Nigerian Communication Commission Invitation to Tender for the Execution of Projects Under 2021 Budget

Posted by Future on Wed 07th Jul, 2021 - nigeriantenders.com


Nigerian Communication Commission invites the services of competent and reputable contractors to submit tender for the following services:




The Nigerian Communications Commission (NCC) is the Regulatory Authority for the telecommunication industry in Nigeria.
 
Pursuant to its statutory mandate and in compliance with the provisions of the Public Procurement Act 2007, the NCC under its 2021 budget hereby invites qualified, competent and reputable contractors and service providers to bid for the following works:

Title: Invitation to Tender for the Execution of Project under the 2021 Budget

Scope of Works

LOT / DESCRIPTION/ LOCATION
  • AD-2: Rehabilitation of the Internal Tiled Walls in the Courtyard of the HQ building. / Abuja
  • AD-11: Supply and Installation of Office Furniture / Abuja
  • AD-17: Supply and Installation of Photocopy Machines / Abuja
  • AD-i8: Supply and Installation of Kitchen Equipment / Abuja
  • AD-25a: Facility Management/Cleaning Services NCC Lagos Zonal Office / Lagos
  • AD 25b: Facility Management/Cleaning Services NCC Kano Zonal Office / Kano
  • AD 25c: Facility Management/Cleaning Services NCC Port Harcourt Zonal Office / Port Harcourt
  • AD 25d: Facility Management/Cleaning Services NCC Ibadan Zonal Office / Ibadan
  • AD 25e: Facility Management/Cleaning Services NCC Enugu Zonal Office / Enugu
  • AD-26a: Fumigation of NCC HQ / Abuja
  • AD 26b: Fumigation of NCC Annex Office Mbora / Mbora Abuja
  • AD 26c: Fumigation of NCC Lagos Zonal Office / Lagos
  • AD 26d: Fumigation of NCC Kano Zonal Office / Kano
  • AD 26e: Fumigation of NCC PH Zonal Office / Port Harcourt
  • AD 26f: Fumigation of NCC Ibadan Zonal Office / Ibadan
  • AD 26g: Fumigation of NCC Enugu Zonal Office / Enugu
  • AD-27: Gardening and Beautification NCC HQ & Annex / Abuja
  • SA-1: Upgrade and Integration of Monitoring Systems / Abuja
  • SA-3: Supply, Installation, and Commissioning of HTZ Communication and User workshop for 12 Users / Abuja
  • SA-4: Supply, Installation and Commissioning of Spectrum Laboratory Equipment and Accessories / Abuja
  • SA-6: Supply and Installation of Shoqi MSS System / Abuja
  • SA-9: Cabling, Servers, Emergency Fire systems, Air Conditioning and Fibre Installation at the Space Radio Monitoring Building Mbora / Abuja
  • AD/SD-10: Installation of Perimeter Fence and Lighting at HQ Annex Mbora /Abuja
  • SD-24: Installation of Surveillance CCTV Camera in Ten (10) ECCs / Various Locations
  • SD-2 : Interconnection of all ECCs through Fibre Optic Cables /Various Locations
  • IT-3: Installation of Server Storage Solution / Abuja
  • IT-8: Supply and installation of New ICT Tools / Abuja
  • IT-11: Deployment of Server Systems at NCC Zonal Offices / Various Locations
  • DE-2: IXPN Data CENTRE Establishment in North East /North East
  • DE-3a: Gigabit Passive Optic Network (GPON) Solution / Northern Zone
  • DE-3b: Gigabit Passive Optic Network (GPON) Solution / Eastern Zone
  • DE-3c: Gigabit Passive Optic Network (GPON) Solution / Western Zone
  • DE-3d: Gigabit Passive Optic Network (GPON) Solution / Eastern Zone
Scope of Goods
  • SA-2: Deployment of N962A Field Fox Handheld Microwave Spectrum Analyzer 5KHz-50GHz / Abuja
  • SA-l0: Deployment of Drones/UAV’s for Studies/Simulation / Abuja
  • SA-12: Deployment of Handheld Satellite Monitoring Tools for 5 Users / Abuja
  • IT-9: Supply of New ICT Accessories and Consumables /Abuja
  • AD-28: Photocopier Toners / Abuja
Eligibility Requirements
All tenders must comply with the requirements of Public Procurement Act, 2007 and interested bidders must submit the following documents:
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including form CAC2 and CAC7 or CAC 1.1
  • CTC of Articles and Memorandum of Association of the Company. It must show that the company has ICT related activities as part of its objectives (ICT Objectives not a requirement for Non-ICT Projects and Goods)
  • Evidence of Company’s Income Tax Clearance Certificate for the preceding three years (2018, 2019, and 2020) valid till 31st of December2021
  • Evidence of Pension Clearance Certificate valid till December 31, 2021
  • Evidence of Industrial Training Fund (1TF) compliance certificate valid till December 31, 2021.
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31, 2021.
  • Evidence of registration on the National Database of Federal Contractors, Consultants and Service providers by submission of an Interim Registration Report (IRR) expiring by 31’ December 2021 or valid certificate issued by BPP.
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Communications Commission or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and has to confirm that all information presented in its bid are true and correct in all particulars;
  • Company’s audited accounts for the last three years (2018,2019, and 2020).
  • Reference Letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed.
  • Documentary evidence of at least (3) similar projects carried out in the past five (5) years accompanied by Letters of Award, Valuation/Job completion certificates and Photographs of the projects.
  • Evidence of Firms current registration with relevant regulatory professional body(ies) such as EHORECON/Cleaning Services, NITDA/CPN/Information Communication Technology;
  • Company’s Profile with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON, CPN, etc.
  • For Supply of Equipment: Letter of Authorisatlon as representative of the Original Equipment Manufacturers (OEMs);
  • For Joint Venture/Partnership, the following documents must be provided for each JV partner: Memorandum of Understanding (MoU), CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Affidavit, 
  • 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 Number (preferably GSM No.), and e-mail address. The letter head paper must bear the names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by authorized officer of the firm.
Special Instructions
Where applicable, prospective bidders must procure hardware devices such as laptops and desktops only from National Information Technology Development Agency(NITDA) Certified Original Equipment Manufacturers (OEMs).

