PROVISION OF INTERCONNECTIVITY SERVICES AT NNPC LOCATIONS NATIONWIDE Bid Document December 2013 Information Technology Division Bid Document December 2013 Page 1
1. Invitation to Bidders The invitation is to bid for the PROVISION OF INTERCONNECTIVITY SERVICES AT NNPC LOCATIONS NATIONWIDE to link these locations to the NNPC Corporate Headquarters Abuja. 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 Information Technology Division Nigerian National Petroleum Corporation, NNPC CHQ, Abuja 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 INTERCONNECTIVITY SERVICES AT NNPC LOCATIONS NATIONWIDE. 1. Manager Networks, Telecoms Department, Information Technology Division, Block B, 3 rd Floor, Room 23, NNPC Towers, Abuja, : +234 (0)9 46082339 networksunit@nnpcgroup.com 2. Project Manager Block B, 2 nd Floor, Room 26, NNPC Towers, Abuja : +234 (0)9 46082220 networksunit@nnpcgroup.com Address for Bid Submission The Secretary, NNPC Headquarters Tenders Committee, Block A, 4 th Floor, Room 415, NNPC Towers, Herbert Macaulay Way, Central Business District, Abuja Bid Document December 2013 Page 2
DISCLAIMER This ITB document is not an agreement and is not an offer or invitation by NNPC to any parties other than the applicants who are qualified to submit the bids ( bidders ). The purpose of this RFP is to provide the bidder(s) with information to assist in submitting firm and concise proposals. 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 RFP. Bid Document December 2013 Page 3
2. Project Profile 2.1 Statement of Purpose Nigerian National Petroleum Corporation (otherwise known as the NNPC) is desirous of engaging reputable Backbone Service Provider(s) to provide managed secure interconnectivity services across her locations nationwide. The service is required to enable enterprise communication and collaboration and extension of internal shared services to users across the Corporation. Each location will primarily connect to NNPC CHQ Abuja; nevertheless support for any-to-any communication between sites will be required to ensure high availability. 2.2 Service Coverage The NNPC locations to be covered by the service are zoned based on proximity. These zones are variously combined to form four (4) bid lots as provided in the tables below: LOT A Zone S/N Location Class Bandwidth 1 Izom P/S C 4 2 Markurdi Depot B 6 3 Minna Depot B 6 4 Suleja Depot B 6 5 Abaji P/S C 4 6 Lokoja P/S C 4 Abuja 7 Jos Depot B 6 8 NGC Ajaokuta B 6 9 NNPC Retail Station, Minna C 4 10 NNPC Retail Station, Lafia C 4 11 NNPC Retail Station, Gombe C 4 12 NNPC Retail Station, Bauchi C 4 13 NNPC Retail Station, Jos C 4 14 NNPC Retail Station Abuja C 4 1 NNPC Medical, Kaduna B 6 2 PPMC Area Office, Kaduna B 6 3 Kaduna Zonal Office B 6 4 CPSK, Kaduna B 6 5 Yola Depot C 4 6 Biu Pump Station C 4 Kaduna 7 Sarkin Pawa, Pump Station C 4 8 Zaria Dept C 4 9 Gombe Depot C 4 10 Kano Depot C 4 11 Gussau Depot C 4 12 Maiduguri Depot C 4 13 ITD Centre, Kaduna A 10 Bid Document December 2013 Page 4
14 NNPC Retail Station, Dutse C 4 15 NNPC Retail Station, Kaduna C 4 16 NNPC Retail Station, Katsina C 4 17 NNPC Retail Station, Kebbi C 4 18 NNPC Retail Station, Birnin Kebbi C 4 19 NNPC Retail Station, Sokoto C 4 20 NNPC Retail Station, Damaturu C 4 21 NNPC Retail Station, Yola C 4 22 NNPC Retail Station, Maiduguri C 4 23 NNPC Retail Station, Markudi C 4 24 NNPC Retail Station, Gusau C 4 CHQ 1 CHQ Connection 60 LOT B Zone S/N Location Class Bandwidth 1 NNPC Medical, Mosimi A 10 2 Ilorin Depot B 6 3 Ibadan Depot B 6 4 Ore Depot B 6 5 NNPC Retail Station, Ilorin C 4 6 NNPC Retail Station, Akure C 4 7 NNPC Retail Station, Abeokuta C 4 Shagamu 8 NNPC Retail Station, Osogbo C 4 9 NNPC Retail Station, Ibadan C 4 10 NNPC Retail Station, Ekiti C 4 11 NNPC Staff School, Mosimi C 4 12 NGC, Ewekoro B 6 13 Group Learning, Mosimi A 10 14 PPMC Depot, Mosimi B 6 15 PPMC Area Office, Mosimi B 6 16 ITD Mosimi A 60 1 Medical Mainland B 6 2 NAPIMS, Gerald A 10 3 NAPIMS, Adeyemi A 10 4 NAPIMS, Bayo-kuku A 10 5 NNPC Zonal Office, Lagos B 6 Lagos 6 NIPEX B 6 7 NGC, Ojuologbon B 6 8 NGC, Ikeja B 6 9 ITD Centre A 10 10 Atlas Cove Terminal B 6 11 Ejigbo Depot B 6 12 Lagos Remote B 6 CHQ 1 CHQ Connection 100 Bid Document December 2013 Page 5
