Saturday April 27, 2024

The Nigerian Communications Commission (NCC) is the Regulatory Agency for the telecommunications industry in Nigeria. Pursuant to its statutory mandate and in compliance with the provisions of the Public Procurement Act 2007, the NCC under its 2023 budget hereby invites qualified, competent, and reputable contractors and service providers to bid for the following Projects: 

SCOPE OF WORKS/GOODS

(INVITATION TO TENDER) CATEGORY B (WORKS)

LOT

DESCRIPTION

LOCATION

AD-2a

Replacement of Damaged Dampalon, Maintenance and Felting of Building Roof-Top at CDEA, Mbora

ABUJA

AD-6

Remodelling of Three (3) Nos Site/Contractor Office at the Annex Office to accommodate Library, Museum, and Spectrum Satellite Office at Annex Office, Mbora.

ABUJA

AD-12a

Procurement and Installation of Office Furniture for Head Office.

ABUJA

AD-12b

Procurement and Installation of Office Furniture for various Zonal offices

VARIOUS

FIN -7

Procurement and Installation Double Column Common Mobile Shelving (Double-Sided )   for Document Archiving

ABUJA

IT -1

Procurement and Installation of Network Switches

ABUJA

IT -8a

Procurement and Installation of ICT Tools and Accessories

ABUJA

ND-2

Indigenous ICT Digital Fabrication Lab (ICT-FABLAB)

ABUJA

 

INVITATION TO TENDER) CATEGORY C (GOODS)

LOT

DESCRIPTION

LOCATION

AD-13

Provision of Metal Cabinets, Store Shelves, and Fire Proof Safes

ABUJA

AD-18

Supply of Photocopier Machines at the Head Office

ABUJA

AD-19

Supply of Ambulance.

ABUJA

SA-15

Supply of Mobile Monitoring Workshop Backup with Tools & Accessories

ABUJA

IT-8b

Supply of ICT Consumables

ABUJA

TSNI-1

Supply of Sonometer Devices

ABUJA

TSNI-2

Supply of Drive Test Equipment for Port Harcourt.

ABUJA

 

ELIGIBILITY REQUIREMENTS

All tenders must comply with the requirements of Public Procurement Act, 2007 and interested bidders must submit the following documents:

  1. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission. Companies must enclose Certified True Copy (CTC) of the certificate of incorporation and form CAC 7 and CAC 2 or CAC 1.1
  2. 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)
  3. Evidence of Firm’s Tax Clearance Certificate for the last three (3) years (2020, 2021 and 2022) valid till 31st December 2023
  4. Evidence of Pension Clearance Certificate valid till December 31, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above).
  5. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till December 31, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50Million and above)
  6. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31, 2023
  7. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring by December 31, 2023, or valid certificate issued by BPP.
  8. 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 to confirm that all information presented in its bid are true and correct in all particulars;
      • that no Director 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;
      • that the Company is not in receivership, the subject of any form of insolvency or bankruptcy proceedings or the subject of any form of winding up petition or proceedings;
      • that the company does not have existing loan or financial liability with a bank, other financial institution or third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
  9. Company’s Audited Accounts for the last three years (2020, 2021, and 2022);
  10. Reference Letter from a reputable Commercial Bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed;
  11. Verifiable documentary evidence of at least three (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.
  12. 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, ICAN, ANAN ETC.
  13. Possession of appropriate NCC Licence for all Telecommunications specific projects;
  14. For Joint Venture/Partnership, the following documents must be provided for each JV partner: Memorandum of Understanding (MoU), Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit. NOTE: NOT MORE THAN TWO COMPANIES SHOULD FORM A JOINT VENTURE
  15. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letterhead 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 letterhead 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 INSTRUCTION

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 tender 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.

SUBMISSION OF BIDS

  1. Must be in English Language and signed by an official authorised by the bidder.
  2. Bids 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 only 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, 2nd Floor, Room 219, Nigerian Communications Commission Head Office, Plot 423 Aguiyi Ironsi Street, Maitama, Abuja.
  3. COMBINING TECHNICAL AND FINANCIAL BIDS IN THE SAME ENVELOPE WILL LEAD TO AUTOMATIC DISQUALIFICATION.
  4. Each Bid Package shall be clearly marked with the following information on both sides of the envelope.
  5. Technical Bid marked 'NCC/SBD/LOT XXX/TECHNICAL/2023 at the top right-hand corner.
  6. Financial Bid 'NCC/SBD/LOTX/FINANCIAL/2023 at the top right-hand corner.

(Please note that XXX denotes the Lot Name)

  1. Name of COMPANY on each of the enclosed documents.
  2. Contact Name, Phone Number and E-Mail Address.
  3. 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.
  4. INTERESTED PARTIES SHALL NOT BID FOR MORE THAN TWO (2) LOTS OF ALL 2023 NCC PROJECTS AND CONSULTANCIES.
  5. 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.
  6. 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.
  7. THE DEADLINE FOR SUBMISSION is 10:00am Monday, 10th July, 2023, which should reach the office of the undersigned:

Head, Procurement

Nigerian Communications Commission Head Office

2nd Floor, 423, Aguiyi Ironsi Street

Maitama District, Abuja

  1. Bidders can submit through Post (Courier Services), however, all Bids must be received on or before 10:00am Monday, 10th July, 2023.

BID BOND

All bids at the sum of N300 million and above shall be accompanied by a bid security in the amount of 2% of the bid price by way of bank guarantee issued by a reputable bank acceptable to NCC in line with Section 26 (1) of the Public Procurement Act, 2007.

OPENING OF TECHNICAL BIDS

KINDLY NOTE THAT ONLY TECHNICAL BIDS WILL BE OPENED   IMMEDIATELY AFTER THE DEADLINE FOR SUBMISSION AT 10:00am Monday, 10th July, 2023, , at NCC Head Office Conference Room

  1. 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.
  2. Bidders/Representatives of Companies and members of the public have the option to attend in person or witness virtually. Links will be sent to all bidders for the opening of bids. The Bids Opening will be covered virtually with the presence of representatives of private sector professional bodies and civil Society Organisations in the areas of Anti-Corruption/Transparency.
  3. Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened.

 Failure to comply with the tendering instructions shall lead to disqualification.

 DISCLAIMER

  1. Submissions after the date and time specified above shall be returned un-opened.
  2. All cost incurred by bidders in response to this advert or enquiries shall be borne by such bidders and not the NCC
  3. The NCC is not bound to pre-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.
  4. 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:

Signed:

Professor Umar Garba Danbatta (FNSE, FRAES, FAEng, FNIEEE)

Executive Vice Chairman/CEO

Nigerian Communications Commission

*The advertisement is approved on the condition that the procurements in this advertisement are contained in the Entity’s Approved Procurement Plan.