technical and business deployment potential with reference to similar projects done

g.       Strong client orientation, pro-active relationship management skills, good track records in technical capacity building and client relationship management especially in Nigeria

h.       Any other relevant information that would support your company’s proposal.

 

Eligibility General

Interested firms must submit the following documents:

  1. Evidence   of incorporation  with   Corporate  Affairs   Commission. Companies must enclose certificate of incorporation and form CO7.
  2. Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives
  3. Must have three year Tax Clearance certificates (2009, 2010 and 2011).
  4. Evidence of Value Added Tax (VAT) registration certificate and past remittances.
  5. Audited accounts for the last three years
  6. Provide verifiable evidence of financial capacity to execute the project.
  7. Have a proper understanding of telecommunications solutions for rural areas.
  8. Show evidence of similar works
  9. Company profile and organizational structure including names and resume of key personnel and technical staff with addresses and phone numbers
  10. Detail evidence of compliance with Pension Act, 2004 including evidence of remittances and ITF contribution

 

Specific Conditions

e-Health in Nigeria

In addition to the general eligibility, the prospective Consultants shall also be required to demonstrate the following minimum competencies:

a.       An understanding of the health industry and how ICT can be used to enhance healthcare delivery in the country

b.       An understanding of the ICT industry in Nigeria or worldwide

c.       Experience   in   operational   approaches   to   mobile   networks   and broadband application services

d.       Experience in ICT / Telecom Infrastructures

e.       Experience in Telecoms Design, Planning and Implementation

f.       Competent use of Telecoms Planning Tools such as Pathloss, Global

Positioning System (GPS) etc

g.       Evidence of relevant technical experience with reference to similar projects deployed on a national scale

h.       Relevant academic qualifications

i.        Partnership with international organization(s) that have successfully delivered e-Health services

j.        Basic Corporate Information including expertise to deliver on the project

k.       Measurable indicators and mechanism for verifying the indicators

1.       Demonstrate or show evidence of similar assignments carried out in the past

 

Fund Managers

In addition to the general eligibility the prospective Consultants shall also be required to demonstrate the following minimum competencies:

  1. Membership of a relevant Professional body with a valid license to practice in Nigeria
  2. Ability to comply with the International Financial Reporting Standards (IFRS) of any of the following:
    1. International Accounting Standards (IAS)
    2. Standing Interpretations Committee (SIC)
    3. Statement of Accounting Standards (SAS)
    4. All relevant publications of the Nigerian Accounting Standards Board (NASB)
    5. Auditing  Standards  Committee  for  the  Institute  of Chartered Accountants of Nigeria (ICAN) or any other relevant body
  3. Track record of ability to manage public sector funds efficiently for not less than 5 Years
  4. The firm must show evidence of a sound financial position for the last 5 years
  5. The Ideal Fund Manager must be able to demonstrate success in Managing different classes of assets

 

 

Submission of Documents

The Expression of interest (EoI) should be submitted in a sealed envelope clearly marked USPF Eol – LOT NO – at the top right corner with name of the company clearly printed on the reverse side of the envelope and must be hand delivered not later than 2.00 p.m. Tuesday November 13, 2012. to the following address:

 

Office of the Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama – Abuja

 

Please Note That:

  1. Submissions after the date and time specified above will be rejected
  2. This advertisement is NOT an invitation to tender as full tendering procedures will be applied ONLY to firms that meet the prescribed specifications above
  3. This publication is for information only, and not to be construed as a commitment or obligation on the part of the Management of USPF
  4. USPF is not obliged to shortlist any firm and reserves the right to annul the process at anytime without liabilities on its part or proffering any reasons for the annulment.
  5. All costs incurred by interested parties in response to this advert or enquiries shall be borne by the firms and not the USPF.

 

 

 

All further enquiries regarding this advertisement should be directed by email to: uspfprocurement@ncc.gov.ng

 

Signed:

Secretary

Universal Service Provision Fund

Invitation to Tender at Universal Service Provision Fund

Universal Service Provision Fund

 

Invitation to Tender

Universities Inter-Campus Connectivity (UNICC) Project

 

  1. 1.     Introduction

In recognition of the critical role that research and development plays in the evolutionary path of an educational system, the Universal Service Provision Fund (“USPF”) in conjunction with the National Universities Commission (“NUC”) is seeking to establish a foundation that will enable and ensure that universities communicate, collaborate, access and share knowledge across national and international boundaries.

 

This project is designed to key in to the NUCs’ Nigerian Research and Education Network (NgREN) project, the primary purpose, which is to deliver broadband infrastructure and access to facilitate research and learning using state of the art technology.

 

The UnICC Project is therefore designed to seamlessly connect the networks of the main campuses of selected universities to the networks of their corresponding medical colleges and teaching hospitals through the deployment of Optical Fibre Cable (OFC) and its associated equipment.

 

Consequently, USPF has provided funds in the 2012 appropriation to facilitate the project implementation of interconnecting the universities under its Tertiary Institutions Access Programme.

