PROVISION OF CORPORATE WIDE INTERCONNECTIVITY (MPLS) AND INTERNET SERVICE



Similar documents
Provision of Internet Services at NNPC Corporate Headquarters, Abuja

PROVISION OF INTERCONNECTIVITY SERVICES AT NNPC LOCATIONS NATIONWIDE

MARINE PRODUCTS EXPORT DEVELOPMENT AUTHORITY Panampilly Nagar, Kochi Ph: ,

INVITATION OF TENDERS

RESPONSES TO CLARIFICATIONS REQUEST FOR PROPOSAL FOR FOR IMPLEMENTATION OF A HUB STATION AND BROADBAND VSAT WAN CONNECTIVITY ADB/ICB/CGSP/2013/0157

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SERVICE SCHEDULE FOR ETHERNET PASS-THROUGH SERVICES

FRCC NETWORK SERVICES REQUEST FOR PROPOSAL

FEDERAL INLAND REVENUE SERVICE

TENDER NOTICE NO. 04/

Supplier prequalification Document

XO Wide Area Network ( WAN ) Services IP Virtual Private Network Services Ethernet VPLS Services

Office of the Competition Commission of India Hindustan Times House, K.G. Marg, New Delhi

CONSOLIDATION OF TELECOMMUNICATION SERVICES

High Speed Internet Deployment In the Back of the Yards Neighborhood

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

APPENDIX 8 TO SCHEDULE 3.3

TENDER FOR INTERNET LEASED LINE FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI

Multi Protocol Label Switching (MPLS) is a core networking technology that

Tender for 30Mbps (1:1) Internet Leased Line on RF for Translational Health Science an Technology Institute, Faridabad

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

Sd/- Municipal Commissioner Ranchi Municipal Corporation SHORT TENDER NOTICE

CARRIER MPLS VPN September 2014

WHITEPAPER MPLS: Key Factors to Consider When Selecting Your MPLS Provider

BioCity Nottingham, Pennyfoot Street, NG1 1GF

Request for Proposals. St Charles CUSD 303 ERATE PROGRAM INTERNET SERVICES

WHITE PAPER. Hybrid Networking. Managed Network Services Buyers Guide

November Defining the Value of MPLS VPNs

2015 FRCA Installation and Supply of WAN Optimization Infrastructure TENDER 12/2015. Requirement Specification Document

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/ Dated: Chandigarh the: December 09, 2015

Implementation Guide. Simplify, Save, Scale VoIP: The Next Generation Phone Service. A single source for quality voice and data services.

WATERFRONT COMMISSION OF NEW YORK HARBOR An Instrumentality of the States of New York and New Jersey. Request for Proposal

2015 FRCA Installation and Supply of Data Center Infrastructure TENDER 11/2015. Requirement Specification Document

Global Headquarters: 5 Speen Street Framingham, MA USA P F

Request for Proposal RFP No. IT Phone System Replacement

MPLS: Key Factors to Consider When Selecting Your MPLS Provider Whitepaper

Inviting Quotation for Internet Leased Line Connection

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

REQUEST FOR PROPOSALS

Request for Proposal FCC Healthcare Connect Fund ADDENDUM. Bidders Conference 2/25/2014. Bid Closing Extended to 3/7/2014

APPENDIX 8 TO SCHEDULE 3.3

Tender Document for Procurement of Internet Bandwidth

LIST OF ACCESS BANK BRANCHES NATIONWIDE

Village of Nakusp RFQ Source Protection Plan

REQUEST FOR PROPOSAL

Business Continuity White Paper

The changing face of global data network traffic

DEBT MANAGEMENT OFFICE NIGERIA

Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.

FACT SHEET INTERNATIONAL DATA SERVICES GLOBAL IP VPN

CISCO IOS IP SERVICE LEVEL AGREEMENTS: ASSURE THE DELIVERY OF IP SERVICES AND APPLICATIONS

EASYNET CHANNEL PARTNERS LIMITED PARTNER MASTER SERVICES AGREEMENT MANAGED IP VPN MPLS PRODUCT TERMS

Data Sheet. V-Net Link 700 C Series Link Load Balancer. V-NetLink:Link Load Balancing Solution from VIAEDGE

INTERNET SERVICE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) FOR E-RATE 17 ( )

How To Get Paece Vpn On A Paucec Network For Free

MTN MPLS-VPN Service. Description of Service

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

Network Management for Common Topologies How best to use LiveAction for managing WAN and campus networks

REQUEST FOR QUOTATION

4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year.