LOT C Zone S/N Location Class Bandwidth 1 Medical, Port Harcourt B 6 2 Zonal Office, Port Harcourt B 6 3 IDSL, Eleme B 6 4 PPMC Area Office, Port Harcourt B 6 5 R&D, Eleme B 6 6 Calabar Depot C 4 7 Enugu Depot C 4 8 ITD Centre PH A 10 9 Bonny Terminal C 4 10 Aba Depot C 4 11 Medical/ Staff Sch. Akpajo C 4 Port 12 NGC, Afam C 4 Harcourt 13 NGC, Ikot Abasi C 4 14 NGC, Onne B 6 15 NGC, Brass B 6 16 NNPC Retail Station, Uyo C 4 17 NNPC Retail Station, Anambra C 4 18 NNPC Retail Station, Yenagoa C 4 19 NNPC Retail Station, Calabar C 4 20 NNPC Retail Station, Enugu C 4 21 NNPC Retail Station, Owerri C 4 22 NNPC Retail Station, Abakiliki C 4 23 NNPC Retail Station, Umuahia C 4 24 NNPC Retail Station, Port Harcourt C 4 CHQ 1 CHQ Connection 40 LOT D Zone S/N Location Class Bandwidth 1 PPMC Area office, Warri C 4 2 Medical, Warri B 6 3 Zonal Office, Warri B 6 4 NGC, Warri B 6 5 NGC, Ugheli B 6 Warri 6 PPMC Depot Warri B 6 7 Forcados Terminal B 6 8 Escravos Terminal B 6 9 OML 34-Edjeba B 6 10 OML 30 B 6 11 NNPC Retail Station, Asaba C 4 1 ITD Centre, Benin A 10 Benin 2 NGC, Benin B 6 3 PPMC Depot C 4 4 Abudu P/S C 4 Bid Document December 2013 Page 6
5 NPDC Oziengbe C 4 6 Auchi P/S B 6 7 Medical Benin B 6 8 NPDC, Abura C 4 9 NPDC, Oredo C 4 10 NPDC, OML 119 C 4 11 IDSL, Headquarters A 10 12 NNPC Retail Station, Benin B 6 CHQ 1 CHQ Connection 40 2.3 Site Classification For the purpose of availability, the sites have been classified on the basis of preferred link medium/media, minimum capacity and level of redundancy required. The classes and the required features are as stated below: S/N Class Capacity (Mbps) Preferred Medium Required Redundancy 1 A 10 Fibre + Microwave 1 + 1 2 B 6 Fibre or Microwave 1 3 C 4 Microwave Radio 1 4 CHQ, Abuja Per Lot Fibre + Microwave 1 + 1 5 ITD, Mosimi 60 Fibre + Microwave 1 + 1 Bidders are encouraged to visit these locations for physical assessments. 2.4 Supported Applications The following services amongst others will be carried on the link: Exchange Email/SMTP Active Directory SharePoint Applications SAP Microsoft Lync Video/Voice Conferencing Internet and Web Services Database Services Printing Services etc. 2.5 Envisaged Outcome The service is expected to provide the following: Bid Document December 2013 Page 7
1. Highly available and seamless interconnectivity between the NNPC CHQ and all the NNPC locations across the country. 2. Reliable link service with minimal packet drops to ensure continuous transactions; 3. Prioritized traffic based on NNPC service classifications; Bid Document December 2013 Page 8
3. Scope of Work 3.1 Introduction The proposed implementation shall be entirely service based; the bidder is expected to provide and own all devices/equipment, including the required Fibre Optic Cables and/or Microwave Radio at the various locations. NNPC shall provide and advice on appropriate connecting points to the Provider s installed Customer Edge (CE) Cisco Routers at each location. The solution should allow for end to end quality of service (Qos) from CE at the Regional Nodes to the CE at the CHQ Abuja. 