INVITATION FOR EXPRESSION OF INTEREST AS DATA PROTECTION KNOWLEDGE CERTIFICATION INSTITUTION
NATIONAL INFORMATION TECHNOLOGY DEVELOPMENT AGENCY (NITDA)
FEDERAL MINISTRY OF COMMUNICATIONS AND DIGITAL ECONOMY
NO 28, PORT HARCOURT CRESCENT, OFF GIMBIYA STREET AREA 11, GARKI, ABUJA
INVITATION FOR EXPRESSION OF INTEREST AS DATA PROTECTION KNOWLEDGE CERTIFICATION INSTITUTION
INVITATION TO TENDER FOR YEAR 2021 CAPITAL APPROPRIATED PROJECTS
MINISTRY OF POLICE AFFAIRS
FEDERAL SECRETARIAT PHASE III, SHEHU SHAGARI WAY, CENTRAL BUSINESS DISTRICT, ABUJA
INVITATION TO TENDER FOR YEAR 2021 CAPITAL APPROPRIATED PROJECTS
1. INTRODUCTION
1.1 The Ministry of Police Affairs in furtherance of its statutory mandate intends to implement the Capital Projects in the Works/Goods/Services Categories in line with the Budgetary Appropriation for the Financial Year 2021 in accordance with the provision of the Public Procurement Act, 2007.
2. SCOPE OF WORKS:
CATEGORY | LINE ITEM |
A | WORKS |
LOT A1: Provision and Installation of Finance and Accounts e-Archives Equipment | |
Lot A2: Provision and Installation of Digitization Equipment for the Ministry’s Records | |
Lot A3: Construction of Road Network and Rehabilitation of Administrative Building at the Ekiti State Police Command, Headquarter, Ado – Ekiti, Ekiti state. | |
Lot A4: Completion of Doguwa Divisional Police Headquarter in Dadin Kowa town, Kano State | |
Lot A5: Renovation and Up – grade of Office Building (Ministry of Police Affairs) | |
Lot A6 Renovation of Police Zonal Headquarters in the 6 Geo- Police Zones | |
Lot A7 Provision and Installation of Alternate Source of Power for the Ministry of Police Affairs Headquarters | |
Lot A8: Construction of Police Station, Toilets and Ancillary Building at Dawanau Grains Market, Kano State | |
Lot A9: Completion of Police Station and Police Bamacks, Okoboh, Community in Abuja Rivers West Senatorial District River State. | |
Lot A10: Construction and of Police College Basher (Phase II). | |
Lot A11: Construction and Furnishing of Area Continence’s Residence in Gron LGA, Akwa Ibom South Senatorial District, Akwa Ibow State. | |
B | GOODS |
Lot B-1: Supply of Offices Equipment for GIFMIS and IPSAS Compliance | |
Lot B3: Supply of Office Furniture | |
Lot B4: Supply of Computers | |
Lot B5: Supply of General Office Equipment | |
Lot B6: Supply of 1No. Staff Bus | |
Lot B7: Supply of 5Nos. Utility Vehicles | |
Lot B8: Supply of 6Nos. Project Vehicles | |
C | SERVICES |
Lot C1: Provision and Development of Database Server for Finance and Accounts – Archives | |
LOT C2. Provision of Networking, Programming and Internet Services of GIFMIS and IPSAS for Finance And Accounts Department | |
Lot C3: Training of Women in Skill Acquisition in Cosmetology and Provision of Empowerment Kite in Ondo Central Senatorial District Ondo State. |
3. ELIGIBILITY REQUIREMENTS
Interested Firms or Contractors should submit their EoI and Tenders (one separate envelope for “Technical’’ and another separate envelop for “Financial’ and enclose the two envelopes in the bigger envelope) properly addressed along with the following requirements:
(i) Evidence of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC 2 and CAC 7.
(ii) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) consecutive years (2018, 2019, and 2020) and valid till 31st December 2021; with average turn – over (as stated in the Standard Bidding Documents).
