Friday April 19, 2024

  1. INTRODUCTION

    The Nigerian Communications Commission (NCC) is the Federal Government Agency responsible for the regulation of the telecommunication industry in Nigeria.   Pursuant to its statutory mandate, and consistent with the provisions of the Public Procurement Act  2007, the NCC hereby invites qualified, competent and  reputable contractors, consultants and service providers to submit bids for the following works and goods in its 2019 budget:

  1. SCOPE OF WORKS/SUPPLY

    CATEGORY A (WORKS)

    Lot No.Project Description LocationRequired Annual Turnover (N)
    PJ-13a DAP: Construction of Computer Laboratory 8mX10m floor space comprising of hall and Manager’s Office and installation of ICT equipment in the South South Geo-Political Zone South-South 13,000,000.00
    PJ-13b DAP: Construction of Computer Laboratory 8mX10m floor space comprising of hall and Manager’s Office and installation of ICT equipment in the South East Geo-Political Zone South East 13,000,000.00
    PJ-13c DAP: Construction of Computer Laboratory 8mX10m floor space comprising of hall and Manager’s Office and installation of ICT equipment in the South West Geo-Political Zone South West 13,000,000.00
    PJ-13d DAP: Construction of Computer Laboratory 8mX10m floor space comprising of hall and Manager’s Office and installation of ICT equipment in the North Central Geo-Political Zone North Central 13,000,000.00
    PJ-13e DAP: Construction of Computer Laboratory 8mX10m floor space comprising of hall and Manager’s Office and installation of ICT equipment in the North East Geo-Political Zone North East 13,000,000.00
    PJ-13f DAP: Construction of Computer Laboratory 8mX10m floor space comprising of hall and Manager’s Office and installation of ICT equipment in the North West Geo-Political Zone North West 13,000,000.00
    PJ-25a Provision of Computer Based Test Centres for the conduct of examinations by Government Establishments in the South Southern Nigeria 38,000,000.00
    PJ-25b Provision of Computer Based Test Centres for the conduct of examinations by Government Establishments in the North Northern Nigeria 38,000,000.00
    PJ-27 Supply and Installation of additional Power Backup Systems for SIM Card Registration Datacentre Abuja 12,000,000.00
    PJ-40 Digital Mapping Solution: Mapping Application that display Location Information, transmitted by Network Operators Emergency Communication Centres in Abuja, Adamawa, Kwara, Kano, Enugu, Cross River & Ogun 72,000,000.00
    PJ-41a Deployment/Management of Communication Equipment and Infrastructure to ECC Sites in the North Central Geo-Political Zone Kwara State Emergency Communication Centre (ECC) 64,000,000.00
    PJ-41b Deployment/Management of Communication Equipment and Infrastructure to ECC Sites in the North East Geo-Political Zone Adamawa State Emergency Communication Centre (ECC) 64,000,000.00
    PJ-41c Deployment/Management of Communication Equipment and Infrastructure to ECC Sites in the North West Geo-Political Zone Kano State Emergency Communication Centre (ECC) 64,000,000.00
    PJ-41d Deployment/Management of Communication Equipment and Infrastructure to ECC Sites in the South-South Geo-Political Zone Cross-River State Emergency Communication Centre (ECC) 64,000,000.00
    PJ-41e Deployment/Management of Communication Equipment and Infrastructure to ECC Sites South East Geo-Political Zone Enugu State Emergency Communication Centre (ECC) 64,000,000.00
    PJ-41f Deployment/Management of Communication Equipment and Infrastructure to ECC Sites in the South West Geo-Political Zone Ogun State Emergency Communication Centre (ECC) 64,000,000.00
    PJ-41g Deployment/Management of Communication Equipment and Infrastructure to ECC Sites in the Federal Capital Territory (FCT) Abuja Emergency Communication Centre (ECC) 64,000,000.00
    IT-4 Windows 10 Deployment NCC HQ Abuja and 5 Zonal Offices (Lagos, Ibadan, Kano, PH & Enugu) 23,000,000
    IT-6 Installation of Closed Circuit Air Condition System NCC HQ Abuja 5,000,000
    AD-6 Rehabilitation of internal tiled wall & associated works in the courtyard of the HQ building NCC HQ Abuja 45,000,000
    AD-8 Remodelling of Reception Area NCC HQ Abuja 14,000,000
    AD-13 Replacement of Ceiling and associated areas NCC HQ Abuja 14,000,000
    AD-14 Replacement of damaged roof NCC HQ Abuja 2,000,000
    AD-15 Furnishing of Staff Canteen NCC HQ Abuja 2,000,000
    AD-17 Replacement of electrical panels, sockets, lighting points and other electrical works requiring upgrade NCC HQ Abuja 45,000,000
    AD-18 Re-Channelling of water in the basement NCC HQ Abuja 2,000,000
    AD-20 Upgrade and soft landscaping of the courtyard garden in the HQ NCC HQ Abuja 11,000,000
    AD-33 Inventory / Asset codification in the Zonal Offices NCC Zonal Offices (Lagos, Ibadan, Kano, PH & Enugu) 7,000,000
    AD-34 Upgrade of Parking & Door Signage NCC HQ Abuja 2,000,000