3.2 Detailed Service Scope The bidder is expected to provide: a. Interconnectivity: Service Providers shall establish Managed MPLS VPN link on any-toany communication between sites listed in section 2.2 above. All Sites shall be able to directly connect to any other site over the MPLS network. (Full-mesh connectivity is desired.). b. Equipment Redundancy: Termination of links on two (2) separate managed Customer Edge (CE) Cisco Routers provided by the Service Provider at each site. The managed CE routers will connect to the NNPC designated Local Network edge device(s); c. Quality of Service: Implement end-to-end Quality of Service (QoS) for traffic prioritization, congestion management and avoidance based on NNPC s preferences; d. Security: Guarantee of absolute network security in the shared infrastructure, including taking measures to prevent VPN spoofing and label spoofing so that only locations authorized by NNPC are members of the VPN. Provider shall ensure confidentiality and integrity of NNPC traffic on their infrastructure; e. Network Management: Complete Network Management System (NMS) for monitoring all the circuits, remote terminals, and bandwidth utilization. NMS portal access shall be granted to NNPC through Provider s MPLS intranet cloud. f. Local Network Integration: Integration of provided link with the Local Network at the respective locations, including ensuring automatic and seamless failover where link redundancy is provided; g. Cabling and Terminations: Proper and neat cabling with appropriate clamping and piping. The Provider shall have the responsibility of checking and confirming that the appropriate power requirements for devices/equipment to be installed are available at the locations prior to installation. NNPC will not be responsible for any damage to bidder equipment due to voltage fluctuation, UPS burnt short circuit, any earthing Bid Document December 2013 Page 9
issue, and natural calamities etc. The provider shall arrange for the necessary insurance cover for the equipment installed at NNPC premises. h. Capacity Development/ Training : Develop and build NNPC human capacity in the various areas of Network Management; i. Reporting: Weekly reports including the following details: Total no. of link down incident (daily, Monthly) Reason of failure with segregated graph. Link availability (Mean down time report) and utilization report. Major activities: Restoration efforts and details for failed links j. Documentations: Including implementation design, service configuration details and scheduled maintenance plans. 3.3 Bandwidth Requirement The required bandwidth for each location is as indicated in Section 2.2 above. 3.4 Required Availability The required availability is 99.5%. 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. 3.5 Network Management The Provider shall offer management and reporting interface to NNPC on a 24x7 basis. Bidders must provide a complete range of monitoring tools specifically designed to help NNPC keep track of bandwidth usage patterns in each site. Provision of this service and tools to be provided in this regards MUST be clearly stated in the bidder s technical submission. Bid Document December 2013 Page 10
4. Tender Requirements 4.1 General Requirements Interested bidders are requested to submit to NNPC a proposal based on the tender documents for the Provision of Interconnectivity Services at NNPC Locations Nationwide. The Tender Documents consists of the following: a) Invitation to Bid advertised in Nigerian Daily Newspaper 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 Interested Bidders are to confirm that all applicable documents stated herein are in their possession and if any prove to be missing, to inform NNPC in order to obtain same promptly. 