Background Image

FEDERAL MINISTRY OF FINANCE-

REQUEST FOR BIDS FOR SPATIAL DATA PROVISION TO STATES

FEDERAL MINISTRY OF FINANCE,
BUDGET AND NATIONAL PLANNING
REQUEST FOR BIDS (GOODS)
(TWO-ENVELOPE BIDDING PROCESS)
COUNTRY: NIGERIA
NAME OF PROJECT: STATES FISCAL TRANSPARENCY, ACCOUNTABILITY & SUSTAINABILITY (SFTAS) PROGRAM FOR RESULTS
CONTRACT TITLE: SPATIAL DATA PROVISION TO STATES
CREDIT NO. 6296
RFB REFERENCE NO. 194784

The Federal Republic of Nigeria has received financing from the World Bank toward the cost of the States Fiscal Transparency, Accountability and Sustainability (SFTAS) Programme for Results and intends to apply part of the proceeds toward payments under the contract for Spatial Data Provision to States. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.

2. The States Fiscal Transparency, Accountability and Sustainability (SFTAS) Programme for Results Project Coordination Unit now invites sealed Bids from eligible Bidders for a spatial data package to be provided to states that would include (i) state-wide coverage with an orthophoto derived from high resolution satellite imagery (resolution of 50 cm or better) under a license allowing for free use by Government agencies and display to the public in a non-downloadable form, (ii) a digital surface model (DSM) and a digital terrain model (DTM) to accompany the orthophoto; (iii) 3D vector data of footprints and heights of all buildings and trees; and (iv) 2D vector data of roads, waterways, railways, parking lots, runways, other pieces of public infrastructure as well as forests, rivers and waterbodies. The bidder shall demonstrate access to archive or newly tasked imagery suitable for stereo production over Nigeria to a degree that would allow delivering imagery for at least 80% of the area of Nigerian states in a 5-month window upon issuance of the contract. The proposal needs to also include (i) a Quality Control Plan where the provider’s procedures for ensuring the specified accuracies for the production and end products is described; (ii) identification of off-the shelf software that can help states lacking the necessary capacity to use data provided for purposes of property enumeration for 12 months; and (iii) suggestions for maintenance by Government departments that may benefit from having access to these data. Potential contractors should quote in terms of the cost of the data package per km2. Bidders should also quote the cost of (i) future updating of building vectors (per km2); (ii) future updating of orthophoto and digital terrain and surface models (per km2); and (iii) off-the shelf software for field enumeration of property characteristics to complement building vectors (per state) to could help states lacking the necessary capacity/resources. An assurance that will need to be given that these goods could be provided for a period of up to 5 years from the date of delivery.

3. Bidding will be conducted through international competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” July, 2016, revised November 2017 and August 2018 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.

4. Interested eligible Bidders may obtain further information from States Fiscal Transparency, Accountability and Sustainability (SFTAS) Programme for Results Coordination Unit, Stephen A. Okon, SFTAS National Project Coordinator, procurement@sftas.org.ng and inspect the bidding document during office hours 0900 to 1600 hours (West African Time) at the address given below.

The bidding document can also be downloaded from www.sftas.org.ng or sent by email upon request to procurement@sftas.org.ng

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

GERMAN COOPERATION-

INVITATION TO TENDER FOR DEVELOPMENT OF E-LEARNING COURSES

GERMAN COOPERATION
TENDER FOR DEVELOPMENT OF E-LEARNING COURSES

The Deutsche Gesellschaft fur Internationale Zusammenarbeit (GIZ) GmbH: through its “GIZ ECOWAS – Organizational Development Programme Abuja”, financed by the German Government, cordially invites interested and qualified consulting firms to express their interest:

FOR THE DEVELOPMENT OF TWO AND A HALF HOURS OF E-LEARNING MODULES FOR ECOWAS

Accordingly, GIZ invites interested and qualified consulting firms to express their interest by furnishing GIZ Nigeria Country Office with the following
(a) An official letter expressing interest.
(b) Minimum of 5 employees as at 31.12.19 (kindly state number of employees in your company profile).
(c) Reference 5 projects in the development of e-learning modules and all five projects should be within the Western Africa region.
(d) Tax clearance certificate for the last 3 years clearly indicating average turnover of 23 million naira per year.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR PROVISION AND IMPLEMENTATION OF BUSINESS CONTINUITY AND DISASTER RECOVERY SOLUTION FOR NPA DATA CENTRE

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4128
EXPRESSION OF INTEREST (EOI) FOR PROVISION AND IMPLEMENTATION OF BUSINESS CONTINUITY AND DISASTER RECOVERY SOLUTION FOR NPA DATA CENTRE

A. INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent ICT firms to submit Expression of Interest (EoI) documents for the provision and implementation of disaster recovery solution in a collocation tier 3 data center. The essence of this solution is to align with best technology practices concerning the availability of the disaster recovery center in line with the technology transformation objectives of the Authority.