 

 

  1. 2.     Objectives of the Project

The first phase of the UnlCC project is designed to link 17 selected University main campuses listed below to their corresponding medical campuses through the deployment of OFC and associated equipment. The project will:

 

a)       Seamlessly connect the Universities and their Medical Colleges to achieve bi­directional communication for the purpose of sharing and accessing information.

b)      Provide a platform for sharing bandwidth resources and creating a reverse path for backup in the event of downtime.

c)       Provide the requisite link for voice, data, video and other multimedia services (including conference facilities).

 

3.    Roll-Out Locations-Lots

The optic fibre infrastructure to be deployed in this phase would be implemented in three (3) lots. Hence selected bidders will be required to conduct surveys and roll-out Optic Fibre Cable in the locations set out in the table below (The detailed sites information can be found in the tender document).

 

LOT1

 

SN Main Campus Medical Campus
1

 

Obafemi Awolowo University OAU Teaching Hospital Complex, lle-lfe
2 University of Lagos College of Medicine, idi-Araba, Lagos

 

3 University of Ibadan University College Hospital, Ibadan

 

4 University of llorin

 

University of llorin Teaching Hospital, llorin

 

 

 

LOT 2

SN MAIN CAMPUS MEDICAL CAMPUS
1 Usman Danfodiyo University Teaching Hospital, Sokoto

 

2 University of Abuja

 

Teaching Hospital, Gwagwalada, FCT

 

3 University of Maiduguri Teaching Hospital, Maiduguri

 

4

 

University of Jos Teaching Hospital, Jos
5 Bayero University

 

Aminu Kano Teaching Hospital, Kano
6 Abubakar Tafawa Balewa University

 

Teaching Hospital + College of Medical Sciences, Bauchi

 

7 Ahmadu Bello University

 

ABU Teaching Hospital. NAPRI, Shika, Zaria

 

LOT 3

SN

 

MAIN CAMPUS MEDICAL CAMPUS
1

 

University of Port Harcourt

 

Choba Park

 

2

 

Nnamdi Azikiwe University

 

College of Medical Sciences, Nnewi

 

3

 

University of Benin

 

Teaching Hospital  Benin

 

4

 

 

University of Nigeria College of Medical Sciences, Ituku-Ozalla

 

 

4.    Additional Information

A.      Whilst fiber optic connectivity is the preference of the project, bidders are required to propose back-up connectivity solution of similar capacity as the primary link.

B.      We are keen to have diverse ducts to form a ring which will deliver resilience in the event of a fiber cut. Bidders are invited to propose this as an option titled diverse routing option.

C.      It is important to note that it is a strategic decision of the project to install and own ducting and fibre optic assets, connecting these federal institutions rather than acquiring IRU’s (Indefeasible Right of use) or leasing fibre pairs. The main bid must be based on the above premise. However, bidders who choose to do so are welcome to propose a hybrid of 15 year IRU’s and dedicated duct-based installation as part of a solution. This solution is to be separately presented, costed and marked “hybrid option”

 

5.    Eligibility Criteria

Interested Companies/Consortium must have necessary competences and possess the following:

(A) General conditions:

i.        Evidence of incorporation with Corporate Affairs Commission. Companies must enclose certificate of incorporation and form CO7.

ii.       Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives

iii.      Must have three year Tax Clearance certificates (2009, 2010 and 2011).

iv.      Evidence of Value Added Tax (VAT) registration certificate and past remittances

v.       Audited accounts for the last three years

vi.      Provide verifiable evidence of financial capacity to execute the project.

vii.     Have a proper understanding of telecommunications solutions for rural areas.

viii.    Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

ix.      Detail evidence of compliance with Pension Act 2004 including evidence of remittances and ITF contribution.

x.       A sworn affidavit that the firm is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to conclusively participate in this engagement.

 

(B) Specific conditions:

(i)      Bidder must be appropriately licensed to provide services in these areas of assignment.

(ii)     Bidders must have at least 3 years experience hi the area of provision of connectivity and ICT related solutions, demonstrable by providing three reference sites, with the most recent completed within the last 6 months. At least three of such reference sites must have covered 5 km of fiber optic cable each.

(iii)    Bidders must show evidence of financial stability and in addition must show proof of at least a turnover of at N75m per annum in each of the last two financial years.

(iv)    Bidders must provide manufacturers authorization in respect of ALL products that will be supplied and installed as part of this OFC connectivity project.

(v)     Bidders must demonstrate and prove experience in connecting local area networks to switches, routers and other components required to deliver Wide Area Networking capabilities, and must have at least three years experience of doing same,

(vi)    Where the use of radio is proposed within solution, bidder must be in possession of the appropriate license and frequency band to support radio connectivity able to effectively cover the distance between the two locations at which it is proposed, and must provide evidence of same.