Collection of Tender Documents




Tender Documents are obtainable from the Procurement Department, NCC upon payment of a non-refundable tendering fee of Ten Thousand Naira (N10,000.00) only per lot. The above sum must be payable to Nigerian Communications Commission through the CBN payment gateway (REMITA) platform. Evidence of payment MUST be submitted to the Financial Services Department, NCC for the Tender receipt,which must be presented to the Procurement Department for the bid document.

Application Closing Date

10.00am 16th Monday, August, 2021.

Submission of Bids
  • Bids must be in English Language and signed by an official authorised by the bidder.
  • Prospective bidders are to submit bids for each of the lots desired, two (2) hard copies each of the Technical and Financial Bids with soft copy of Financial Bid orily in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid” Thereafter put the two sealed envelopes together in a bigger sealed envelope addressed to: The Head, Procurement Department, 2nd Floor, Room 219, Nigerian Communication Head Office, Plot 423 Aguiyl Ironsi Street, Maitama, Abuja
  • Each Bid Package shall be clearly marked with the following information on both sides of the envelope.'Technical Bid marked ‘NCC/SBDI/LOTX/FINANCIA/2021 at the top right-hand corner.
  • Financial Bid 'NCC/SBD/LOTX/FINANCIAL!2021 at the top right-hand corner.
  • (Please note that XXX denotes the Lot Name)
  • Name of Proponent on each of the enclosed document.
  • Contact Name, Phone Number and E-Mail Address.
  • All copies of the bids shall be duly signed by an authorized representative of the Bidder. In the event of any discrepancy between copies, the original shall govern.
  • Interested Parties shall not bid for more than two (2) Lots of all 2021 NCC projects and consultancies. NCC will assume no responsibility for the content of tamper evident bids or for non-compliance with this instruction. Bids that do not comply with this section may be rejected.
  • Kindly note that submissions may be subjected to verification from relevant authorities. Fake documents and false declaration may be forwarded to the relevant authorities for prosecution.
Note
  • Combining of technical and financial bids in the same envelope will lead to automatic disqualification
  • Only technical bids will be opened immediately after the deadline for submission at the date stated below
  • Not more than two companies should form a joint venture
Document should reach the office of the undersigned:
Head Procurement Department,
Nigerian Communications Commission Head office,
2nd Floor, 423, Aguiyi Ironsi Street,
Maitama District,
Abuja.
Bidders can submit through Post (Courier Services), however, all Bids must be received on or before the date stated above

Opening of Technical Bids




  • Please ensure that you sign the Bid Submission Register in the office of the undersigned, as the Nigerian Communications Commission will not be held liable for misplaced or wrongly submitted bids.
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (link will be sent to bidders) with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency
  • Failure to comply with the tendering instructions shall lead to disqualification.
Disclaimer
  • Submissions after the date and time specified above shall be returned un-opened.
  • All cost incurred by proponents in response to this advert or enquiries shall be borne by such proponents and not the NCC
  • The NCC is not bound to pro-qualify any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.
  • This advertisement is published for information purposes and should not be construed as a commitment or obligation on the part of the NCC to award contract.
For further clarification on the advertisement, please email: nccprocurement@ncc.gov.ng
Industry

;
Category

;
State

;