Provision and Implementation of Number Portability Clearing system at NCC

Nigerian Communications Commission

Invitation to Tender for the Provision and Implementation of Number  Portability Clearing House in Nigeria

REF NUM: NCC/DPA/GC/VOL 1/ 219

Introduction

The Nigerian Communications Commission (NCC) is desirous of undertaking a bidding exer­cise, to tender for the Provision and Implemen­tation of Number Portability Clearing House System, Associated Software, Hardware, and Support Services to effect:

  • The process of ‘Porting’ of numbers between the Mobile Operators, and
  • The provision of ‘Destination Information’ from a reference database of all ported numbers,

The NCC therefore wishes to invite experienced and reputable vendors to indicate interest to bid for the Provision and Implementation of Number Portability Clearing House System, Associated Software, Hardware, and Support Services.

An overview of the number portability to be implemented is outlined below:

  • Service provider portability for mobile network operators.
  • Recipient led porting process.
  • Direct routing, All Call Query routing solution.
  • Centralised   clearing house approach   for processing port request.

Scope of Work

  • The scope of work shall include the Provision and Implementation of Number Portability Clearing House System, Associated Software, Hardware and Support services.
  • The Number Portability Clearing House should be capable of providing the following functionality:
    • The relaying of messages between Donor and Recipient Operators and the maintaining of state information for each individual and bulk Porting
    • Management of the Porting process to meet the target times.
    • Depending on the validation and authorisation procedures to be specified by the operators, the reception and checking of an SMS from the subscriber confirming the request to port.
    • Communication with the subscriber advising them of the status of their porting request.

The broadcasting to all Operations, including Fixed Operators, of information on the identity of the Recipient Operator who is serving a number after has been ported

  • The collection of logs on all port activities.
  • The collection of statistics on Portings.
  • The storage of information on the history of each Porting but excluding any personal subscriber data.
  • The maintenance of a reference database of all ported numbers and the provision of downloads of this information to any Operator.

Bid Requirements

Bidding is open to both local and international firms and will be conducted using the Inter­national Competitive Bidding (ICB) procedures specified in the Public Procurement Act, 2007 of the Federal Government of Nigeria. Bidders are required to meet the following qualification criteria:

  • Full details of company profile and list of key personnel, stating their roles, designation, qualifications and experience.
  • Details of the company’s operations for a mini­mum of five (5) consecutive years.
  • Evidence of prior experience implementing Number Portability Clearing House in at least one country with similar telecommunications profile as Nigeria.
  • The company should not have substantial equity directly or indirectly in any of the telecom network operators/service provider in Nigeria, Similarly any telecom network operator/service provider should not have substantial equity, directly or indirectly in the company. Substantial equity here means equity of 10% or more.
  • The bidding company and its local partner must be registered in Nigeria.

The bidding company is to submit:

  • Copy of Certificate of Incorporation with the Corporate Affairs Commission.
  • Financial statements for the last three years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.
  • A certified copy of the latest Tax Certificate and other relevant documentation proving that the Company (and any partners with whom  it  is jointly  bidding)  are  in  good standing with Tax Authorities in Nigeria or any other Country where it is liable to pay taxes.
  • Evidence of being a manufacturer or a manufacturer’s representative, duly autho­rised to supply such products in Nigeria.
  • Legally binding joint venture agreement if the bid is in partnership or in consortium with other(s).

An electronic copy of the bidding document is available for download on the NCC website at www.ncc.gov.ng

Submission of Bid Documents

Bid documents must be delivered by email in electronic format to: numberportability@ncc.gov.ng as well as hard copy to the address below on or before  9th August, 2010 by 5:00pm. Late bids will be rejected.

Bids will be opened in the presence of bidders representatives who choose to attend at the address below at 10am on the 12th August, 2010.

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Way

Maitama District

Abuja.

Telephone: +234 9 4617000

Fax: +234 9 4617514

Email: numberportability@ncc.gov.ng

Attention: (Project Manager, Number Portability)

Issue Date: 14th June, 2010

Signed

Dave Imoko

Director, Public Affairs

Provision of ICT Consultants at Fiscal Responsibility Commission

Fiscal Responsibility Commission

No. 66, Samuel Ajayi Crowther Street, Asokoro. Abuja

Invitation to Tender for Information and Communication Technology (ICT) Consultants

The Fiscal Responsibility Commission by virtue of the provisions of the FRA, 2007 and for its corporate operations requires to store and process significant volume of data and produce various reports and analysis for use in the discharge of its responsibility. For this purpose, there is need to set up a robust ICT base to facilitate data capture, processing and reporting as well as interactive access by staff and stakeholders.