PRE-QUALIFICATION OF INFORMATION SYSTEMS SUPPLIERS FOR YEAR

Expression of Interest

Dell Advanced Network Monitoring Services Service Description

IFB STPD A. Statement of Work FOR CALNET 3, CATEGORY 1 VOICE AND DATA SERVICES ADDENDUM 9 08/22/13 SUBCATEGORY 1.2 MPLS, VPN AND CONVERGED VOIP

Request for Quotation (RFQ) for Adjustable Sit to Stand Desk Reference No.: UNWHQRFQ31. [Insert Title of Goods]

AT&T Switched Ethernet Service SM

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh

Request for Proposal. Contract Management Software

WAN Traffic Management with PowerLink Pro100

SOLAR ENERGY CORPORATION OF INDIA NOTICE INVITING TENDER

Infrastructure Technical Support Services. Request for Proposal

PROVISION OF LEGAL SERVICES

IP/MPLS VPN SERVICE - ADDITIONAL TERMS & CONDITIONS to the IP/MPLS Service Addendum

KIPP MEMPHIS COLLEGIATE SCHOOLS

Best Effort gets Better with MPLS. Superior network flexibility and resiliency at a lower cost with support for voice, video and future applications

भ रत य गक स थ न र पड़

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Orange County Schools 200 East King Street. Hillsborough, NC Request for Proposals

MANAGED PBX SERVICE SCHEDULE

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

Unifying the Distributed Enterprise with MPLS Mesh

Request for Proposal Sparta Community Hospital District FCC Healthcare Connect Fund

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

LAYER3 HELPS BUILD NEXT GENERATION, HIGH-SPEED, LOW LATENCY, DATA CENTER SOLUTION FOR A LEADING FINANCIAL INSTITUTION IN AFRICA.

TERMS OF REFERENCE. I. Rationale. Scope of Work

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: )

JAMII TELECOMMUNICATIONS LTD COMPANYPROFILE

WE FIND A BETTER WAY

Transcription:

PROVISION OF CORPORATE WIDE INTERCONNECTIVITY (MPLS) AND INTERNET SERVICE Bid Document DEC 2015 Telecoms Department

1. Invitation to Bidders The invitation is to bid for the Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service to interconnect NNPC locations. The bidders are advised to study the tender document carefully. Submission of bids shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications. This section provides general information about the Issuer. Issuer Telecoms Department, NNPC Contact Person(s) The following NNPC contacts may be reached for questions or clarifications regarding the invitation to bid, service requirements or any other business related to the Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service : 1. Programme Manager Block B, 4th Floor, Room 06, NNPC Towers : +234 (0)9 46082417 : networksunits@nnpcgroup.com. 2. Project Manager, Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service Block B, 4th Floor, Room 22, NNPC Towers : +234 (0)9 46082220 : networksunits@nnpcgroup.com Address for Bid Submission and Correspondence The Secretary, R&T DEXCOM Tenders Board Block D, 1st Floor, Room 45B, NNPC Towers, Herbert Macaulay Way, Central Business District, Abuja

2. Project Profile 2.1 Statement of Purpose Nigerian National Petroleum Corporation (otherwise known as the NNPC) solicits offer from reputed Service Providers (SP) for providing MPLS and Internet Service connectivity to her Locations to enable effective communication and collaboration, also to extend shared services to her users enterprise-wide. The network should support any-to-any communication between sites. The service will include fully meshed any to any MPLS network, bandwidth provision, installation, configuration, hardening, maintenance support, integration with LAN/WAN, proactive monitoring and reporting, capacity training etc., with service level agreement (SLA) binding the Bidder/SP to maintain uptime and application/service quality commitments. While designing the network, Bidder should give due consideration to scalability so as to accommodate any expansions and/or changes in the network in the future as per NNPC s requirement. Bidder should adapt Future Expansion Design. 2.2 Service Coverage The service will provide interconnectivity between the following NNPC Offices: PoP S/N Location Abuja Area 1 Abuja CHQ 2 PPMC HQ, Abuja 3 Izom P/S 4 Minna Depot 5 Suleja Depot 6 Abaji P/S ABUJA 7 Lokoja P/S 8 Markudi Depot 9 NNPC Retail Station, Minna 10 NNPC Retail Station, Lafia 11 NNPC Retail Station, Markudi 12 NNPC Retail Station, Lokoja