B. SCOPE OF SERVICES
The Tier 3 data center provider is expected to house the disaster recovery equipment in their Data Center with the below specifications:
(a) Provide 42U Rack with all facilities at a tier-3 Data Centre as Co-Location.
(b) Physically diverse and redundant dark Fiber Link between NPA and the tier 3 Data Center with SFP module.
(c) 10KW power per Rack availability.

More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms.

C. ELIGIBILITY CRITERIA
Interested companies should submit bound bid documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR NIGERIAN PORTS AUTHORITY (NPA) TECHNOLOGY INFRASTRUCTURE REFRESH COVERING SOFTWARE DEFINED DATA CENTRE NETWORK, DISASTER RECOVERY NETWORK AND SD HQ/CAMPUS

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4134
EXPRESSION OF INTEREST (EOI) FOR NIGERIAN PORTS AUTHORITY (NPA) TECHNOLOGY INFRASTRUCTURE REFRESH COVERING SOFTWARE DEFINED DATA CENTRE NETWORK, DISASTER RECOVERY NETWORK AND SD HQ/CAMPUS

A. INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent ICT firms to submit Expression of Interest (EoI) documents for the Provision, Installation, Implementation Maintenance, Migration and Training Services for Software Defined Data Centre (SDDC) with SDN Controller, DWDM, Software Defined Campus, Software Defined Wide Area Network (SD-WAN) and Firewall Solutions. The essence of this solution is to align with best technology practices to have a wider and faster reach and seamlessly drive revenue generation in line with the technology transformation objectives of the Authority.

B. SCOPE OF SERVICES
The ICT firm is expected to evaluate the existing Network Understand/Align on new design, Procure Devices and Equipment on Bill of Quantity (BoQ). Install procured equipment in line with best practice, Commission and maintain the Authority’s (NPA) new Enterprise Network Infrastructure made up of the following components:
a. Software Defined Data Center-Primary & Disaster Recovery Data Centers.
b. Active-Active Data Centers (Primary & DC) using Dense Wavelength Division Multiplexing (DWDM)
c. Software Defined Campus with integration of Wired and WIFI 6 Wireless LANs at Main Campus and Branches
d. Software Defined-Wide Area Network (SD-WAN) branches connectivity to HQ Campus and Data Center.
e. End-End Network Security
More Information on the scope of services is contained in the Request for Proposal to be issued pre-qualified firms.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NIGERIAN PORTS AUTHORITY-

EXPRESSION OF INTEREST (EOI) FOR UPGRADE OF NPA DATA CENTRE (SERVERS, STORAGE AND BUSINESS CONTINUITY)

NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4131
EXPRESSION OF INTEREST (EOI) FOR UPGRADE OF NPA DATA CENTRE (SERVERS, STORAGE AND BUSINESS CONTINUITY)

A.  INTRODUCTION
The Management of Nigerian Ports Authority (NPA) hereby invites reputable and competent Information and Communication Technology (ICT) firms to submit Expression of Interest documents for the provision, installation, implementation, maintenance, migration and training services for servers, storage, Hyper Converged Infrastructure (HCI), Backup & Recovery, Disaster Recovery and Business Continuity Solutions. The essence of this solution is to align with best technology practices to have a wider and faster reach and seamlessly drive revenue generation in line with the technology transformation objectives of the Authority.

B. SCOPE OF SERVICES
The ICT Firm is expected to be able to provide an end-to-end infrastructure solution, integrate existing services and ensure no downtime during the delivery of the expectations below;
(a) Provision and Installation of intelligent Servers, All Flash Storage and Switches to meet the performance requirements and business need of the organization.
(b) Solution and ensuring business continuity in place.
(c) Migration of Services from RISC to CISC servers, IT application and ensure infrastructure security.
(d) Implement and Provide a strong and secure business continuity and disaster recovery plan.
(e) Ensure speedy delivery of services, Eradicate manual task and provisioning of resources
More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms.

