Procurement of ICT Infrastructure at National Insurance Commission

Federal government of Nigeria

National Insurance Commission

Economic reform and governance project (ICT Infrastructure Development) Procurement of ICT Infrastructure (Servers and Storage, Local Area Network and IP PBX) through

National Competitive Bidding (NCB)

CREDIT NO: IDA40110

Project Coordinator

ERGP

National Insurance Commission

Shipper’s plaza, Wuse Zone 5

p.m b, 127

Abuja.

Issuance Date: 4th October, 2010

Invitation for Bids (IFB)

National Insurance Commission

Nigeria

Economic Reform and Governance Project (ICT Infrastructure Development)

CREDIT NO: IDA4011

Procurement of ICT Infrastructure (Servers and Storage, Local Area Network and IP PBX)

IFB NO: NAICOM/ERGP/ICT/09/02

  • This invitation for bids follows the General Procurement Notice for this Project that appeared in Development Business, issues of 29/11/2004.
  • The Government of the Federal Republic of Nigeria has received a credit from the international Development intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of ICT infrastructure (Servers and Storage, Local Area Network and IP PBX)
      • The National Insurance Commission now invites sealed bids from eligible and qualified bidders for the Procurement of ICT Infrastructure (Servers and Storage, Local Area Network and IP PBX). The details are as follow.
        <td width="38" vali

        Supply of Goods at National Insurance Commission (NAICOM)

        National Insurance Commission (NAICOM)

        Shippers’ Plaza (2nd Floor)

        Off Michael Okpara Road

        Wuse Zone 5, Abuja

        Request for Expression of Interest

        Economic Reforms and Governance Project

        World Bank-Assisted (Credit No: Ida40110)

        Project Id No. P088150

        Supervisory Database- Design, Development And Delivery

        1. The Federal Government of Nigeria has received financing from the World Bank toward the cost of the Economic Reforms and Governance Project, and intends to apply part of the proceeds for consultant services. The services include Design, Development and Delivery of a Supervisory Database and Application.
        1. NAICOM wishes to engage a qualified solution provider to automate the processes of the supervision department and undertake design, development and delivery of the supervisory database. The overall goal is to improve staff productivity, increase operational efficiencies, reduce transaction costs, reduce subjectivity in analysis and reporting, increase revenues accruing to NAICOM, reduce wastage and provide qualitative and quantitative information to NAICOM management to support decision making. The supervisory database will serve as a central repository for current and historical financial information about Insurers, Re-insurers, Brokers and Adjusters for compliance purposes. The assignment may last for a period of 4 months from the date of contracting.

        Submission of Expression Of Interests (EOIs)

        The National Insurance Commission now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures,  description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

        A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (May 2004 edition, Revised October 1, 2006 & May 1,2010) Interested consultants may obtain further information at the address below from 9.00am to 4.00pm local time Monday to Friday, except public holidays.

        Expressions of interest must be delivered to the address below on or before October 18th 2010.

        The Project Coordinator (ERGP)

        National Insurance Commission

        Shippers’ Plaza (2nd Floor)

        Off Michael Okpara Road, Wuse Zone 5, Abuja

        naicompet@yahoo.com , www.naicom.gov.ng

        Provision of Goods at Nigerian Content Development and Monitoring Board (NCDMB)

        Nigerian Content Development and Monitoring Board (NCDMB)

        Expression of Interest

        1.    Project Management

        2.    Information Technology Infrastructure

        1.0       Introduction

        The Nigerian Oil and Gas Industry Content Development Act was signed into law on April 22, 2010 by the President of the Federal Republic of Nigeria. The law established the Nigerian Content Development and Monitoring Board (NCDMB) to implement the provisions of the Act. The Bayelsa state government has offered the Board a parcel of land in Central Business District of Yenagoa upon which to build its headquarters. It is the intention of NCDMB to build a state of the art, multi-storey building on this parcel of land.

        NCDMB hereby invites Expression of Interest from qualified Project Management firms (to coordinate all activities necessary for this building complex) and IT infrastructural firms.