 

 

6.    Bidders Meeting

All interested bidders shall be invited to a meeting where the detailed format of the project implementation, scope, objectives and other clarifications resulting from the tender shall be discussed and finalized as schedule below:

Date:        Wednesday October 10, 2012

Time:       2:00pm

Venue:     Conference Room, Ground Floor

Nigerian Communications Commission Head Office

423, Aguiyi Ironsi Street

Maitama District

Abuja

 

7.       Tender Delivery Instructions

Interested proponents are required to collect detailed tender documents from the procurement department of the USPF secretariat upon the payment of a non-refundable tendering fee of One Hundred Thousand Naira (N100, 000.00) issued in bank draft in favour of the Universal Service Provision Fund per lot. All bids must be accompanied by a bid security (Bid Bond) of Five Hundred Thousand Naira (N500, 000.00) per lot and validity period of 180 days.

 

The tendering fee receipt and Bid Bond must be submitted in separate envelopes for each lot and marked TF/UnICC/LOT/No and BB/UnICC/LOT/No respectively. (Please insert appropriate lot number)

The Technical and Financial proposal must also be in separate envelopes and must be marked clearly USPF/RFP/UNICC/2012/TECHNICAL/LOT/No and USPF/RFP/UNICC/2012/FINANCIAL/LOT/No respectively. (Please insert appropriate lot number). All tender documents must be Hand Delivered not later than Wednesday, November 21, 2012 by 2.00 pm to the following address:

 

Office of the Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama – Abuja

 

All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification.

 

All further enquiries regarding this advertisement should be directed by email to: uspfbids@ncc.gov.ng

 

Signed:

Secretary

Universal Service Provision Fund

Invitation to Tender for Execution of 2012 Capital Projects at Public Complaint Commission

The Presidency

Public Complaint Commission

25, Agulyi Ironsi Way, Maitama, P.M.B. 68, Abuja, Nigeria.

 

Invitation to Tender for Execution of 2012 Capital Projects

 

This is to inform all contractors who responded to the Public Complaints

Commission advertisement for pre-qualification of works, goods and services under 2012 Capital Projects published in the Nation Newspaper, Daily Sun Newspaper, and Federal Tender Journal all on Monday 30th April. 2012, that the procurement proceedings in respect of those advertisements been cancelled in the public interest.

 

Meanwhile, the public Complaints Commission hereby invites interested and contractors to submit technical and financial bids for execution of the under-listed projects.

 

1.0     Areas of Services Required:

Lot I:           Construction of an Office Complex in Oshogbo, Osun State.

Lot II:         Construction of Perimeter Fence Wall in Umuahia, Abia State.

Lot III:        Purchase of project Vehicles.

 

2.0     Technical Bid Requirements:

Those interested are required to submit the following documents for assessment.

i.        Evidence of company Registration with Corporate Affairs Commission (CAC).

ii.       Company Tax Clearance Certificate for the last 3 years.

iii.      Evidence of previous similar job experience.

iv.      Evidence of financial competence and support and last 3 years Audited Accounts.

v.       VAT Registration Certificate and evidence of past remittances.

vi.      Company profile indicating detailed CVs of key company staff.

vii.     List of equipments to be used for the project (where applicable)

viii.    Evidence of compliance with Pension Act of 2004.

 

Note that the original copies of the documents mentioned in (i, ii, v and viii) above MUST be produced for sighting during the opening session while the absence of any of them will signify outright disqualification.

 

3.0     Collection of Tender Bids Documents:

Tender documents can be collected from the procurement Unit of the Commission on payment of a non-refundable tender fee of N10,000.00 for Lots I-II and N2, 000.00 for Lots III to the Commission’s Central Pay Office (CPO). The original receipt for the payment shall be included in the bids documents.

 

4.0     Submission of bids Documents:

The financial and Technical bids should be marked and scaled in separate envelopes and clearly labeled Technical or Financial Bid with the company name clearly written at the back of each of the envelopes and the two put together in one bigger envelope with the Lot name and number written on the top left hand corner of the bigger envelop and must be returned on or before 19th October, 2012 to:

 

The Honourable Chief Commissioner,

Public Complaints Commission,

No. 25 Aguiyi Ironsi Street, Maitama, Abuja.

 

5.0     Opening of Tender Documents:

The Tender documents shall be opened on the 19th October, 2012, Time

11:00am in the Commission’s Conference Hall, No. 25 Aguiyi Ironsi Street Maitama Abuja. Only technical bids shall be opened on that day. The Financial Bids shall be opened on a later date to be communicated to the companies that satisfy 2.0 above. Interested contractors or their representatives are by this notice invited.

 

Note:

(i)      Late submission shall not be entertained.

(ii)     All costs incurred by respondents as a result of this invitation and any

subsequent request for information shall be to the respondents account.

(iii)    Nothing in this advertisement should be construed as a commitment on the part of the Public Complaints Commission with regards to these awards.

(iv)    Bidders who do not scale through the Technical evaluation stage shall have their financial bids returned to them unopened.

 

Signed

Management