Supply and Deployment of Portable Data Terminals at INEC

INDEPENDENT NATIONAL ELECTORAL COMMISSION

PLOT 436. ZAMBEZI CRESENT MAITAMA DISTRICT, ABUJA. (Information and Communication Technology Department)

INVITATION FOR PRE QUALIFICATION:

SUPPLY & DEPLOYMENT OF PORTABLE DATA TERMINALS FOR RESULTS TRANSFER FROM POLLING UNITS

INTRODUCTION

The Independent National Electoral Commission (INEC) intends to deploy Portable Data Terminals compatible to with GSM services for transmission of election results from polling stations, in preparation for the next general elections of 2011.

2.       SCOPE OF WORK

The scope of the project includes the following:-

  1. Provide a suitable palmtop data terminal compatible with local GSM transmission on data platform
  2. Provision of storage memory to accommodate result forms for tabular entry of results.
  3. Charging System for the terminal if solar would be advantageous or on alternative minimum 8hours battery life
  4. Palmtop size
  5. Weather resistant and rugged construction.
  6. Relevant training.

3.       PRE-QUALIFICATION REQUIREMENTS

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Three (3) years company Audited Accounts
  3. List and evidence of similar projects executed and knowledge of the industry.
  4. Experience /Technical qualification of all Key personnel
  5. Evidence of financial capability and Bank support
  6. Three (3) years tax clearance Certificate.
  7. Equipment and Technical capability
  8. VAT Registration and past remittances

4.       GENERAL INFORMATION

a)     This Notice of Intent is not an invitation to bid. Full bidding procedure as contained in the BID documents shall be provided only to successful pre-qualified applicants

b)    For clarification and / or additional information, you may contact, Director, Information and Communication Technology, INEC Headquarters, Abuja between the hours of 10am to 12noon, Monday to Friday during the period this advert is made public until the dose of receipt of pre-qualification documents.

c)     The closing date for submission of the pre-qualification shall be fourteen on or before 3rd May 2010.

5. SUBMISSIONS

All submissions must be delivered in four (4) sealed bound hard copies marked Confidential Notice of Intent to pre-quality as Contractor for Supply and Deployment Of Portable Data Terminate For Results Transfer From Polling Units Ref. No INEC/ICT/PDT/01/vol. 1 and delivered to the address below on or before 3rd May 2010.

The Secretary of the Commission

Independent National Electoral Commission,

Plot 436, Zambezi Crescent, Maitama Abuja.

Supply & Commission of Direct Data caputure Machines at INEC

INDEPENDENT NATIONAL ELECTORAL COMMISSION

PLOT 436, ZAMBEZI CRESENT MAITAMA DISTRICT, ABUJA. (Information and Communication Technology Department)

INVITATION FOR PRE-QUALIFICATION:

SUPPLY & COMMISSION OF DIRECT DATA CAPTURE MACHINES TO SUPPORT REVIEW OF NATIONAL REGISTER OF VOTERS

1.       INTRODUCTION

The Independent National Electoral Commission (INEC) intends to carry out field work to review the National Register of Voters in preparation for next general elections of 2011.

In this regard, the Commission intends also to purchase a limited number of new Direct Data Capture equipment to support the exercise.

2.       SCOPE OF WORK

The scope of the project includes the following:-

  1. Provision of Laptop based Direct Data Capture equipment.
  2. Complete with (Automated Fingerprint Identification System) Complete fingerprint Scanner with 1000 Licenses.
  3. Complete with digital Cameras of not less than 6 Megapixel.
  4. Complete installed registration software to ensure seamless transfer of registration data up to the Central database containing National Data of Voters and accommodate INEC delimitation database
  5. Portable and suitable portable colour printer with rechargeable batteries.
  6. Relevant technical training module.

3.PRE-QUALIFICATION REQUIREMENTS

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Three (3) years company Audited Accounts
  3. List and evidence of similar projects executed and knowledge of the industry.
  4. Experience / Technical qualification of all key personnel
  5. Evidence of financial capability and Bank support
  6. Three (3) years tax clearance Certificate.
  7. Equipment and Technical capability
  8. VAT Registration and past remittances

4.       GENERAL INFORMATION

a)     This ‘Notice of Intent’ is not an invitation to bid. Full bidding procedure as contained in the BID documents shall be provided only to successful pre-qualified applicants

b)    For clarification and / or additional information, you may contact, Director. Operations. INEC Headquarters, Abuja between the hours of 10am to 12noon, Monday to Friday during the period this advert is made public unit the close of receipt of pre-qualification documents.

c)     The closing date for submission of the pre-qualification shall be on or before 3rd May 2010 made public.

5        SUBMISSIONS

All submissions must be delivered in four (4) sealed bound hard copies marked ‘Confidential Notice of Intent to pre-qualify as Contractor for Supply and Commissioning of Direct Data Capture Machines to Support Review of National Register of Voters Ref; No INEC/ICT/DDC/01/vol. 1 and delivered to the address below on or before 3rd May 2010.

The Secretary of the Commission

Independent National Electoral Commission,

Plot 436, Zambezi Crescent, Maitama Abuja.