     

    CATEGORY B (GOODS)

    Lot No.Project Description LocationRequired Annual Turnover (N)
    SA-2 ETUS: Spectrum Planning Research tools Abuja 25,000,000.00
    SA-3 Renewal of customized SEAMCAT, MATH LAB Tools, Drills and conduct of capability studies in IMT related bands Abuja 25,000,000.00
    PJ-8a Supply, Configuration and Integration of 100 units of e-Pad with internet access and other educational contents in selected tertiary institutions in the South South Geo-Political Zone. South South 28,000,000.00
    PJ-8b Supply, Configuration and Integration of 100 units of e-Pad with internet access and other educational contents in selected tertiary institutions in the South East Geo-Political Zone. South East 28,000,000.00
    PJ-8c Supply, Configuration and Integration of 100 units of e-Pad with internet access and other educational contents in selected tertiary institutions in the South West Geo-Political Zone. South West 28,000,000.00
    PJ-8d Supply, Configuration and Integration of 100 units of e-Pad with internet access and other educational contents in selected tertiary institutions in the North Central Geo-Political Zone. North Central 28,000,000.00
    PJ-8e Supply, Configuration and Integration of 100 units of e-Pad with internet access and other educational contents in selected tertiary institutions in the North East Geo-Political Zone. North East 28,000,000.00
    PJ-8f Supply, Configuration and Integration of 100 units of e-Pad with internet access and other educational contents in selected tertiary institutions in the North West Geo-Political Zone. North West 28,000,000.00
    TS-2 Provision of new protocol analyser system to enable signalling protocol analysis on interconnect links Abuja 20,000,000.00
    AD-3 Provision of Office Equipment NCC HQ Abuja 12,000,000
    AD-28 Supply and Installation of Photocopy Machines NCC HQ Abuja 6,000,000
    AD-29 Supply and Installation of Secured Key Management System for Mbora NCC HQ Abuja 13,000,000
    PJ-17a ADAPTI: 110 nos of Laptop Computer each for Tertiary Institutions and Teaching Hospitals in the South South Geo-Political Zone South South 13,000,000.00
    PJ-17b ADAPTI: 110 nos of Laptop Computer each for Tertiary Institutions and Teaching Hospitals in the South East Geo-Political Zone South East 13,000,000.00
    PJ-17c ADAPTI: 110 nos of Laptop Computer each for Tertiary Institutions and Teaching Hospitals in the South West Geo-Political Zone South West 13,000,000.00
    PJ-17d ADAPTI: 110 nos of Laptop Computer each for Tertiary Institutions and Teaching Hospitals in the North Central Geo-Political Zone North Central 13,000,000.00
    PJ-17e ADAPTI: 110 nos of Laptop Computer each for Tertiary Institutions and Teaching Hospitals in the North East Geo-Political Zone North East 13,000,000.00
    PJ-17f ADAPTI: 110 nos of Laptop Computer each for Tertiary Institutions and Teaching Hospitals in the North West Geo-Political Zone North West 13,000,000.00
  2. ELIGIBILITY REQUIREMENTS