The precision and sophistication of the anticipated facility would be handled by a firm with impeccable qualifications and well grounded in ICT. The Commission therefore, wishes to engage the services of reputable and experienced consultants in this area.

The technical requirement for such consultants is proven capability in both software, hardware, cabling and networking, etc.

The consultants to be engaged are to:

  1. i.            articulate the FRC ICT requirements;
  2. ii.            plan the architecture suitable for the Commission s needs;
  3. iii.            Draw up the requirements for hardware, software and other accessories required
  4. iv.            Determine the  additional  facilities  and  equipment  required  and  technical  specifications;
  • Partake in the sourcing of the implementation consultant/contractor;
  • Draw up the implementation plan;
  • Supervise the deployment;
  • Monitor the operations thereafter;
  • Invite the attention of the Commission to any other issue relevant to out need and that will improve on the ICT utility; and
  • Serve for a period of one year and renewable for subsequent years depending on satisfactory performance and need.

Accordingly, the Commission is inviting reputable ICT consultants to tender for the consultancy services. The bid should be prepared in two parts viz: Technical and Financial. Each should be enveloped and marked on the top Right Hand side, Technical Bid or Financial Bid as appropriate.

The technical bid should include the following:

  • A brief description of your organization and an outline of recent experience on assignment of similar nature with evidences. The outline should indicate, inter alia, the profiles of the staff provided, duration, contract amount and firm involvement.
  • The composition of the proposed staff team, the tasks which would be assigned to each and their timing.
  • CVs including number of years with firm and degree of responsibility held in various assignments during the last ten years.
  • Estimates of the total time effort (person x month) to be provided to carry out the assignment.
  • Comments, if any, on the data services and facilities to be provided by the commission.

The financial bid should list the cost associated with the assignment. These normally cover remuneration of staff, subsistence, transportation, services and equipments, printing of documents, etc. The bid should take into account the tax liability and costs of insurances, if any.

The following requirements need be enclosed in the bid SEQUENTIALLY as laid down below:

  • Certificate of Incorporation or Registration as appropriate.
  • Current Tax Clearance Certificate (2010) covering the last three years as applicable.
  • VAT Registration Certificate AND evidence of remittances.
  • Evidence of financial standing from your bankers.
  • Evidence of compliance with the Pension Act, 2004 as applicable for Employee Registration, Contribution and Remittance; and Transfer of Legacy Pension assets.
  • Evidence of similar jobs executed with documentary support from some of the organizations handled.
    • Tender fee of N20.000 in bank draft in favour of Fiscal Responsibility Commission.

The bid is to be submitted in a single large and sealed envelope containing two envelops, one bearing Technical Bid and the other Financial Bid, each clearly marked at top right hand corner Technical and Financial respectively. The covering envelop (containing the two bids) should also be clearly marked at the top right hand corner Information and Communication Technology Consultants and then addressed to:

The Secretary,

Tenders Board,

Fiscal Responsibility Commission,

66, Samuel Ajayi Crowther Street, Asokoro,

Abuja.

To reach him on or before 12.00 noon, Thursday 1st July, 2010, Tenders will be opened same day at 1.30pm. All bidders are invited to attend the tender opening session.

Note:

Proposals received after the deadline for submission shall be rejected.

The Commission reserves the right to reject or accept any bid without incurring any liability and proposals will be considered based on competence and price.

Operation of Excess Crude Account at Fiscal Responsibility Commission

Fiscal Responsibility Commission

No. 66, Samuel Ajayi Crowther Street, Asokoro. Abuja

Study of the Management of the Excess Crude Account (ECA)

Request for proposals

The Fiscal Responsibility Commission million as part of its functions set out in Section 35 (1-7) of the FRA 2007 wishes to undertake a study on the operation of the Excess Crude Account. Reputable consultants with in-debth experience in public expenditure management are hereby invited to submit proposals on the study of the operation of the Excess Crude Account from the period 30th July, 2007 to 30th March, 2010.