(iii) Evidence of current Pension Clearance Certificate valid till 31st December 2021;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021;
(v) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2021;
(vi) Evidence of Registration on the National Database for Registration of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid certificate issued by BPP.:
(3.0)(vii) A Sworn Affidavit:
• Disclosing whether or not any officer of the relevant committees of the Ministry of Police Affairs or Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bids are true and correct in all material particulars.
• That personnel and components to be used in the execution of the proposed Works, Goods and Services shall form at least 60% composition to comply with the FGN’s policy on Local Content;
• That the company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceeding; and
• That the company is not having any Director who has been convicted in any country for any criminal offense relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
(viii) Unabridged Company’s Audited Annual Report for the past three years – (2018, 2019, and 2020).;
(ix) Evidence of Financial capability to execute the project by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
(x) Detailed Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON, ICAN, ANAN, CPN, etc.;
(xi) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation Certificates, and Job Completion Certificates plus Photograph of the projects.
(xii) Works: List of Plant/Equipment with proof of Ownership/Lease;
(xiii) Original Equipment Manufacturers (OEM) Certificate or Authorisation Letter from OEMs or Accredited dealers in case of Procurement of Vehicles as applicable in the Standard Bidding Documents.
(xiv) For ICT jobs: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria (CPN) and National Information Technology Development Agency (NITDA);
(xv) Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
(xvi) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner;
(xvii) All documents for submission must be transmitted with Covering/Forwarding letter under the Company’s/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and e-mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.
4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A & B)
Interested and competent bidders are requested to collect the bid documents from the Office of the Director Procurement, Ministry of Police Affairs, Federal Secretariat Phase III, Shehu Shagari Way, Central Business District, Abuja, Room 11.01, 11th Floor upon the presentation of evidence of payment of a non-refundable tender fee of N10,000.00 (Ten Thousand Naira) only, for each Lot, paid into Remitta Account of the Federal Ministry of Police Affairs. The payment shall be converted into a receipted evidence of payment at the Cash Office, Ministry of Police Affairs, 11th Floor, Federal Secretariat Phase III, Shehu Shagari Way, Central Business District, Abuja.
5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A & B)
Prospective bidders are to submit bids for each of the lots desired in two (2) hard and soft copies. Each of the technical bids and two (2) hard and soft copies of financial bids should be neatly packaged in separate sealed envelopes marked “Technical Bid” or “Financial Bid” at the top right-hand comer of the envelope. Thereafter, put the two sealed envelopes together in a bigger sealed envelope and address to the Permanent Secretary, Ministry of Police Affairs, Federal Secretariat Phase III, Shehu Shagari Way, Central Business District, Abuja, and should be clearly marked with the name of the project and the lot number. Furthermore, the reverse side of the sealed envelope should bear the name and address of the bidder and drop in the designated Tender Box at the Ministry of Police Affairs, Federal Secretariat Phase III, Shehu Shagari Way, Central Business District, Abuja, Room 11.01, 11th Floor on or before 12:00 noon on 19 July 2021.
REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES
NEWS AGENCY OF NIGERIA
NAN HOUSE
INDEPENDENCE AVENUE, CENTRAL BUSINESS DISTRICT, ABUJA
REQUEST FOR EXPRESSION OF INTEREST
1. INTRODUCTION
The News Agency of Nigeria, (NAN), intends to undertake the procurement of services approved under the 2021 Appropriation Act and hereby invites interested, competent, and eligible consultants for the execution of the following consultancy services:
2. SCOPE OF SERVICES
INVITATION TO TENDER FOR SELECTION OF VENDOR FOR THE IMPLEMENTATION OF INFORMATION TECHNOLOGY VULNERABILITY MANAGEMENT AND PENETRATION TESTING SOLUTION
INVITATION TO TENDER – SELECTION OF VENDOR FOR THE IMPLEMENTATION OF INFORMATION TECHNOLOGY VULNERABILITY MANAGEMENT AND PENETRATION TESTING SOLUTION
1.0 BACKGROUND
The AFRICAN REINSURANCE CORPORATION (AFRICA RE) is an International Financial Institution with Headquarters in Lagos (Nigeria). Africa Re has six Regional Offices in Casablanca (Morocco), Nairobi (Kenya), Abidjan (Côte d’Ivoire), Port Louis (Mauritius), Lagos (Nigeria) and Cairo (Egypt); two subsidiaries in Johannesburg (South Africa) and Cairo (Egypt) as well as a Local Office in Addis Ababa (Ethiopia).and Kampala (Uganda).