13 NNPC Retail Okene Standard Station Kogi 14 NNPC Retail Station Abuja 15 NNPC Retail North Central Regional Office Abuja 16 Retail HQ 17 Hyson 18 NNPC Pension/Duke Oil/Nidas/Nikorma 19 NNPC Medical Mosimi Area 1 NNPC DR Centre 2 Medical Centre, Mosimi 3 Ilorin Depot 4 Ibadan Depot 5 Ore Depot 6 NNPC Retail Station, Ilorin MOSIMI 7 NNPC Retail Station, Akure 8 NNPC Retail Station, Abeokuta 9 NNPC Retail Station, Osogbo 10 NNPC Retail Station, Ibadan 11 NNPC Retail Station, Ekiti 12 Group Learning, Mosimi 13 PPMC Area Office/Depot, Mosimi Lagos Area 1 Medical Mainland 2 NAPIMS, Gerald 3 NNPC Zonal Office, Lagos 4 NIPEX 5 NGC, Ewekoro 6 NGC Ikeja 7 NGC/Refinery Liason Office, Ojuologbon 8 ITD Centre 9 Atlas Cove Terminal LAGOS 10 Ejigbo Satellite Depot 11 NNPC Retail Station, Ikoyi 12 NNPC Retail South West Regional Office Lagos 13 Medical Muri-okunola 14 NETCO 15 Secondee Unit, V.I. 16 Apapa LPG Depot 17 Lagos HQ Annex 18 IDSL Lagos Warri Area Warri 1 PPMC Area office/depot, Warri

2 Medical, Warri 3 Zonal Office, Warri 4 NGC, Warri 5 NGC, Ajaokuta 6 Warri ITD centre 7 WRPC 8 NGC, Ugheli 9 Forcados (COMD) 10 Escravos Terminal 11 OML 34-Ejeba 12 OML 30 13 NNPC Retail Station, Asaba Kaduna Area 1 NNPC Estate Medical, Kaduna 2 PPMC Area Office, Kaduna 3 Kaduna Zonal Office 4 CPSK, Kaduna 5 Yola Depot 6 Biu Pump Station 7 Sarkin Pawa, Pump Station 8 Zaria Depot 9 Jos Depot 10 Gombe Area Office/ Depot 11 Kano Depot 12 Gusau Depot 13 Kaduna Depot 14 Maiduguri Depot 15 KRPC 16 ITD Centre, Kaduna 17 NNPC Retail Station, Dutse 18 NNPC Retail Station, Kaduna 19 NNPC Retail Station, Katsina 20 NNPC Retail Station, Kano 21 NNPC Retail Station, Birnin Kebbi 22 NNPC Retail Station, Sokoto 23 NNPC Retail Station, Damaturu 24 NNPC Retail Station, Yola 25 NNPC Retail Station, Maiduguri 26 NNPC Retail Station, Jos 27 NNPC Retail Station, Jalingo 28 NNPC Retail Station, Gusau 29 NNPC Retail North West Regional Office Kano

Port Harcourt Benin 30 NNPC Retail Koko Standard Station Kebbi 31 NNPC Retail North East Regional Office Gombe 32 NNPC Retail Samaru Kataf Standard Station Kaduna 33 NNPC Retail Station, Gombe 34 NNPC Retail Station, Bauchi Port Harcourt Area 1 Medical, Port Harcourt 2 Zonal Office, Port Harcourt 3 IDSL, Eleme 4 NGC, Onne 5 NGC, Brass(N/A) 6 PPMC Area Office 7 P/Harcourt Depot 8 R&D, Eleme 9 Calabar Depot 10 Enugu Depot 11 ITD Centre 12 Bonny Terminal 13 PHRC 14 Aba, Depot 15 Medical Akpajo 16 NGC, Afam 17 NGC, Ikot Abasi 18 NNPC Retail Station, Uyo 19 NNPC Retail Station, Yenagoa 20 NNPC Retail Station, Calabar 21 NNPC Retail Station, Enugu 22 NNPC Retail Station, Owerri 23 NNPC Retail Station, Abakiliki 24 NNPC Retail Station, Awka 25 NNPC Retail Station, Umuahia 26 NNPC Retail Station, Port Harcourt 27 NNPC Retail South East Regional Office Enugu 28 NNPC Retail South South Regional Office PH Benin Area 1 ITD Centre, Benin 2 Ngc Benin 3 PPMC Depot 4 Abudu P/S 5 Auchi P/S 6 NPDC HQ 7 NPDC Oziengbe