The Terms of Reference are as follows:

  1. Examine procedures adopted for determining the benchmark price of crude oil to ensure that it complies with the extant laws and best practices.
  2. Determine the total amount accruable to the Excess Crude Account from the crude oil sales over the period of study i.e. 30th July, 2007 -31st March 2010.
  3. Ascertain total monetary inflows into the Excess Crude Account in accordance with the approved benchmark price, (Inflows include earnings from Investments).
  4. Examine the attitude of the three tiers of government to the provisions of the   law in respect to Excess Crude Account.
  5. Examine whether the intentions for establishing the ECA are being realized.
  6. Ascertain existence of clear-cut government policies for the creation and utilization of the savings from Excess Crude Account.
  7. Examine any other matter(s) that will be useful for the implementation of the provisions of the law regarding the operation of the ECA.

Make recommendations for the management of the ECA  in accordance with international best practices or recommend alternative mode of managing excess proceeds arising from Section 35 (1).

The consultant(s) should include the following documents SEQUENTIALLY in their technical proposal:

  1. Certificate of incorporation/Registration
  2. Valid Tax Clearance Certificate (2010) covering the last 3yrs
  3. Evidence of VAT Registration AND Remittance
  4. Evidence of previous relevant jobs executed
  5. Pencom Registration and Remittance if applicable
  6. One hard copy each of the technical and financial components of the Proposal (also referred to as technical and financial proposals) as well as 1 Electronic copy in Microsoft Office (saved in CD or flash drive) should be submitted to the:

Secretary, Tenders board,

Fiscal Responsibility Commission,

No 66 Samuel Ajayi Crowder, Asokoro,

The proposals should be submitted with a non-refundable tender fee of N20, 000.00 in bank draft payable to the Commission. The submission should reach us on or before 1,00pm 1st July, 2010 and the bid will be opened by 2.30pm the same day at the Commission’s Conference room.


Note

  1. The technical and financial proposal should be submitted simultaneously in separate envelops. Each marked TECHNICAL and FINANCIAL at the Top Right Hand Corner and the two submission be put in one bigger envelop and marked Tender Bid
  2. Proposals received after the dead-line for submission shall be rejected.
    1. The Commission reserves the right to reject or accept any bid without incurring any liability and proposals will be considered based on competence and price.

Supply and Rehabilitation at National Centre for Women Development

NATIONAL CENTRE FOR WOMEN DEVELOPMENT

ABUBAKAR TAFAWA BALEWA STREET, CENTRAL BUSINESS DISTRICT, ABUJA

E-mail: dgncwd@gmail.com

The National Centre for Women Development wishes to pre-qualify competent contractors who may wish to tender for the jobs specified below and accordingly invites competent, experienced and reputable companies to apply:

I.  JOBS

LOTA:        Supply and installation of PABX Telephone System

LOT B:       Rehabilitation works of Fire Gutted Area; Sub-base

LOTC:        Rehabilitation works of Fire Gutted area; Guest House

LOT D;       Refurbishment of Nigerian Women Hall of Fame

LOT E:       Supply and installation of 800 KVA Generating Set

II. REQUIREMENT FOR PRE-QUALIFICATION

  1. Evidence of Company’s registration with the Corporate Affairs Commission;
  2. Current Tax clearance for the last three(3) years; (2007,2008 &2009);
  3. Value added Tax Certificate;
  4. Company Profile including detail of key Personnel, staff strength, pension etc;
  5. Evidence of previous/ similar job(s) handled stating contract sum and showing evidence of contract award and duration of completion;
  6. Name(s) and addresses of Bank(s) including letter of reference/guarantor from Bank(s);
  7. Equipment and Technology capacity.

SUBMISSION OF PRE-QUALIFICATION DOCUMENTS

The documents should be enclosed in a sealed envelope marked “either LOT A, LOTB, LOTC, LOTD, LOT E, followed by the title of the project at the top right of the envelop and to reach the address below on or before 27th June, 2010. The submissions are to be opened at 12:30pm of the same date at the National Centre for Women Development Boardroom and all applicants are invited to attend.

Director-General/CEO

National Centre for Women Development

Tafawa Balewa Street,

Opp. Central Bank Headquarters,

Central Business District,

Abuja.