C.  ELIGIBILITY CRITERIA
Interested firms should submit bound EOI documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
(i) EXPRESSION OF INTEREST REQUIREMENTS
(1.0) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7.
(2.0) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017,2018 & 2019) valid till 31 December 2020 with minimum cumulative turnover of N500 Million.
(3.0) Evidence of Company’s Audited Accounts for the last three (3) years (2017, 2018 & 2019) duly signed by ANAN/ICAN licensed Auditors.
(4.0) Evidence of Current Pension Clearance Certificate from National Pension Commission (PENCOM) valid till 31 December 2020.
(5.0) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2020
(6.0) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December 2020.
(7.0) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(8.0) Sworn Affidavit disclosing:
(i) That the Company does not have any Director who has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
(ii) Whether or not any officer of the relevant committees of the Nigerian Ports Authority (NPA) or Bureau of Public Procurement (BPP) is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
(iii) That the Company is not in receivership, subject of any form of insolvency or bankruptcy proceeding or the subject of any form of winding up petition or proceedings.
(9.0) 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, telephone (preferably GSM No.), fax and e-mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company/Firm at the bottom of the page.
(10.0) Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
(11.0) Company profile to include names, qualification (copies of relevant academic and professional qualifications of such personnel must be attached) and experience of key personnel in implementation of Servers, Storage, HyperConverged Infrastructure and related projects. Firm must have staff with ITIL, HCIP-Storage or Cloud Computing or any other similar professional certification-CCNA, MSCE, etc.
(12.0) Verifiable documentary evidence of at least two (2) similar projects on the Provision and Implementation of Servers, Storage, HCI, Backup, Disaster Recovery and Business Continuity Solutions in the last ten (10) years in Nigeria by including Letters of Award, Contract Agreements, Job Completion Certificates, etc. Firm must be a minimum of an Authorized Channel Partner.
(13.0) Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA)
(14.0) Failure to comply with items 1 -13 above will lead to disqualification of the bid. (This is applicable for non-Joint Venture submissions).
(15.0) For Joint Venture (JV)/Partnership, Memorandum of Understanding (MoU) should be provided. (Items 1 -12 are compulsory for each national JV partner).

D.  SUBMISSION OF EXPRESSION OF INTEREST (EOI) DOCUMENT
Interested bidders are to submit two (2) bound copies of EOI documents, paginated and arranged with dividers as indicated above. The EOI documents should be submitted in sealed envelopes and addressed to “EXPRESSION OF INTEREST (EOI) FOR UPGRADE OF NPA DATA CENTRE (SERVERS, STORAGE AND BUSINESS CONTINUITY)” Specifying PUBLIC NOTICE NO: 4131 and dropped in the designated Tender Box located on the 3rd floor of NPA annex Building, 1, Joseph Street, off Marina Lagos not later than 11.00am on Thursday, 15 October 2020.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNIVERSITY OF IBADAN, IBADAN-

INVITATION TO TENDER/EXPRESSION OF INTEREST FOR EXECUTION OF PROJECTS

UNIVERSITY OF IBADAN, IBADAN
INVITATION TO TENDER/EXPRESSION OF INTEREST

1. INTRODUCTION
The University of Ibadan, the First University in Nigeria established in the year 1948 with a vision to be a world-class institution for academic excellence geared towards meeting societal needs hereby invites interested reputable, competent, experienced Contractors and Suppliers for the execution of the following University Projects:

2. SCOPE OF WORK
INTERNALLY GENERATED REVENUE PROJECTS

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

FEDERAL MINISTRY OF WATER RESOURCES-

INVITATION TO TENDER FOR SUPPLY OF GOODS: PROCUREMENT OF FINANCIAL MANAGEMENT TOOLS WITH INSTALLATION AND TRAINING

FEDERAL MINISTRY OF WATER RESOURCES
3RD NATIONAL URBAN WATER SECTOR REFORM PROJECT (CREDIT NO Cr 5416-NGI)
INVITATION TO TENDER FOR SUPPLY OF GOODS: PROCUREMENT OF FINANCIAL MANAGEMENT TOOLS WITH INSTALLATION AND TRAINING (3NUWSRP/GDS/NCB/2020/01)

1. This invitation for Bids follows the General Procurement Notice (GPN) for the above project that appeared in the United Nations Development Business issue no. WB1853 of 17 April, 2015.