I PROVISION OF CORPORATE WIDE INTERCONNECTIVITY (MPLS) AND INTERNET SERVICE 8 Medical Benin 9 NPDC, Abura 10 NPDC, Oredo 11 NPDC, OML 119 12 IDSL, Head quarters 13 NNPC Retail, Auchi Standard Station 14 NNPC Retail Station, Benin Nigerian National Petroleum Corporation (NNPC) SITE CLASSIFICATION SOLUTION OVERVIEW NNPC Sites SAP - Business Critical Deployed Across al Locations Optimal Return Time between Locations - LCR Supports All traffic and Application Types NNPC DRC FIBER PRIMARY 30Mb MICROWAVE BACKUP MICROWAVE BACKUP FIBER PRIMARY NNPC CLASS-1 SITES MICROWAVE BACKUP PE PE MICROWAVE NNPC HQ - ABUJA 155Mb FIBER PRIMARY PE ABJ PE ABJ CORE NETWORK NNPC_VRF PE PE PE OR FIBER NNPC CLASS-2 SITES MICROWAVE SITE CLASSIFICATION DESCRIPTION CLASS-1 10MB DUAL ACCESS SUBSIDIARIES REFINERIES CLASS-2 5MB FIBER OR MICROWAVE DEPOTS CLASS-3 2MB MICROWAVE RETAIL OUTLETS/ GAS STATIONS NNPC CLASS-3 SITES M C R O W A V E TITLE: MPLS/Internet Solution Bidders are expected to visit these locations for physical assessment. 2.3 Supported Applications The following services amongst others will be carried across the link: Exchange Email/SMTP

Active Directory SAP Microsoft Lync NNPCWorkPlace Video/Voice Conferencing Internet and Web Services Database Services Site to Site VPN Capabilities Printing Services etc. Data Replication 2.4 Envisaged Outcome The implementation of the Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service Project is expected to provide: 1. Highly available and seamless interconnectivity between the NNPC CHQ /the DR Centre and all the NNPC locations across the country. 2. Prioritization and differentiation of applications on the network using different Classes of Service (CoS). With emphasis on availability of Business critical traffic like SAP, Video and Voice traffic from Telepresence or unified messaging applications and also Voice from centrally hosted IPBX and Legacy PBX that exists within the NNPC network. 3. Scope of Work 3.1 Required Service The proposed implementation shall be entirely service based; the bidder is expected to own and provide the required Fiber Optics and radio links to the regional offices backhauling the traffic to the head office. NNPC shall provide appropriate connecting points to the WAN Provider s installed Customer Edge (CE) Cisco Routers at each location. The solution should allow for pool of bandwidth to ensure end to end quality of service (Qos). a. Network Infrastructure: All Sites shall be able to directly connect to any other site over the MPLS network. (Full-mesh connectivity is desired.)

b. Installation of dual links at class 1 and 2 sites to guarantee 99% availability of service c. Termination of links on two (2) separate managed Customer Edge (CE) Cisco Routers provided by the Service Provider; the managed CE routers will connect to the NNPC designated Local Network edge device(s) at the respective sites d. Implement end to end Quality of Service (Qos). This will be implemented after analyzing the traffic (bulk data, best effort, transactional data, mission critical, call signaling, voice and Video traffic etc.) for traffic prioritization, congestion management and avoidance based on NNPC Preference The project is expected to be completed within 12 weeks. 3.2 Required Bandwidth The required bandwidth is as follows: Provision of a dedicated 4xSTM1 bandwidth for MPLS and Internet Service to interconnect NNPC offices corporate-wide Please see 2.2 for site classification. 3.3 Network Integration The bidder shall integrate the service to NNPC edge devices to ensure bandwidth aggregation and utilization. The Bidder shall carryout the installation, configuration management, commissioning of links. The Bidder will provide the required Network Terminating Units, modems, converters and necessary equipment (patch cords, cables, etc) for commissioning of the link at each site. All the cabling should be done with proper clamping and with conduit & shall be neat and structured. The network equipment shall be installed in a Rack. The bidder shall check the earthing and power supply before installation of their equipment. Ownership, maintenance and upkeep of the equipment are the provider s responsibility and NNPC will not be responsible for any damage to bidder equipment