        2.0       Terms of Reference (TOR)

        2.1       Scope of Work and Services – Project Management

        The Project Management firm will perform the following tasks:

        i.)         Preparation of the overall scope of works for the Land Surveyors, Geo-Technical   Surveyors,   Quantity   Surveyors,  Architects,  Civil/Structural engineers, Electrical engineers, Mechanical and  plumbing engineers and HVAC system engineers.

        ii)         Evaluation of technical and commercial proposals

        iii)        Planning, including schedule of the works to commissioning

        iv)        Coordination of the activities of the Land Surveyors, Geo-Technical Surveyors,  Quantity  Surveyors,  Architectural   firms  and  the Engineering design teams.

        v)         Reporting to the representative of the Board on a daily basis

        vi)        Giving regular reports on activities of the project to the Board

        vii)       Representing the Board on all matters relating to the building project

        23, Scope  of Work  and   Services  –   Information  Technology Infrastructure

        The IT Infrastructural firm will provide the following services:

        Prepare the necessary work scope to enable the contractor provide IT infrastructure including; Information Transport Systems, Voice .Network (VoIP) CCTV, Intranet and Extranet Communications, document management system, audio visual services, video conferencing, etc for the building.

        3.0       Requirements

        Interested firms are to submit the following:

        1.         Detailed Company profile in English language.

        2.         Evidence of registration with professional bodies.

        3.         Firm’s organizational structure including resume of key personnel showing qualified and certified personnel to carry out these works

        4.         Details of relevant, verifiable experience of similar works that firm or

        group has undertaken in the last fifteen (15) years, inside or outside

        Nigeria.

        5.         Audited-accounts/financial reports for the last three (3) years.

        6.         Tax clearance certificate for the past three (3) years.

        7.         Evidence of compliance with the Pensions Act.

        8.         Evidence of financial capability/reference letter from a reputable Nigerian bank,

        9.         Reference of three major customers that can be contacted for information/reference

        10.       HSE related certifications available: ISO

        11.       Quality Assurance System certified ISO

        12.       Copy of Current Certificate of Registration with Corporate Affairs Commission (CAC).

        4.0       Nigerian Content Requirements

        1.         Compliance to the  provisions of the  Nigerian Oil & Gas industry Content Development Act 2010.

        2.         Consistent with The Nigerian Oil & Gas industry Content Development Act 2010,

        NCDMB is committed to providing maximum opportunities for Nigerian capacity utilization and development of in-country expertise and compete

        Procurement, Construction and Installation of a New Sewage Treatment Plant at Chevron Nigeria Limited

        Chevron Nigeria Limited

        R. C. 6135

        Operator of the NNPC\Chevron Joint Venture

        Advert for Tender Opportunity

        Construction of a New Sewage Treatment Plant and Upgrading of the Existing Plant at CNL Lekki Office

        Introduction:

        Chevron Nigeria Limited invites interested and opportunity for the Detailed Design Review Procurement, Construction, Installation and Commissioning of a new Sewage Treatment Plant and upgrading of the existing plant.

        Scope of Work:

        Engineering: Review and re-validation of Company’s Detailed Engineering Design to ensure compatibility with Contractor’s preferred construction methodology. Prepare and submit for approval all shop drawings, fabrication drawings, bending schedules and any other supplementary information required to successfully execute the works.

        Installation of Piles:

        The project may include installation of piles for the plant foundation

        Sub-Structure / Superstructure:

        Contractor shall construct a pile or raft foundation to support the structure. The contractor shall have the capacity to provide a dewatering system during foundation construction should high water table be encountered. The superstructure will be mainly a water-retaining circular concrete tank of about 13m internal diameter, 300mm thick and 5m high complete with aerator, chlorine dozing system, control panels, ladders, hoist, piping etc.

        Procurement: Company may elect to supply, install and commission the sewage treatment equipment through another Agent. All other equipment and materials shall be supplied and installed by the main contractor.

        Mandatory Requirements

        1. To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 4.04.01 (Engineering / Procurement / Construction / Commissioning – Steel / Metal / Concrete Structures / Platforms) 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).
        1. Please note that interested bidders including their sub-contractor(s) shall be required to:
        2. Meet all JQS mandatory requirements to be listed as “Prequalified” for category in the JQS database.
        3. 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.nipexnp.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.
        1. 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.
        1. 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 CEO of both companies including evidence or plans of physical 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

        Provision of Various Goods at Agip Energy & Natural Resources (Nig.) Limited

        Agip Energy & Natural Resources (Nig.) Limited RC33455

        Tender Opportunity

        Reference: Agbara Operational Insurance Policy

        Introduction

        Agip Energy & Natural Resources (Nig.) Limited is seeking qualified Insurers for the Provision of Operational Insurance Cover for its properties and third party liabilities.