2. The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of 3rd National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of the credit to payments for the supply of goods itemized on the table below:

Description States Amount of Bids Delivery Period Bid Security (NGN)
Procurement of Financial Management Tools with Installation and Training Abia, Anambra, Bayelsa, Imo, Benue, Ondo, Plateau, Adamawa, Gombe, Jigawa, Kano, Kebbi & Sokoto N20, 000 45 Days N2, 000, 000

3. The Federal Ministry of Water Resources now invites sealed bids from eligible and qualified bidders for the supply of the items as specified in the bidding documents.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ECOWAS COMMISSION-

EXPRESSIONS OF INTEREST: SELECTION OF A CONSULTANCY FIRM FOR THE DEVELOPMENT OF AN INTERACTIVE WEBSITE FOR THE ECOWAS INTEGRATED REGIONAL STRATEGY FOR HUMAN CAPITAL DEVELOPMENT

PERIOD OF ADVERTISEMENT: 17 SEPTEMBER 2020 – TO: 7TH OCTOBER 2020
CLIENT: ECOWAS COMMISSION
SOURCE OF FUNDING: ECOWAS BUDGET
TYPE: EXPRESSIONS OF INTEREST
SELECTION OF A CONSULTANCY FIRM FOR THE DEVELOPMENT OF AN INTERACTIVE WEBSITE FOR THE ECOWAS INTEGRATED REGIONAL STRATEGY FOR HUMAN CAPITAL DEVELOPMENT

1. The ECOWAS Commission intends to use its resources to finance a service contract with a consulting firm (could be a single firm, a consortium or partnership thereof) that will be responsible for the development of an interactive website for the ECOWAS Integrated Regional Strategy for Human Capital Development.

2. The main objective is to design and construct a comprehensive and user friendly website to host the Commission’s HCD strategy and provide a platform for knowledge sharing and data transparency across the region.

3. The overall duration of the assignment is estimated at 90 days, which can be extended if necessary, based on the needs of the ECOWAS Commission as well as the contracted firm’s satisfactory performance.

4. The ECOWAS Commission invites Consulting Firms as communication agencies for the development of an interactive website for the ECOWAS Integrated Regional Strategy for Human Capital Development to submit their candidacy for the services described above.

Interested, eligible and qualified consulting firms must provide full information on their qualifications and experience, demonstrating that they are qualified and experienced in providing similar services.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NEEM FOUNDATION-

REQUEST FOR PROPOSAL (RFP) FOR DEVELOPMENT OF EARLY WARNING EARLY RESPONSE SYSTEM

REQUEST FOR PROPOSAL (RFP) – PROTECTING OUR COMMUNITIES
RFQ TITLE: DEVELOPMENT OF EARLY WARNING EARLY RESPONSE SYSTEM – VERSION 2.0
RFQ ISSUE DATE: SEPTEMBER 21ST, 2020
RFQ EXPIRY DATE: OCTOBER 2ND, 2020 @ 5.00PM
RFP SUMMARY: THE SERVICES TO BE RENDERED ARE DETAILED IN THE ATTACHED SCHEDULE.

Interested parties should send in proposals detailing plans for the development of the second iteration of the Early Warning and Response System. The project will cover extensive upgrades/development to an existing technology solution for monitoring and responding to conflict indicators.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

UNHCR-

REQUEST FOR QUOTATION FOR PROCUREMENT OF NETWORK INFRASTRUCTURE MATERIAL (ICT ITEMS)

UNHCR
PROCUREMENT OF NETWORK INFRASTRUCTURE MATERIAL (ICT ITEMS)
REFERENCE: RFQ/NIG/ABJ/SUP/20/2020
BENEFICIARY COUNTRY(IES): NIGERIA
REGISTRATION LEVEL: BASIC
PUBLISHED ON: 16-SEP-2020
DEADLINE ON: 25-SEP-2020 17:00 (GMT 2.00) BRUSSELS, COPENHAGEN, MADRID, PARIS

Description
Dear Sir/Ma,

Trust this meets you well and your doing great?

Kindly find attach an RFQ requesting for your best price offer for the procurement of Network Infrastructure Material (ICT items). Kindly also state in your offer the delivery lead time if successful awarded with a purchase order.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us
Verified by MonsterInsights