due to voltage fluctuation, UPS burnt short circuit, any earthing issue, and natural calamities etc. The bidder also has to arrange for the necessary insurance for the equipment installed at NNPC premises. The solution should support end-to-end Quality of Service with inter-cos burstability. 3.4 Security The Bidder should guarantee absolute network security in the shared infrastructure. Bidder should take measures to prevent VPN spoofing and label spoofing so that only locations authorized by NNPC are members of the MPLS. Bidder should also ensure that our MPLS VPN interfaces, routes and contents of packets are hidden from all other VPNs and from the Internet. The Vendor should provide MPLS network that is completely separate / isolated from that of internet network or Public Domain. The data sent across the channel should be secured by SSL VPN level security. NNPC will be having IPSec /GET VPN implemented from its branch / location router to DC/DR router. Vendor should allow IPSec / GET VPN traffic in its MPLS cloud. Access Violation should be continuously monitored by the bidder on regular basis. The bidder will take all precautions to ensure that sensitive details of the network are protected and not disclosed. 3.5 Duration The service shall be provided for an initial period of twelve (12) months, renewable for a further twelve (12) months on confirmation that services were effectively delivered throughout the initial period 3.6 Required Availability The required availability is 99% 24/7 for the duration of the service. Checks for compliance will be done at the discretion of NNPC and penalties will be as contained in a Service Level Agreement to be adopted. 3.7 Maintenance Service Vendor shall be responsible for the maintenance of equipment deployed at NNPC CHQ and other locations as part of this service for the duration of the contract

3.8 Network Management The network should be supported by a complete Network Management System (NMS) for monitoring all the circuits, remote terminals, and BW management. NMS should support monitoring, control and configuration of the entire network by means of user friendly Graphical User Interfaces. The NMS should have necessary security features for management, administration and operation. The Network Management Systems (NMS) will allow NNPC to conduct performance/trend analysis, capacity planning and to receive threshold alarms and event notifications. The bidder should provide NMS portal access to NNPC through SPs MPLS intranet cloud. This should Provide NNPC the ability to adjust bandwidth according to capacity planning study and recommend link adjustments on improperly (under/over) provisioned links. Furthermore, the bidder shall submit daily availability and utilization reports to NNPC. 3.9 HSE Compliance The bidder must ensure full HSE compliance at all locations. 3.10 Documentations The bidder shall be responsible for preparing documentations relating to the provided services and shall present both electronic and hard copies to NNPC. 4. Tender Requirements 4.1 General Requirements You are requested to submit to NNPC a proposal based on the tender documents for the Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service.

Your proposal must comply with all guidelines in all respect. Deviations from conditions enumerated in the inquiry documents may disqualify any proposals submitted. The inquiry document consists of the following: a) Invitation to Bid b) Bid Document c) Appendix I Bid Form d) Appendix II Vendors Information Questionnaire e) Appendix III Cost Breakdown Structure f) Any addendum issued by NNPC before the bid closing date You are to confirm that all applicable documents stated herein are in your possession, and if any prove to be missing, please inform NNPC in order to obtain same promptly. 4.2 Requirements To satisfy conditions to submit a bid for the Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service, companies shall show proof of the following: a. Full detailed Company profile with CAC certificates of incorporation in Nigeria; certified true copies of memorandum and article of Association of the company and CAC form C02 and C07 (particular of directors) b. Company Tax Clearance Certificate for the last Three (3) years (2012, 2013 and 2014) c. Evidence of VAT Registration and Remittance. d. Evidence of compliance with part iv, 16(d) of the Public procurement Act 2007 as it relates to PENSION (certificate or exemption from PENCOM) and section 1(2) Pension Reform Act 2004. e. Evidence of Compliance with the Training Fund (ITF) Amendment Act 2011 by inclusion of copy of Compliance Certificate from the industrial Training Fund. f. Audited Account for the past Three (3)years (2012, 2013 and 2014) g. Nigerian Content plan that demonstrates full utilization of NIGERIANS for all Labour and Services with detailed description of roles, work scope and man-hours in order to achieve minimum targets as set out in the recruitment of the MOFICD Act 2010. h. Current and in place organizational structure with detailed experience and skills of the management personnel with names. Provide evidence (personnel list and position organization chart) percentage of management that are Nigerian National and the percentage of the total workforce that are Nigerians.