NOTE:

a)           This is not an invitation to Tender for the job;

b)          Late submission will be rejected;

c)           This advertisement for “pre-qualification to tender” should not be construed to be a commitment on the part of the Centre for Women Development nor shall it entitle the tenderer to make any claims what ever and/or seek any indemnity from the NCWD by virtue of such tenderer having responded to this advertisement;

d)          Pre-qualification bid should be very clear about the area of proven competence and interest;

e)           After this pre-qualification exercise, tenders for contract will only be accepted from pre-qualified contractors and the National Centre for Women Development shall not enter into any correspondence with unsuccessful applicants.

SINGED

MANAGEMENT

Construction and Procurement of Items at AMMC



FEDERAL CAPITAL TERRITORY ADMINISTRATION

Abuja Metropolitan Management Council

No. 2 Juba Street. Wuse Zone 6,

INVITATION FOR PRE-QUALIFICATION AND TENDER FOR VARIOUS PROJECTS UNDER ABUJA METROPOLITAN MANAGEMENT COUNCIL (AMMC)

Federal Capital Territory administration (FCTA) through Abuja Metropolitan Management Council (AMMC) has provisions in the FCT 2010 Statutory Budget to execute some projects. We are hereby inviting competent and interested vendors and companies to submit Technical and Financial Bids for the following projects:

CATEGORY A:

  1. Procurement of Water Tankers for Fire fighting
  2. Procurement of Radio Communication  Equipment  (Long/Short Range)
  3. Procurement of Fire Fighting Vehicles (Water Tender)
  4. Procurement of Commando Vehicle for Fire Service
  5. Procurement of Mobile Command and Control Communication Vehicle ;
  6. Procurement of Equipment/Personnel carrier Vehicle
  7. Procurement of Emergency Rescue Device
  8. Procurement of Confined Space Rescue System Equipment
  9. Procurement of BOBCAT Excavation Equipment
  10. Procurement of Emergency Light Towers

CATEGORY B:

  1. Procurement of Office Furniture and Equipment
  2. Procurement of Office Furniture for Department of Parks and Recreation
  3. Procurement of Office  Furniture for  Department of Facilities Maintenance & Management
  4. Procurement of Office Furniture for AMMC Headquarters
  5. Procurement of Office Furniture for Procurement Department
  6. Procurement of Office Furniture for Department of Survey and Mapping
  7. Procurement of Office Furniture for Department of Resettlement and Compensation
  8. Procurement of Office Furniture for Department of Public Building
  9. Procurement of Office Furniture Items for Department of Audit
  10. Procurement of Office Furniture for Department of Admin and Finance
  11. Procurement of Office Furniture for Department of Mass Housing

CATEGORY C:

  1. Procurement of equipment for Workshop and Material Testing Laboratory for Development Control.
  2. Procurement of 20 Nos Rumpstad Thai Tractors and R .S Power Slash with Complete Accessories including Clubs, Booths, Rubber Tyres and Complete Repairs Kits,
  3. Procurement of 15 Nos. 4×4 Hilux and 3 Nos. 18 Seats Hiace Bus ( Toyota Brand).
  4. Procurement and Supply of Tyres for Pay Loaders and Graders
  5. Procurement of Lifting Bags for FCT Fire Service
  6. Procurement of Disaster Scene Barriers
  7. Procurement of Emergency Rescue Equipment/Device

CATEGORY D:

  1. Construction of 6 Nos District Offices in Area Council
  2. Construction of 30 Nos. Horse Stables
  3. Rehabilitation and Renovation of former Foreign Affairs Office Complex (for FCT Agencies and Council in need of office accommodation).
  4. Rehabilitation of Public Building in the Federal Capital Territory Abuja ;         (Lot: 1-7)
  5. Provision of Services to AMMC District Offices in FCT Abuja (Lot 1 -4)
  6. Construction of Material Testing Laboratory for Development Control
  7. Construction  of  Development  Control  equipment/mechanical workshop
  8. Facility Management of Development Control Department, Wuse Zone 6
  9. Facility Management of Archives and History Bureau Area 11
  10. Facility Management of Satellite Town Infrastructures Development, Headquarters Karshi

CATEGORY E:

  1. Installation of Irrigation facilities in some Park sites in the FCC (Lot 1 – 13)
  2. Construction of informal market in Garki 1
  3. Construction of Artisan Sheds
  4. Construction of Motor Park Nnamdi Azikiwe/ONEX Junction
  5. Maintenance of Roads and Drainanges in the City;