4.2 Submission of Proposal Submission of Documents/Closing Date 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 two (2) copies duly signed by the bidder s executive representative. PLEASE NOTE THAT TECHNICAL AND COMMERCIAL BIDS SHOULD BE PUT IN SEPARATE ENVELOPES, ALSO NO ELEMENT OF PRICING SHOULD BE CONTAINED IN THE TECHNICAL BID. FAILURE TO COMPLY WILL LEAD TO DISQUALIFICATION Proposals should be submitted in sealed envelopes and clearly marked PROVISION OF INTERCONNECTIVITY SERVICES AT NNPC LOCATIONS NATIONWIDE, addressed and returned to the address below. The Secretary, NNPC Headquarters Tenders Committee, Block A, 4 th Floor, Room 415, NNPC Towers, Herbert Macaulay Way, Central Business District, Abuja The name of the bidder should be clearly indicated at the back of the envelope. The closing date for the submission of bids is three (3) weeks from the date of advertisement in the National dailies. Bid Document December 2013 Page 11
4.3 General Requirements Interested bidders must provide the following for their submissions to be considered: a. Evidence of registration with Corporate Affair Commission (CAC); b. Evidence of tax payment for the last three (3) years; c. Current company audited statement of account for the past three (3) years duly stamped by a registered auditor. (Please note that account statement will be compared with submitted tax certificates); d. Evidence of appropriate license from NCC; e. Evidence of having executed similar works within the last five years (supporting documents and references should be attached); f. Details of Points of Presence (POP) in the country; g. Existing backbone connectivity infrastructure diagram (evidence of lease should be provided if applicable); h. Comprehensive company profile including organisational chart and details of management team; i. Curriculum Vitae of available workforce, including of those intended for the roles of Project Manager and Technical Lead in the project (please clearly indicate your personnel covering these roles); j. Company s Community Affairs, Safety, Health, Environment and Security (CASHES) plans and Quality Assurance /Quality Control policy; All claims must be backed up with relevant proof to be considered. NNPC reserves the right to verify / evaluate the claims made by the bidder independently. 4.4 Technical Requirements The following technical requirements should be noted by the bidder and they should confirm their willingness to adhere to them accordingly: a. A separate VPN is to be created only for NNPC network and in no way should the VPN 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; b. The network should be capable of running Voice, Video and Data; c. 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; Bid Document December 2013 Page 12
d. Latency between sites should not exceed 100ms when tested with an ICMP packet size of 1024 Bytes. The jitter should not exceed 20ms. The packet drop should not be more than 1 in 1 million; 4.5 Proposal Format and Content To ensure that NNPC receives all the information necessary to reach a decision on selection of vendor to provide the required services, bidders are requested to submit their proposals in the format described below: A. Technical Submission The Technical submission shall include the following: i. 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, up to the customer premises; Detailed Work breakdown structure/statement of work to be carried out at the sites; Network Management Solution, including strategy for providing access to NNPC for monitoring purposes; ii. Post-Implementation Maintenance Plan The bidder shall define its post-implementation support plans including maintenance schedules, escalation matrix, and availability of customer service support. iii. Project Management The bidder shall describe its implementation strategy, including communication plan and team member s roles and responsibilities, and provide information on proposed implementation schedule with timelines. A Gantt chart illustrating the proposed schedule is required. Bidders are also required to submit comprehensive site assessment report with details of NNPC audited infrastructure at all the locations, with detailed Low level Design of implementation and integration of all locations. iv. Bid Documentations The bidder shall provide all of the documents listed in section 4.3 above. Bid Document December 2013 Page 13