UPGRADE OF THE C-BAND VSAT INTERNET LINK AT NDIC

NIGERIA DEPOSIT INSURANCE CORPORATION

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E- mail: info@ndic.org.ng Website: www.ndic.org.ng

INVITATION TO TENDER FOR THE UPGRADE OF THE C-BAND VSAT INTERNET LINK AT THE CORPORATION’S HEAD OFFICE

The Nigeria Deposit Insurance Corporation [NDIC] wishes to invite reputable Internet Service Providers (ISPs) with good track record of performance and experience in the installation of VSAT Internet infrastructure to tender for the upgrade of the present C-band VSAT Internet bandwidth in the Corporation’s Head Office, Abuja.

TENDER DOCUMENTS

Interested companies should obtain the tender documents from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of N10,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation. Abuja. However, those who have earlier paid this amount are excluded from new payment. Information about the existing infrastructure that requires the upgrade could be obtained from the Head of Information Technology Department at the above address. He could be reached either through the telephone numbers: 09-4601200, 08052263325 or e-mail addresses: amoosk@ndicng.com , samuelamoo@hotmail.com .

CONDITIONS FOR ELIGIBILITY

All bids must be accompanied with the following;

Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria,

The current 3 year Tax Clearance Certificate of the Company,

The Company’s audited accounts for the past three years,

Evidence  of Financial capacity and  banking support,

Evidence of having successfully carried out similar works within the past three years,

Evidence of availability of requisite and appropriate staff/skill for the job,

Evidence of VAT registration, and

Evidence of compliance with the Pension Act

SUBMISSION OF TENDER DOCUMENTS

The tender documents must be submitted on or before 4th May 2010 by 4:00 pm, securely bound and enclosed in a sealed envelope that is marked at the top right-hand corner TENDER FOR THE UPGRADE OF THE C-BAND VSAT INTERNET LINK AT THE NDIC HEAD OFFICE”, addressed to:

The Secretary,

Tender’s Board,

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

and dropped in the tender box on the 2nd Floor (Administration Unit) in the Head Office. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender submitted after the closing date/time specified above stands automatically disqualified.

OPENING OF THE TENDERS

Opening of tenders shall be at 5:00 pm on the date of the closure of submission. The name of the successful company shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website.

ADDITIONAL INFORMATION

i)                   Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender,

ii)                NDIC shall reserve the right to verify the authenticity of claim[s] made by the tendering parties,

iii)              NDIC shall reserve the right to reject any submission based on unverifiable information.

Note: – The Advert is being placed in view of new specifications required on the Corporation’s Internet link at Abuja for better bandwidth.

SIGNED:

MANAGEMENT

Consultancy on Power System Dynamic Stability Studies and Associated Works at TCN

TRANSMISSION COMPANY OF NIGERIA (TCN)

PUBLIC NOTICE

EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY ON POWER SYSTEM DYNAMIC STABILITY STUDIES AND ASSOCIATED WORKS

INTRODUCTION

The Management of Transmission Company of Nigeria (TCN) hereby invites eligible consultants to indicate their interest in providing consultancy services as indicated under the scope of works.

SCOPE OF WORKS

The Consultant’s scope of works includes, but is not necessarily limited to the following:

  1. Technical audit and collation of (I) existing generator controllers in the system, determination of requirements of generating unit governor at each power station. (ii) 330/132k V, 132/33kVand33/11kV transformers and substation switchgears specifying their functional status.
  1. Perform toad flow (losses, compensation, voltage control and voltage collapse studies), short circuit studies to determine maximum symmetrical and asymmetrical fault levels at 330kV, 1 32kV,33kV and 11 kV bus bars and Transient Stability Studies; NEPLAN Power System Analysis Tool must be used.
  1. Determine the minimum MW primary control power to secure the network for various network configurations corresponding to the following load levels: 6000MW, 10000MW, 15000MW and 20000MW.
  1. Advise on distribution of the required primary control power among the Generating Units, to ensure system frequency stability for each of the load level.
  1. Determine the suitability of existing switchgears at 330k V, 132kV and 33/11kV levels in terms of their Break and Make capacities and recommend appropriate break ratings at 33OKV, 132kV and 33/11kV voltage at various locations in the grid.
  1. Determine the Earth Resistance values and the integrity of earthing arrangement at various locations in the system with a view to recommending ways of improving them.
  1. Review existing settings of protection relays and effectively set the relays where necessary to conform to the established fault levels taking into consideration the short circuit withstand capability of major equipment like transformers.
  1. Carryout functional tests on all existing protection relay and recalibrate where necessary and identify faulty relays for replacement.
  1. Co-ordinate effectively, protection relays at the various substations In the grid to ensure discriminatory tripping.
  1. Determine the adequacy, or otherwise, of the entire protection system and establish a protection philosophy for the Grid System.
  1. Provide drawings for all the protection schemes for the entire system (330/132kV, 132/33kV and 33/11 k) and detailed documentations
  1. Establish an overall encompassing System Data Web Based Portal.
  1. Determine the best options in the deployments and proffer solutions for the attainment of adequate infrastructure for EMS and SCADA.

