SUPPLY AND INSTALLATION OF ELECTRICAL FACILITIES AND SYSTEMS FOR NDLEA ICT NETWORK IN NIGERIA PHASE II

Link to Atlas Project

Non-UNDP Project

Documents

Etendering Manual for Bidders

Overview

A key deliverable of the European Union (EU) funded and United Nations Office on Drugs and Crime (UNODC) implemented project “Response to Drugs and Related Organized Crime in Nigeria” is the creation and deployment of a nationwide data network in support of the National Drug Law Enforcement Agency (NDLEA) in cooperation with the Government of Nigeria. This project aims to support Nigeria’s efforts in fighting drug production, distribution and use, and in curbing organized crime including counterfeit narcotics and psychotropic substances.

The intention of this Invitation to Bid (ITB) is to provide the framework and parameters for possible contractors for the build-and-transfer of NDLEA’s data network as part of the project.  The primary intention is to create and deliver an ICT platform for NDLEA commands throughout Nigeria to have real-time data connectivity to the servers located in both of the Central Commands.

National Drug Law Enforcement Agency (NDLEA)

The NDLEA is a national law enforcement agency with a legislative mandate to investigate drug offences in Nigeria, along with interventions to reduce drug demand. They have commands in every State of Nigeria, including the capital territory in Abuja, as well as their headquarters in Lagos. Further to this, the NDLEA have 12 special area commands, which undertake specialized activities, including a presence at strategically important locations such as international airports and seaports.

There are three components of this ICT project:

Part 1:  Central Commands - One location (Abuja and Lagos) where the central intelligence servers are located. Installation of WAN at central command in NDLEA HQ Lagos has been completed.

Part 2:  Wide Area Network – IP/Ethernet connectivity between the central commands and the NDLEA state commands, and connectivity between the two Central Commands.

Part 3: State Command’s Local Area Network – There are 37 NDLEA state commands and 11 Special Area Commands, a Local Area Network (LAN) and its supporting systems needs to be established per command.

This project will be rolled-out in two (2) phases. Phase 1 has been completed with 15 commands (including Headquarters in Lagos) fully installed. Thirty seven (37) commands have been selected for implementation under Phase 2 (see annex A/B for location of sites for phase II). Installation of the second central command in Abuja will be carried out in Phase 2.

The roll out of Phase II is divided into 3 technical areas namely: WAN Installation; Server Room and Electrical Systems Installation and Furniture. This ITB focuses on the Server Room and Electrical Systems Installation at 38 NDLEA commands.

  1. Bidder Qualifications

The project bidders must comply with the below listed qualifications:

  1. Bidding organization must have a valid Corporate Affairs Commission (CAC) business registration certificates for Nigeria.
  1. Bidding organization must have the requisite technical and managerial expertise in handling projects of this nature.
  2. Bidder must provide certificate of completions and/or references for at least 3 projects for installation of electrical facilities and systems.
  3. Bidder must present at least one (1) reference letter from any of the organizations they have worked with as listed in section 2.3.
  4. Bids will be considered based on allotments (Lot 1 to Lot 6). See Table 1 - 6 below.
    1. Vendors can only bid for one allotment.
    2. Vendors submitting bids for more than one (1) allotments (Lot1 to Lot6) will be disqualified.
  5. Technical Requirements
  6. Server Room Setup - Abuja Server Room Setup
    1. Installation of a raised floor (Jindao/Eurodex) with stairs/ramp at the entrance in the designated server room measuring 4m by 3m by 3.3m (height) and painting of and provision of one vinyl blind in the server room. Height of the raised floor should be between 300mm and 600mm.
    2. Provision of fire detection, alarm and suppression system in the server room. Room height is 3.3m.
    3. Provision and installation of 10KVA inverter (3 phase) with solar panels. Input sources of the inverter will be from the solar panels and PHCN/Generator through the stabilizer. At installation, Inverter batteries must not exceed 4 months from the date of manufacture.
    4. The batteries (16 pieces) must be deep-cycle “Gel” batteries of rating 12V/200Ah in a secure factory-made cabinet. At installation, the batteries should not be more than 4 months old from the date of manufacture.
    5. Solar equipment specifications are: 300watt Mono crystalline panels (16) with 60amp MPPT solar charger (2 pieces). Distance from PV to inverter not more than 200m.
    6. Provision and installation of 20KVA servo stabilizer. Input to the stabilizer must be sourced from the nearest distribution board (maximum distance of 200m). The input sources are generator and PHCN.
    7. Provision of 16 power socket outlets (in clusters of 4 sockets per gang) under the raised floor from the 10KVA inverter for powering servers (6) and network equipment (6). Maximum cable length 50m per socket outlet. Preferred socket type is UK prong standard (multi sockets that accepts British plugs in addition to Euro, NEMA American and Australian plugs). All inverter ports must be of UK prong standards; no adaptor/converter must be required to support any device that will be connected to the inverter.
  7. Provision and installation of 4 LED light points (between 100-200mm in size, circular or square shaped) in the server room.
  8. Provision and installation of one 1.5hp Air-Conditioner
  9. Bidder shall install adequate grounding facility for the protection of the equipment that will be installed in this project.  Resistivity between the equipment and the external grounding tap must not exceed 5 ohms as recommended by IEEE.
  10. All new and existing electrical cables must be enclosed in the PVC pipe or trunk.
  11. Server Room Setup - Lagos Server Room Setup
    1. Provision and installation of 10kva inverter (3 phase) with solar panels. Input sources of the inverter will be from the solar panels and PHCN/Generator through the stabilizer. At installation, Inverter batteries must not exceed 4 months from the date of manufacture.
    2. The batteries (16) must be deep-cycle “Gel” batteries of rating 12V/200Ah in a secure factory-made cabinet. At installation, the batteries should not be more than 4 months old from the date of manufacture.
    3. Solar equipment specifications are: 300watt Mono crystalline panels (16) with 60amp MPPT solar charger (2). Distance from PV to inverter not more than 200m.
    4. Provision and installation of 20kva servo stabilizer. Input to the stabilizer must be sourced from the nearest distribution board (maximum distance of 200m). The input sources are generator and PHCN.
    5. Provision of 16 power socket outlets (in clusters of 4 sockets per gang) under the raised floor from the 10kva inverter for powering servers (6) and network equipment (6). Maximum cable length 30m per socket outlet. Preferred socket type is UK prong standard (multi sockets that accepts British plugs in addition to Euro, NEMA American and Australian plugs). All inverter ports must be of UK prong standards; no adaptor/converter must be required to support any device that will be connected to the inverter.
  12. Provision of 4 LED light points (between 100-200mm in size, circular or square shaped) in the server room.
  13. Bidder shall install adequate grounding facility for the protection of the equipment that will be installed in this project.  Resistivity between the equipment and the external grounding tap must not exceed 5 ohms as recommended by IEEE.
  14. Replacement of the of a raised floor and suspended ceiling in the server room measuring 5m by 7m by 3.3m (height) and painting of the server room. Height of raised floor (Jindao/Eurodex) must be between 300mm and 600mm.
  15. Provision of fire detection, alarm and suppression system in the server room. Room measuring 5m by 6m and height 3.3m.
  16. Re-location of all (4 in number) existing UPS equipment to one side of the server room (opposite the door of the server). Bidders shall re-cable the UPS after re-location to ensure power supply to equipment connected to it.
  17. All new and existing electrical cables must be enclosed in the PVC pipe or trunk.
  18. State and Special Commands

 

  1. Bidder shall provide one (1) unit of 1kva inverter with Solar panels and stabilizer (5kva) for every state and special area commands to support 3 workstations and all networking devices (one each of a router, switch and a telecom indoor device or media converter). At installation, Inverter batteries must not exceed 4 months from the date of manufacture.
  2. Bidder shall supply and install a 1kva Inverter that will allow at least 8 hours of backup time in case of main power supply failure to avoid data corruption and hardware failures. Alternative power input source for the inverter must be from the nearest socket point in the allocated room or from the nearest distribution board (maximum distance of 100m).
  3. The batteries (2) must be deep-cycle “Gel” or AGM batteries of rating 12V/200Ah in a secure factory-made cabinet. At installation, the batteries should not be more than 4 months old from the date of manufacture.
  4. Solar equipment specifications are: 130watt Mono crystalline panels (6) with 48amp MPPT solar charger (1).
  5. All inverter ports must be of UK prong standards; no adaptor/converter must be required to support any device that will be connected to the inverter.
  6. All devices that will be supplied for this project must be of brand-new condition.
  7. AC Input Automatic Voltage Surge (AVS) Protector
    1. Bidder shall provide surge protector that will protect the UPS from any voltage or frequency fluctuations in every state command.
    2. Bidder must provide 5 units of 5-port UK-type multiple socket, APC brand to be used for the workstations and networking equipment for this project.
  8. Surge protector must be of at least 13A in rating.
  9. Bidder must provide 3 units of AVS. All AVS must have female UK-type ports.
  10. All devices that will be supplied for this project must be of brand-new condition.
  11. Bidder shall conduct comprehensive training of 2 NDLEA personnel on the use and operation of the inverter system. User operations manuals must be provided.
  12. Warranty and Damages
    1. Hardware/Devices
      1. All hardware provided by the bidder (excluding any hardware as part of the WAN service) shall have at least 12 months of warranty against any defect that will prevent any normal operation.
      2. Bidder shall provide advanced replacement within 48 hours for any failed equipment under the warranty period.
    2. Damages
      1. Bidder will be responsible for any damage to any device that is caused by improper installation or improper handling of devices. For details about this ITB kindly log on to: https://etendering.partneragencies.org