The Corporation is currently in the process of implementing a network Vulnerability Management and Penetration Testing solution that provides a fully available, scalable, and efficient platform to help us gain access to vulnerabilities across our enterprise and also simulate real-world attacks to find our weak points before a malicious attacker does. This solution must be able to leverage the latest analytics and endpoint technology to discover vulnerabilities in a real-time view, pinpoint their location within our environment, prioritize them and facilitate remediation to ensure that the security loopholes are closed.
2.0 OBJECTIVES
As the volume of data within the Corporation grow exponentially, the threat of attacks become more sophisticated, and the challenges of minimizing risk and optimizing operations are becoming more challenging. For this purpose, Africa Re intends to implement a network Vulnerability Management Solution to enhance the overall security of its environment in the following areas:
• Determine and discover vulnerabilities in server’s environment and key IT systems.
• Generate report for all vulnerability scanning activities
• Harden the systems configuration to reduce vulnerability in technology applications, systems, infrastructure and firmware by eliminating potential attack vectors and condensing the system’s attack surface.
• Implement industry best practices that provide auditability and demonstrate compliance against security standards for cyber risk monitoring, vulnerability, and configuration management..
• Implement industry best practices that provide auditability and demonstrate compliance against security standards for cyber risk monitoring, vulnerability, and configuration management..
• Provide remediation steps to all discovered vulnerabilities.
• Run penetration testing programs at scale and pinpoint weak links in the attack chain
• Reduce user risk using phishing campaigns and education
Vendors with necessary technical skills, experience and business knowledge are invited to submit their best proposals for review.
Below is an overview of Africa Re’s current network infrastructure:
– Africa Re operate in multiple branches (Cairo, Casablanca, Abidjan, Nairobi, Addis-Ababa, Mauritius, Johannesburg) with active users in these branches.
– The connectivity between Africa Re Data centers and branches is encrypted through site-to site virtual private network (VPN)
– The current total number of assets within our environment to be covered within this VM scope is 500 assets which includes network devices, servers, and personal computers.
– The operating systems on endpoints i.e. PCs and mobile devices in Africa Re environment is a mix of Windows, MAC OS, and Linux
3.0 DELIVERABLES
The solution and implementation services required from vendors must have the following capabilities:
1. Ability to gather fresh data, whether via agents or agentless, without the false positives of passive scanning:
a. Automatically assess for change in our network when it happens.
b. Identify the risk posed by our entire network footprint, including cloud, virtual, and endpoints.
c. Integrate seamlessly with other critical security enforcement tools within our network and prioritize remediation actions.
2. Ability to spot change as it happens in our network using a library of Threat Exposure Analytics and automatically prioritize actions:
a. Ability to query our vulnerability scan results to understand our risk exposure from multiple lines of defense (risk owners/managers, risk control and compliance, independent assurance functions.
b. Shift prioritization of vulnerability remediation towards the most important assets within our organization.
c. Lightweight deployment with unified endpoint agent to achieve effective baseline checks and only update changes in vulnerability status
3. Advanced dashboard to visualize, prioritize, assign, and fix our exposures:
a. Ability to build reports to communicate with multiple audiences from IT and compliance.
b. Provide an instant view on what new vulnerabilities have been discovered and their priority for remediation.
c. Ability to check the status of remediation projects across both security and IT and to understand how different segments of our network are performing against each other
4. Ability to run penetration tests at scale and simulate phishing campaigns to harvest credentials, deliver payloads, and improve security awareness within our enterprise
5. Ability to generate reports that present the findings as required by relevant security standards
4.0 EVALUATION PROCESSES AND SELECTION CRITERIA
Responses to this RFP will be evaluated and scored based on the following criteria:
– Experience of the service provider in implementing network Vulnerability Management and Penetration Testing Solution (specifically Rapid 7 Insight VM & Metasploit).