PRE-QUALIFICATION REQUISITES

Interested firms/consultants must provide the following information:

  1. That they are qualified to perform the services (through submission of brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff etc) and must have had at least ten (10) years experience in similar works. Consultants may associate to enhance their qualifications.
  1. Certified Audited Account and Tax Clearance of the Company for the last three(3) years, certified by registered accounting firm along with the corresponding 3 years Tax Clearance Certificate (applicable to Nigeria Company only) which shall be verified and the original sighted on demand.
  1. A copy of Certificate of Incorporation in Nigeria (Forms CO2 and CO7) or overseas.
  1. Provision of Company Profile, experience records procedure of Quality Assurance / Quality Management System to be implemented.
  1. Evidence of Technical Capability and Previous experience in Nigeria or developing countries.
  1. Consultancy experience record for Power System Analysis and relay coordination / SCADA and related projects.
  1. Submit evidence(s) of compliance with the provisions of the Pension Reform Act, 2004.
  1. Nigerian companies must be registered with COREN,

IMPORTANT INFORMATION:

1)    This notice is not an Invitation to tender.

2)    PHCN Tender Board is not obligated to invite any company to submit proposal notwithstanding submission of EOI documents.

3)    Only technically qualified companies will be invited to participate in the competitive tender for the consultancy works.

4)    PHCN reserves the right to verify any claim by companies. Therefore, companies should include in their submission, necessary authority and guarantee for such verification.

5)    Details of your referenced clients including their name, address, e-mail address and telephone numbers of the relevant contact person shall be Included for each job referenced.

6)    A Firm/Consultant will be selected in accordance with the Procedures set out in the Procurement Act 2007.

SUBMISSION OF EXPRESSION INIEREST

The documents for the EOI should be in a sealed envelope and marked “POWER SYSTEM DYNAMIC STABILITY STUDIES” on the left hand corner of the envelope and submitted to the Office of:

The Asst General Manager (Procurement), TCN,

Room 228/230, PHCN/TCN Corporate Headquarters,

Plot 441, Zambezi Crescent, Martama, Abuja,

Tel: +2348055027497.

On or before 12 noon, on Monday, 31st May 2010.

For further information and/or clarification, please contact the Asst General Manager (PSPD), TCN, PHCN Corporate Headquarters, Zambezi Crescent Maitama, Abuja.

Tel:       +2348033119096, +2348052502117

e-mail: atatikut@yahoo.co.uk , oluwafemizaccheaus@gmail.com , atonack@yahoo.co.uk

Signed:

Management

Transmission Company of Nigeria (TCN)

Projects Execution at Federal Medical Centre, Gombe

FEDERAL MEDICAL CENTRE, GOMBE

INVITATION FOR PRE-QUALIFICATION AND TENDER FOR 2010 CAPITAL PROJECTS

The Federal Medical Centre, Gombe wishes to Execute/procure the below listed Projects/items under the year 2010 capital budget:

LOT DESCRIPTION QTY
i Construction of Female Orthopedic Ward
ii Construction of Male Oncology Ward
iii Construction of Female Oncology Ward
vi Extension of Consultant Offices
SUPPLY
vi Supply of Ambulance 1no.
vii Supply of Sewage Van 1no.
viii Supply of Water Tanker 1no.

Consequent upon the projects above, pre-qualification/tenders are hereby invited from suitably qualified and registered contractors with the hospital.

Applicants may indicate their interest in one or more lot(s). Each lot must however, have separate application and bear the relevant lot reference number.

Only companies’ with proven experience and track records in similar jobs would be considered for the pre-qualification and bidding.

COLLECTION OF PRE-QUALIFICATION/TENDER DOCUMENTS

Pre-qualification/tender documents can be obtained from the office of the SECRETARY, MANAGEMENT TENDERS COMMITTEE, FEDERAL MEDICAL CENTRE, GOMBE upon payment of non refundable fees of N20,000.00 (TWENTY THOUSAND NAIRA ONLY)

PREQUALIFICATION REQUIREMENTS

  1. Certificate of Company registration with C.A.C.
  2. Company profile.
  3. Evidence of VAT registration
  4. Tax clearance for three years.(2006-2008)
  5. Evidence of previous experience in similar contracts.
  6. Evidence of payment of N20,000.00 non refundable fees.

SUBMISSION OF PRE-QUALIFICATION/TENDER DOCUMENTS

All completed pre-qualification/tender documents must be sealed in a wax envelop, addressed to “MEDICAL DIRECTOR” and clearly marked “PRE-QUALIFICATION/TENDER” at the top left corner of the envelop and should be dropped in the TENDER BOX situated at the ground floor of the ADMINISTRATIVE BUILDING Federal Medical Centre, Gombe on or before 3rd Mat 2010 by 12:00 noon.

PRE-QUALIFICATION AND Tender opening

Pre-qualification/tender documents would be opened on 14th May 2010 by 2:00pm at the Hospital Board room. It is mandatory for all contractors or their representatives to attend the opening exercise.

Signed

Management