i. Detailed past/present commitment to staff training and development of Nigerian Personnel. j. Evidence of financial capability/bank Reference. k. Evidence of telecom license to provide MPLS (VPN) services and infrastructure all over Nigeria. l. Evidence of backbone connectivity infrastructure and point of presence coverage in Nigeria should be provided m. Evidence of relevant verifiable work experience of similar service in Nigeria over the past five years. Please attach reference letter. n. List of verifiable similar services detailing companies that the service was rendered to. Company contact address (Not P.O Box), functional phone numbers and e-mail address. o. Evidence of implementing MPLS connectivity to minimum two (2) clients in BFSI (Banking, Financial Services and Insurance segment with a network of minimum 20 branches). p. Letter of satisfaction from bidder s customers with verifiable contacts on their MPLS VPN service. q. The Service Provider should have 24x7x365 Network Operating Centre (NOC) & Network Management System (NMS) for management, proactive monitoring and issue resolution helpdesk. r. The Bidder should have the following certifications for the MPLS VPN Network infrastructure. ISO 9001:2008 / TL 9000/ Cisco / Juniper or OEM letter of recommendation or equivalent, Attested copy of the appropriate certification / license are to be submitted s. The Service Provider should provide documents to show design for standard Class of Services (COS), Quality of Services (QOS), and Voice over IP (VOIP), Video Conferencing and IPSEC /GETVPN. t. Confirm willingness to commence with the execution of the service on the basis of a letter of intent (LOI) u. Company s CASHES and QA/QC Policy and details of safety recovery for accidents, incidents, injuries and damages for the past three (3) years e.g. Lost time Incident, and Down-Time etc. v. Any additional Information that will enhance the capacity of the company to successfully deploy the solution.

4.3 Nigeria Content NNPC is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian content Act 2010 for Nigerian Content Development. As from commencement of the Act the minimum Nigerian content is any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board). Tenderer shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian content percentage for the scopes which are covered in the schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigeria Content Act, in the submission of their Tender. Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result to disqualification from bidding for this contract. 4.4 Submission of Proposal All completed bids should be submitted in two (2) separate envelopes marked TECHNICAL, and COMMERCIAL respectively. Each of these should consist of one (1) original and one (1) copy duly signed by the bidder s executive representative. Proposals should be submitted in sealed envelopes and clearly marked Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service, and addressed and returned to: R&T DEXCOM Tenders Board Block D, 1st Floor, Room 45B, NNPC Towers, Herbert Macaulay Way, Central Business District, Abuja The closing date for the submission of bids is six (6) weeks from the date of advertisement in the National dailies. The name of the bidder should be indicated at the back of the envelope.

4.5 Proposal Format and Content To ensure that NNPC receives all the information necessary to reach a decision on selection of vendor to undertake the Provision of Corporate Wide Interconnectivity (MPLS) and Internet Service Project, bidders are requested to submit their proposals in the format described below: A. TECHNICAL PROPOSAL i. Company Profile This should include details of the following Brief history of your organization The core business Year of formation and existence in Nigeria, Evidence of registration with NNPC and CAC The company ownership structure and management team. Tax clearance, VAT Registration Certificate, Company Financial report and annual turn over Quality management standards and HSE details ii. Capacity a. The bidder shall provide details of its backbone transmission infrastructure, including the media used, capacity and coverage. A topology diagram will be required. b. Details or CVs of your staff who will provide support. c. Proof of similar work done (this should include copies of Work order, LOI or Job Completion certificate ) Any other details you feel may be relevant. iii. The Technical submission shall include the following