– Technical approach and methodology
REQUEST FOR PROPOSAL (RFP) FOR THE ENGAGEMENT OF CONSULTANCY FIRM FOR THE IMPLEMENTATION OF MICROSOFT DYNAMICS NAV (NAVISION) FINANCIAL MANAGEMENT INFORMATION SYSTEM
NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)
REQUEST FOR PROPOSAL (RFP) FOR THE ENGAGEMENT OF CONSULTANCY FIRM FOR THE IMPLEMENTATION OF MICROSOFT DYNAMICS NAV (NAVISION) FINANCIAL MANAGEMENT INFORMATION SYSTEM
REF. NO.: NACA/2020/NAVISION
DATE OF ISSUANCE: 1ST JUNE 2021
INTRODUCTION
The National Agency for the Control of AIDS (NACA) seeks to engage the services of a licensed Microsoft Dynamics NAV partner to deploy a new financial management system (FMS) using Microsoft Dynamics Business Central (formerly Navision) to replace its current accounting system. The project implementation services will cover a range of activities starting from project initiation, system development and deployment, training, GO LIVE and post-implementation review to be completed within the stipulated timeline by the end of 2021, followed by one year service level agreement for on-site and off-site support with an option to be renewed annually subject to yearly evaluation of support service.
TENDER OPPORTUNITY FOR PROVISION OF IT SUPPORT SERVICES AT MPN LOCATIONS
MOBIL PRODUCING NIGERIA UNLIMITED
AN EXXONMOBIL SUBSIDIARY
OPERATOR OF THE NNPC/MPN JOINT VENTURE
TENDER OPPORTUNITY:
PROVISION OF IT SUPPORT SERVICES AT MPN LOCATIONS
NIPEX NUMBER: MPN.00000187
INTRODUCTION
Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Venture, plans to engage the services of two (2) competent and qualified contractors for Provision of IT Support Services in Lagos, Eket/QIT, and all other operating locations within the NNPC/MPN Joint Venture (JV) acreage. This is for an anticipated contract term of three (3) years, plus one (1) year optional extension.
SCOPE OF WORK
The scope of work includes, but is not limited to, provision of IT Support Services at MPN locations. Interested companies must be able to provide IT Support Services in the following service categories and support groups:
SERVICE CATEGORIES
i. Front-end IT Support: User population of a minimum of 1000, and is made up of the Customer Service Helpdesk support group.
ii. Extra-Small Site IT Support: User population of a maximum of 50, and is made up of multiple support groups.
iii. Small Site IT Support: User population of 51-500, and is made up of multiple support groups.
iv. Medium Site IT Support: User population of 501-1000, and is made up of multiple support groups.
v. Large Site IT Support: User population of 1001-2000, and is made up of multiple support groups.
vi. Large Field Site IT Support: User population of 1001-2000, and is made up of multiple support groups.
vii. Extra-Large Site IT Support: User population greater than 2000, and is made up of multiple support groups.
viii. Extra-Large Field Site IT Support: User population greater than 2000, and is made up of multiple support groups.
SUPPORT GROUPS
i. Customer Service Helpdesk
ii. IT Solution Center – A walk-in support center
iii. Installation, Move, Add and Change (IMAC)
iv. Onsite Support – PC and Mobile Devices
v. Stock Room Coordination
vi. Tape Operations, Service Request Management, and Other Asset Management Activities
vii. Onsite Support – Infrastructure
viii. Non-primetime Support – Offshore Locations
ix. Administrative and Business Support Services
MANDATORY REQUIREMENTS
i. To be eligible for this tender exercise, interested contractors are required to be prequalified in the NipeX product code – 3.11.07 (User Support/Help Desk). This must be done by the advert closing date. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (TTT).
ii. To determine if you are prequalified and view the product/service category you are listed for: Open http://vendors.nipex-ng.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.
iii. If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 8 Bayo Kuku Road, Ikoyi, Lagos with your DPR certificate as evidence for necessary update.
iv. To initiate the JQS prequalification process, access www.nipex-ng.com to download an application form, make necessary payments and contact NipeX office for further action.
v. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.