        Scope of Work

        The Insurance would cover physical loss and, or damage to its Property, including third party liability risks. The insurer shall justify by verifiable proof of evidence with NAICOM approval certification that all in-country capacity for the risk have been utilized before it can re-insure the excess capacity with leading international underwriters. The insurer will liaise with the appointed re-insurance Broker for the purpose of re-insurance with foreign underwriter with minimum of a rating S&P. The insurer will also handle claims services, policy documentation, renewals, endorsement etc.

        Mandatory Requirements

        1             To be eligible for this tender exercise, interested contractors are required to be pre-qualified in either of the following:  Life Insurant Service Category 3.1430, Non-life Insurance Service Category Insurance Broking Services Category 3.14.33 and Other Insurant Services Category 3.14.39   (Product / Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

        2             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.

        3             If you are not listed in a product/service category but you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.

        4             To initiate the NJQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action.

        5             To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

        Nigerian Content

        Pursuant to the newly enacted Nigerian Content Development Policy (“NOGIC ACT 2010”) by the Federal Government of Nigeria, all interested bidders are expected to demonstrate adherence to the policy and compliance with provisions of the Insurance ACT 2003. Among others, the NOGIC ACT 2010 requires a certificate of compliance be issued by NAICOM to bidders as part of NCMB technical evaluation requirements for insurance or reinsurance contracts in the Oil and Gas Industry.

        The NOGIC ACT 2010 and Insurance ACT 2003 further require that in-country capacity must be exhausted before resort to outside/foreign re-insurers which NAICOM must approve before reinsurance are placed abroad. Arising there from, preference shall be given to Nigerian companies and /or foreign companies based in Nigeria having a Nigerian affiliate who demonstrates willingness to execute the work/services to the satisfaction of evaluators.

        Therefore, this Tender Opportunity aims at sensitizing interested bidders on the information / documentation that will be expected of them at the Invitation to Tender (ITT) stage, as follows:

        1             Company intends to and will expect bidders to comply with the NOGIC ACT 2010 (available at www.nnpcgroup.com and www.nigcontent.com ) and Insurance ACT 2003, since they constitute Fatal Flaw in all contract evaluations.

        2             Preparation of Nigerian Content Plan that addresses utilization of Nigerian labour, Services, Materials and Equipment for this service.

        3             Provision of current NAICOM registration certificate.

        4             Provision of a copy of company’s detailed binding agreement with any competent Re-insurance company.

        5             Provision of detailed description of all work bidders will accomplish using Nigerian Resources (Labour, Materials Services)

        6             Provision of current and in-place organization structure with detail experience and skills of key management personnel with names. Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.

        7             Detail past experience / present commitment to staff training and development of its Nigerian Personnel. Furnish details of training plans for Nigerians specific to this scope of work.

        8             State any further innovative proposals that would enhance the Nigerian Content for the project?

        9             Demonstrate that entity is an indigenous company or indigenous company in genuine alliance with a foreign-owned or multinational company registered in Nigeria.

        10        Provision of details of your company ownership and share holding structure. Submit copies of your CAC forms CAC10, CAC2.5, CO2 and Co7.

        Note: Bidders shall be requested to provide evidences to show their compliance with the above listed requirements at the IIT stage. Failure to meet the Nigerian Content requirements is a “Fatal Flaw”

        Closing Date

        Only tenderers who are registered with NJQS in the Insurance Service Categories 3.14.30 /3.14.32 /3.14.33 /3.14.39 (Product/Category) on or before Thursday October 21st, 2010 by 4:00pm hrs being the advert closing date shall be invited to submit Technical Bids.

        Please visit the NipeX Portal at www.nipexng.com for this Advert and other additional information.

        This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of AENR, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from AENR and/or any of its Partners by virtue of such Applicants having responded to this Advert

        Management

        Lot No. Item No Description Quantity Bid Security Amount (NGN) Delivery Period Delivery Location
        1 Servers and Storage At least 2% of bid price 60 days NAICOM Headquarters Abuja.
        1 Enterprise Servers 4
        2 Mid Range Servers 6
        3 Enterprise Storage 1
        4 Router 3
        5 42u Rack 1
        2 Lagos Local Area Network At least 2% of bid price 60 days NAICOM Lagos Zonel Office.
        1 Dual Core Face Plate with Dual RJ-45 modules (data & voice) 30
        2 Cat 6e UTP cables 10
        3 Cat6 Factory-fitted Copper Patch Cords (1m) 30
        4 Cat6 Factory-fitted Copper Patch Cords (3m) 30
        5 24 Port Cat6 Patch Panel 3