S/N Technical Specification for MPLS VPN (Proofs and Evidences should be submitted) Complied (Yes/No) Please specify the deviations if any 1 The Service provider MPLS VPN network should be fully isolated from Internet traffic even if running on the same core/backbone. It is desired that same PE Router does not run both customer MPLS VPN traffic and Internet traffic. The MPLS- VPN network offered to the NNPC should not carry any internet routes. Service provider has to provide network topology showing how internet is provided on MPLS cloud. (Please note that this is very important) 2 A separate VPN is to be created only for NNPC network and in no way the VPN should be shared with other customers sharing the MPLS backbone. All routing at MPLS Backbone should be on Labels and no IP routing is acceptable. NNPC MPLS Network must be accessible to NNPC nodes only. 3 The MPLS network should be capable of running Voice, Video and Data. 4 The LAN IP addresses currently in use in NNPC locations where MPLS connectivity is proposed shall continue to be retained by NNPC. The service provider is to ensure that they configure MPLS VPN link in such a way that there is no change in the IP scheme being currently used by the NNPC. 5 Latency for DC/DR should not exceed 75 ms. For other locations/sites should not exceed 100 ms when tested with a ICMP packet size of 1024 Bytes. The jitter should not exceed 20 ms. The packet drop should not be more than 1 in 1 million. 6 Various MPLS-VPN configurations made for the NNPC's VPN by the service provider should be shared with the Corporation. The service provider should also allow audit of the same by NNPC AQ team. Any high and medium risk Vulnerabilities pointed out by the QA team should be immediately rectified by the service provider. 7 The service provider should ensure that major security features against attacks as mentioned

below are implemented in their network: Protection against all kinds of attacks including DOS attacks, SYN attacks, smurf attacks etc. Protection against all kinds of spoofing like VPN spoofing/ip spoofing etc. 8 The service provider should run industry standard QoS/CoS and Traffic Engineering services in the MPLS backbone and the service provider should configure Qos/CoS as per NNPC s requirement in their network. 9 Proper Change management procedure must be maintained for all the configuration changes done for/affecting the NNPC MPLS VPN. The same should be made available to the Corporation immediately/ on demand. All configuration changes should be traceable. All such changes should be carried out with prior permission from the NNPC. 10 The service provider must provide the MPLS links to NNPC that must be on any to any route topology i.e., All of the NNPCs sites/locations should be reachable to each other through MPLS network of the service provider and without having to touch NNPCs Core at DC/DR Site. 11 NNPC will not be responsible for installation of any telecommunication infrastructure equipment like RF Antenna, Mast, MUX, Modem etc. at any site and if required the same should be provided/installed by the service provider. Cost involved for the same should be borne by the service provider. NNPC at the most will provide space and power to modem/equipment that may be required to implement the connectivity. 12 The proposed bandwidth for NNPC must be dedicated (1:1) at each site and on dedicated ports. The MPLS VPN links should be available in full duplex mode which must be demonstrated to NNPC. 13 The Core MPLS backbone of service provider covering at least all the metros in Nigeria should

be fully meshed. In addition to the core, the other part of MPLS backbone of the service provider covering all their POPs mentioned as above should have minimum mesh for full redundancy. The service provider should have minimum of 10Gbps core MPLS bandwidth. Network diagram/architecture along with undertaking/evidence is required to be provided as a proof by the service provider. Any other details you feel may be relevant. iv. Solution Design The bidder shall describe its proposed solution design based on specification requirements defined in the project scope of work. The solution design shall be presented in segments including: Network Topology Design, Implementation design up to the customer premises; Network Management Solution, including strategy for providing access to NNPC for monitoring purposes Detailed Work plan stating details of task to be done and project methodology Project Communication plan, with emails, and phone number of various escalation levels. Detailed equipment support/warranty and replacement plan v. Post-Implementation Maintenance Plan The bidder shall define its post-implementation support plans including maintenance schedules, escalation matrix, and availability of customer service support. vi. Project Management The bidder shall describe its implementation strategy, including communication plan and team member s roles and responsibilities, and provide information on proposed project schedule with timelines. A Gantt chart illustrating the proposed project schedule is required.

NOTE: The Technical proposal shall contain no element of pricing. B. COMMERCIAL PROPOSAL i. Cost Breakdown This section shall include the proposed charges denominated in US dollars. A cost breakdown format is attached as Appendix III. ii. Price Validity Prices should be quoted as fixed and valid for at least 120 days. iii. Payment Terms Payments Schedule The following payment terms shall apply: 95% - Payment shall be made upon deployment to all locations and signing of the job completion certificate. 5% - Payment shall be made after the expiration of the contract period of 12 months from date of commissioning. 4.6 Evaluation Criteria The evaluation of proposals shall be based on, but not limited, to the following criteria: a) Compliance with the stated requirements, terms and conditions b) Experience and capacity to deliver Internet service c) Quality of proposed solutions and services d) Proposed Project Management procedure e) Commercial competitiveness of the proposal Bidders should note that their written response to the invitation to bid would be regarded as an integral part of any eventual contract. Bidders who wish to make any comments or provide background information which is not to be taken as commercially binding must make a clear statement to this effect. The decision of the Corporation on all matters relating to this invitation to bid will be final. NNPC reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of the contract, without thereby