REQUEST FOR QUOTATION FOR THE SUPPLY OF IT EQUIPMENT (PROJECTOR, SPEAKERS, AND OTHER ACCESSORIES
FEZZAN NIGERIA LTD
REQUEST FOR QUOTATION (RFQ)
The Buyer (Fezzan Nigeria Ltd) intends to purchase IT equipment (Projector, Speakers, and other
accessories) to be used by trainers in classrooms. The Buyer requests the submission of quotes of the
items in this RFQ from suitable Sellers. The Buyer intends to award to a single ‘approved’ supplier
based on conformance to the listed specifications, the ability to service the contract, and selling price. We reserve the right to award to more than one bidder. If an Ordering Agreement is established as a result of this RFQ, supplier understands that quantities indicated in the specifications are an estimate only and Fezzan does not guarantee the purchase quantity of any item listed
INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS
RUBBER RESEARCH INSTITUTE OF NIGERIA
IYANOMO, P.M.B. 1049, BENIN CITY, EDO STATE
INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS
INTRODUCTION
The Rubber Research Institute of Nigeria (RRIN) is a Federal Government parastatal established by Agricultural Research Institute Decree, No. 35 of 1973. The Institute’s main station is located at Iyanomo, near Benin City, off km 19, on the Benin-Sapele Highway.
To achieve its mandate, the Federal Government of Nigeria through the Federal Ministry of Agriculture and Rural Development has appropriated funds to the Rubber Research Institute of Nigeria (RRIN) for the execution of her year 2021 Capital Projects.
In furtherance of the above, the Institute is inviting interested contractors with relevant proven competence and experience to submit tenders for the execution of the following projects:
SCOPE OF WORKS/SUPPLIES
Lot 1 | Reactivation of switch gears and supply/installation of 2.5MVA transformer at RRIN headquarters. |
Lot 2 | Provision and Installation of Solar Panels at RRIN Main Station, Iyanomo, Benin City, Edo State |
Lot 3 | Laying of asphalt on 3km RRIN main access road, Iyanomo, Benin City, Edo State-PHASE A (2.1km) |
Lot 4 | Supply and Installation of Laboratory Furniture and Fittings |
Lot 5 | Supply of 2No. Double Cabin Utility Vehicles |
Lot 6 | Supply of 1No. Mechanized tractor Slasher |
Lot 7 | Construction of Departmental Block Phase 1 at lyanomo, Benin City, Edo State |
Lot 8 | Resuscitation of Central Testing Laboratory |
ELIGIBILITY REQUIREMENTS
Interested bidders are required to have the following qualifications to bid:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC 2 and CAC 7;
b. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2021;
c. Evidence of current Pension Clearance Certificate valid till 31st December, 2021;
d. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021;
e. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2021;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP;
g. Sworn Affidavit:
disclosing whether or not any officer of the relevant committees of the Rubber Research Institute of Nigeria, Iyanomo, Benin City or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
None of the Directors of the company has been convicted in any court of law for criminal offence involving financial impropriety;
The company is not in receivership, insolvency or bankruptcy
h. Company’s Audited Accounts for the last three (3) years-2018, 2019 & 2020;
i. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
j. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. Works: Evidence of Plants/ Equipment with proof of Ownership/Lease;
m. Lot 5: Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorized representatives should bid for the vehicles;
n. For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each V partner);
p. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Active Telephone Number (preferably GSM No), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.
REQUEST FOR EXPRESSION OF INTERESTS FOR THE EXECUTION OF VARIOUS PROJECTS
LAGOS STATE WATERWAYS AUTHORITY (LASWA)
REQUEST FOR EXPRESSION OF INTERESTS (REOI)
24TH MAY, 2021.
PROPOSED ASSIGNMENTS:
PROJECT 1: DEVELOPMENT OF WATERWAYS MONITORING AND DATA MANAGEMENT CENTRE (WMDMC).
PROJECT 2: UPGRADE OF LAGOS STATE WATERWAYS AUTHORITY SEARCH AND RESCUE TEAM (LASWA-SAR).
PROJECT 3: ESTABLISHMENT OF AN ENHANCED AIDS TO NAVIGATION SYSTEM ON LAGOS WATERWAYS FOR THE IMPROVEMENT OF NAVIGATIONAL EFFICIENCY AND SAFETY.