A. Commercial Submission The Commercial submission shall include the following: i. Cost Breakdown This section shall include the proposed charges denominated in US dollars. A cost breakdown format is attached as Appendix III. ii. iii. Post-Implementation Maintenance Plan Prices should be quoted as valid for at least 180 days Payment Terms Payment shall be made as follows: 95% of the Contract sum shall be paid upon completion of all integration work, commissioning, testing of all locations and emplacement of an MPLS Mesh between all locations. 5% of the Contract sum shall be retained as retention fee, payable on satisfactory provision of service for one (1) year. 4.6 Evaluation Criteria The evaluation of proposals shall be based on Compliance with Requirements, Technical Capability and the Commercial Competitiveness of the proposal 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. Important Notes The bidder has added responsibilities to: a) Request for any technical information or any clarification 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. Bid Document December 2013 Page 14
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) Visit and inspect the location earmarked for the service in order to submit a firm and comprehensive proposal. This shall be done in liaison with any of the contact persons identified in section 1.2. e) Make his own arrangement and inquiries with regards to transportation of own staff and equipment. f) Ensure full HSE Compliance at all locations and at all time g) The welfare of bidder s staff while in NNPC shall be the responsibility of the bidder. Bid Document December 2013 Page 15
APPENDIX I BID FORM PROVISION OF INTERCONNECTIVITY SERVICES AT NNPC LOCATIONS NATIONWIDE To: Group General Manager, Information Technology Division, Block B, 3 rd Floor, Room 04, 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:. Bid Document December 2013 Page 16
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:... Bid Document December 2013 Page 17
1.6 List 2 reference sites 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):... Bid Document December 2013 Page 18
2.0 ANY OTHER RELEVANT INFORMATION?............... Bid Document December 2013 Page 19
APPENDIX III COST BREAKDOWN FORMAT Bidders are expected to submit their commercials in the following format: LOT A Zone S/N Location Bandwidth 1 Izom P/S 4 2 Markurdi Depot 6 3 Minna Depot 6 4 Suleja Depot 6 5 Abaji P/S 4 6 Lokoja P/S 4 Abuja 7 Jos Depot 6 8 NGC Ajaokuta 6 9 NNPC Retail Station, Minna 4 10 NNPC Retail Station, Lafia 4 11 NNPC Retail Station, Gombe 4 12 NNPC Retail Station, Bauchi 4 13 NNPC Retail Station, Jos 4 14 NNPC Retail Station Abuja 4 1 NNPC Medical, Kaduna 6 2 PPMC Area Office, Kaduna 6 3 Kaduna Zonal Office 6 4 CPSK, Kaduna 6 5 Yola Depot 4 6 Biu Pump Station 4 7 Sarkin Pawa, Pump Station 4 8 Zaria Dept 4 9 Gombe Depot 4 10 Kano Depot 4 11 Gussau Depot 4 Kaduna 12 Maiduguri Depot 4 13 ITD Centre, Kaduna 10 14 NNPC Retail Station, Dutse 4 15 NNPC Retail Station, Kaduna 4 16 NNPC Retail Station, Katsina 4 17 NNPC Retail Station, Kebbi 4 18 NNPC Retail Station, Birnin Kebbi 4 19 NNPC Retail Station, Sokoto 4 20 NNPC Retail Station, Damaturu 4 21 NNPC Retail Station, Yola 4 22 NNPC Retail Station, Maiduguri 4 23 NNPC Retail Station, Markudi 4 24 NNPC Retail Station, Gusau 4 CHQ 1 CHQ Connection 60 SUB - TOTAL Add 5% VAT TOTAL COST FOR LOT A Installation Cost ($) Annual Service Charge ($) Total Cost ($) LOT B Zone S/N Location Bandwidth Shagamu 1 NNPC Medical, Mosimi 10 2 Ilorin Depot 6 3 Ibadan Depot 6 4 Ore Depot 6 Installation Cost ($) Annual Service Charge ($) Total Cost ($) Bid Document December 2013 Page 20