Lot 1: Utako, Jabi, Gwarimpa, Kado Estate and Life Camp

Lot 2 Wuse 1, Wuse II, Central Area and Maitama Districts

Lot 3: Askoro,Garki 1, Garki II, Gudu(Apo) Districts

CATEGORY F:

  1. Supply Installation of Solar Powered Light in Public Parks within the FCC (Lots 1-4)
  2. Provision of Boreholes Water Reservoir Reticulation tor Kuje, Gwagwalada, Bwari, Kwali and Abaji Fire Service Offices.
  3. Implementation of Phase one (1) Irrigation Scheme in the FCC,
  4. Consultancy Services for the Provision of Standard Polo Club and Horse Stables at Usma Resort Town in the FCC
  5. Street Name Poles, Arms and House Plaque in Kado, Katampe and Gwarimpa Districts.
  6. Routine Maintenance and Security of Streetlights Installations

Lot 1: Along Airport Road Express Way

Lot 2: In Central Business District, Garki I & II and Maitama District

Lot 3: In Wuse I & II, Utako. Embassy Zone and Yar’adua Way

Lot 4: Along Ring Road I, Gudu Phase II, Jabi, Life Camp & Kado Estate

Lot 5: Along Outer Nothern Express Way (ONEX)

Lot 6: In Asokoro District

PRE-QUALIFICATION REQUIREMENT

Interested companies are to forward copies of the following documents and the originals are to be made available for sighting during the tender opening;

i)                   Evidence of Registration with Corporate Affairs Commission (CAC) and Article of Memorandum of Association as well as Form C02/C07

ii)                Interested companies should have up to date returns with CAC (Due diligence could be conducted, to ascertain the genuinely of the documents),

iii)              Company’s audited account for the last three (3) years by a recognized Chartered Accounting Firm,

iv)              Tax Clearance for the last three (3) years,

v)                List of documentary evidences of similar jobs successfully executed                    within the last three (3) years (Copies of Letters of Contract Award, Completion Certificates etc),

vi)              Reference letter from a reputable bank,

vii)           A Sworn affidavit as follows:

a)        That whether or not any officer of the relevant committee of AMMC/FCTA is a former/present chairman or share holder or has any peculiar interest in the bidder and all documents submitted is not only genuine but current.

b)       That none of the Directors of the company/company seeking pre-qualification has ever been convicted by court of law or has pending criminal litigation.

c)        That the company is not Indebted to any bank or bankrupt at the moments

viii)         Latter of Authority to FCT Administration to confirm any claim to the company’s account,

ix)              Evidence of remittance of Contributory Pension Fund for staff of the company as provided in section 16, sub-section 6 (d) of the Public Procurement Act, 2007.

x)                List of qualified key Personnel and profile of the Company

xi)              All originate should be presented for sighting

COLLECTION OF TENDER DOCUMENTS

Interested Companies should collect Tender document from Office of the Director (Admin & Finance) Room 111 Tender Secretariat Abuja Metropolitan Management Council, No. 2 Juba Street, Wuse Zone 6 Abuja, upon presentation of evidence of payment of N25,000,00 non refundable Tender fees for each procurement category except category B which has Tenders fee of N10,000.00. All payment should be made into FCT Treasury Account at Fidelity Bank, Central Business District, Account No. 051503010000426.

SUBMISSION

The pre-qualification and financial bid documents should each be sealed and labelled as “Technical and Financial Bids “as Appropriate” separately. Another envelope should be sealed and labeled as tender for (indicate name of contract) The financial and technical bids should be submitted in three (3) copies (one original and two other copies) and all pages to be duly endorsed by the bidder.

The document is to be submitted to “Secretary” AMMC Tenders Board Room 111 Abuja Metropolitan Management Council, Wuse Zone 6 No2 Juba Street-Abuja not later than 12:00 noon 13/7/10 for category A, 15/7/10 for category B, 20/7/10 for category C, 22/7/10 for category D, 27/7/10 for category E and 29/7/10 for category F. All bids will be opened on the designated date at the AMMC Headquarters, by 2:00pm in the presence of all bidders or their representative.

Magaji Galadima

For: Coordinator (AMMC)