incurring any liabilities to the affected bidder or bidders or any obligation to inform the affected bidder or bidders the reasons for the Corporation s action. 4.7 Important Notes The bidder has added responsibilities to: a) Request for any technical information deemed essential for the development of the solution design document. b) Familiarize themselves with the works to be performed in accordance with the inquiry documents. c) Familiarize themselves with the working conditions, applicable laws and regulations, labour conditions, environmental aspects and all other conditions that can affect timely delivery of required service. d) Make his own arrangement and inquiries with regards to transportation of own staff and equipment. Note: The welfare of bidder s staff while in NNPC shall be the responsibility of the bidder. 4.8 Disclaimer This ITB document is neither an agreement nor an offer/invitation by NNPC to any parties other than the applicants who are qualified to submit the bids ( bidders ). The purpose of this document is to provide the bidder(s) with information to assist in submitting a firm and concise proposal. This ITB does not claim to contain all the information each bidder may require. Each bidder may conduct its own independent investigations and analysis and is free to check the accuracy, reliability and completeness of the information in this ITB. NNPC makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this ITB. NNPC may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this ITB.

APPENDIX I BID FORM PROVISION OF CORPORATE WIDE INTERCONNECTIVITY (MPLS) AND INTERNET SERVICE To: Group General Manager, Information Technology Division, Block B, 3 rd Floor, Room 08, NNPC Towers, Central Business District, Abuja. Dear Sir, 1 We the undersigned do hereby offer to execute and maintain the captioned works in accordance with the scope of work and conditions of contract for the sum of (US$ )... 2 We undertake if our Bid is accepted to commence the works within days calculated from the day the contract is awarded. 3 We agree to abide by this Bid for a period of one hundred and twenty (120) days from the day fixed for receiving the same and it shall be binding upon us and may be accepted at any time before the expiration of that period. 4 Unless and until a formal agreement is prepared and executed, the Bid, together with the written acceptance thereof, shall constitute a binding contract between us and the Management of NNPC. 5 We understand NNPC Management is not bound to accept the lowest or any Bid it may receive. DATED:. day of.. 20. SIGNATURE: in the capacity of:. Duly authorised to sign Bids on behalf of:.

APPENDIX II VENDOR INFORMATION QUESTIONNAIRE 1.0 CORPORATE PROFILE 1.1 Name:... 1.2 Address:... 1.3 Contact Person Details 1.3.1 Name:... 1.3.2 Designation:... 1.3.3 Address:... 1.3.4 Telephone Number(s):... 1.3.5 Facsimile Number(s):... 1.3.6 Email Address(es):... 1.4 Brief Corporate History:........................ 1.5 Personnel Status: 1.5.1 What is your current staff strength:.....

1.5.2 How many staff will be committed to the project:... 1.6 ISP Experience: List 2 reference sites (preferably in Nigeria) which may be contacted or visited for evidence of work of similar scope. 1.6.1 Reference Site #1 Company Name:... Company Address:... Contact Detail 1.6.2 Reference Site #2 Name:... Designation:... Telephone Number(s):... Email Address:... Company Name:... Company Address:... Contact Detail Name:... Designation:... Telephone Number(s):... Email Address:... 1.7 Are there any plans on engaging any subcontractor(s) or partners:... 1.7.1 If yes please provide the following: Company Name:... Company Address:... Contact Detail Name:...

Designation:... Telephone Number(s):... 2.0 ANY OTHER RELEVANT INFORMATION?...............

APPENDIX III COST BREAKDOWN FORMAT S/N Item Qty Bandwidth 1 STM1 MPLS/Internet Services (Annual Recurring Cost) Professional Services One-Time Installation of Infrastructure at NNPC sites NMS Solution Comprehensive Technical Hands-on MPLS security Comprehensive Technical Hands on Total Cost Add 5% VAT Grand Total 4 132 20 20 Unit Cost (US$) Total Cost (US$) All quotations should be inclusive of VAT.