5 NNPC Retail Station, Ilorin 4 6 NNPC Retail Station, Akure 4 7 NNPC Retail Station, Abeokuta 4 8 NNPC Retail Station, Osogbo 4 9 NNPC Retail Station, Ibadan 4 10 NNPC Retail Station, Ekiti 4 11 NNPC Staff School, Mosimi 4 12 NGC, Ewekoro 6 13 Group Learning, Mosimi 10 14 PPMC Depot, Mosimi 6 15 PPMC Area Office, Mosimi 6 16 ITD Mosimi 60 1 Medical Mainland 6 2 NAPIMS, Gerald 10 3 NAPIMS, Adeyemi 10 4 NAPIMS, Bayo-kuku 10 5 NNPC Zonal Office, Lagos 6 Lagos 6 NIPEX 6 7 NGC, Ojuologbon 6 8 NGC, Ikeja 6 9 ITD Centre 10 10 Atlas Cove Terminal 6 11 Ejigbo Depot 6 12 Lagos Remote 6 CHQ 1 CHQ Connection 100 SUB - TOTAL Add 5% VAT TOTAL COST FOR LOT B LOT C Zone S/N Location Bandwidth Port Harcourt 1 Medical, Port Harcourt 6 2 Zonal Office, Port Harcourt 6 3 IDSL, Eleme 6 4 PPMC Area Office, Port Harcourt 6 5 R&D, Eleme 6 6 Calabar Depot 4 7 Enugu Depot 4 8 ITD Centre PH 10 9 Bonny Terminal 4 10 Aba Depot 4 11 Medical/ Staff Sch. Akpajo 4 12 NGC, Afam 4 13 NGC, Ikot Abasi 4 14 NGC, Onne 6 15 NGC, Brass 6 16 NNPC Retail Station, Uyo 4 17 NNPC Retail Station, Anambra 4 18 NNPC Retail Station, Yenagoa 4 19 NNPC Retail Station, Calabar 4 20 NNPC Retail Station, Enugu 4 21 NNPC Retail Station, Owerri 4 22 NNPC Retail Station, Abakiliki 4 23 NNPC Retail Station, Umuahia 4 24 NNPC Retail Station, Port Harcourt 4 CHQ 1 CHQ Connection 40 SUB - TOTAL Add 5% VAT Installation Cost ($) Annual Service Charge ($) Total Cost ($) Bid Document December 2013 Page 21
TOTAL COST FOR LOT C LOT D Zone S/N Location Bandwidth 1 PPMC Area office, Warri 4 2 Medical, Warri 6 3 Zonal Office, Warri 6 4 NGC, Warri 6 5 NGC, Ugheli 6 Warri 6 PPMC Depot Warri 6 7 Forcados Terminal 6 8 Escravos Terminal 6 9 OML 34-Edjeba 6 10 OML 30 6 11 NNPC Retail Station, Asaba 4 1 ITD Centre, Benin 10 2 NGC, Benin 6 3 PPMC Depot 4 4 Abudu P/S 4 5 NPDC Oziengbe 4 Benin 6 Auchi P/S 6 7 Medical Benin 6 8 NPDC, Abura 4 9 NPDC, Oredo 4 10 NPDC, OML 119 4 11 IDSL, Headquarters 10 12 NNPC Retail Station, Benin 6 CHQ 1 CHQ Connection 40 SUB - TOTAL Add 5% VAT TOTAL COST FOR LOT D Installation Cost ($) Annual Service Charge ($) Total Cost ($) LOT E S/N Description Quantity 1 Zonal Support Vehicles (Toyota Hilux) 7 2 Capacity Development (Boot Camp 1) 6 3 Capacity Development (Boot Camp 2) 6 4 Capacity Development (Boot Camp 3) 6 5 Capacity Development (Boot Camp 4) 6 SUB - TOTAL Add 5% VAT TOTAL COST FOR LOT E Unit Cost ($) Total Cost ($) See Appendix IV for details of capacity development. Bid Document December 2013 Page 22
Appendix V Capacity Building Details Boot Camp 1 Course Details Implementing and Troubleshooting MPLS VPN Networks Building Core Networks with OSPF, BGP, and MPLS Power Workshop (BCN) Cisco IOS XR Software Advanced IPv4 Routing for Service Providers Version 4.0.1 (XIPV4R) Boot Camp 2 Course Details Cisco IOS XR MPLS and Tunnel Technologies for IPv4 (XMPLST4) Cisco Aggregation Services Router 9000 Series Essentials (ASR9KE) Cisco Certified Network Professional Security (CCNP Security) Boot Camp 3 Course Details Hints: Cisco Certified Network Associate Service Provider Operations (CCNA SP Operations ) Cisco Certified Network Professional Service Provider Operations (CCNP SP OPS ) Cisco IOS XR Software Advanced IPv4 Routing for Service Providers Version 4.0.1 (XIPV4R) The Boot camp group Courses should arranged back to back to ensure continuity of the lectures Bid Document December 2013 Page 23
Disclaimer: This ITB is not an offer by NNPC, but an invitation to receive response from vendors. No contractual obligation whatsoever shall arise from the ITB process unless and until a formal contract is signed and executed by duly authorized officers of NNPC with the vendors. Bid Document December 2013 Page 24