    Interested bidders must submit the following documents:

    1. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7;
    2. Company Income Tax Clearance Certificate for the last three years (2016, 2017 and 2018), valid till 31st of December 2019, with minimum average annual turnover in the last three years as stated in the tables above (for Works & Goods);
    3. Company's Audited Accounts for the last three years (2016, 2017 and 2018);
    4. Current Pension Compliance Certificate valid till 31st December 2019;
    5. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank;
    6. Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
    7. Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
    8. Evidence of registration on the National Database of Federal Contractors, Consultants and Service providers by submission of an Interim Registration Report (IRR) expiring on 1st January, 2020 or valid certificate issued by BPP;
    9. Company Profile with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications – for Category A & B;
    10. 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;
    11. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (all eligibility requirements are compulsory for each JV partner);
    12. All bid prices of N100 million and above (for Goods) and N300 million and above (for Works) shall be accompanied with bid security of 2% of the bid price by way of bank guarantee issued by a reputable bank commercial bank in Nigeria in line with Section 26 (1) of the Public Procurement Act, 2007 – this should be applicable to only projects that fall within the threshold for prequalification. All projects within this threshold should be advertised as “Invitation for Prequalification”;
    13. 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 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.
  3. COLLECTION OF TENDER DOCUMENTS

    Interested companies are to collect the Tender Documents from Room 217, Procurement Department, NCC Head Office, Plot 423, Aguiyi Ironsi Street, Maitama, Abuja on evidence of payment of a non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per lot, payable into the Nigerian Communications Commission’s account through Remita platform. Evidence of payment MUST be submitted to the Finance Services Department for payment receipt which must be presented to the Procurement Department for the tender document.

  4. SUBMISSION OF BIDS

    1. 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”. Where bid bond is provided, it should also be sealed in a separate clearly marked envelope. Thereafter put the two (or three where applicable) sealed envelopes together in a bigger sealed envelope addressed to: The Executive Vice Chairman, Nigerian Communications Commission Head Office, Plot 423 Aguiyi Ironsi Street, Maitama, Abuja. 
    2. Each Bid Package shall be clearly marked with the Lot Number and the description of the project on the outer envelope
    3. A Certified-True-Copy of the tender fee receipt MUST be submitted along with the bid and marked Tender Fee Receipt contained in the outer envelope. Please do not submit the original along with your bid.
    4. All copies of the bids shall be duly signed by an authorized representative of the bidding company. In the event of any discrepancy between copies, the original shall govern.
    5. Bidders shall not submit bids for more than two (2) Lots.
    6. The Commission 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.
    7. Kindly note that submissions may be subjected to verification from relevant authorities. Fake documents and false declaration may be forwarded to the relevant prosecution authorities.
    8. Bids should be submitted in Room 217, 2nd Floor, Procurement Department, Nigerian Communications Commission, Plot 423 Aguiyi Ironsi Street, Maitama-Abuja, not later than 12:00 noon on Wednesday, 20th November 2019.
  5. OPENING OF BIDS

    1. The technical bids will be opened immediately after the deadline for submission at 12:00 noon on Wednesday, 20th November 2019, in the Conference Room, 1st Floor, NCC Head Office, Plot 423, Aguiyi Ironsi Street, Maitama, Abuja.

      Technical Bids will be opened in the presence of bidders or their representatives, while the Financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register at the address below as the Commission will not be held liable for misplaced or wrongly submitted bids:

      Room 217, Procurement Department
      Nigerian Communications Commission Head Office
      2nd Floor, Plot 423, Aguiyi Ironsi Street
      Maitama District, Abuja

    2. Failure to comply with the tendering instructions shall lead to disqualification.
  6. NOTES

    1. Bids must be in English Language and signed by an official authorized by the bidder
    2. Submissions after the date and time specified above shall be returned un-opened.
    3. All costs incurred by bidders in response to this advert or enquiries shall be borne by the bidders
    4. The Commission is not bound to prequalify any bidder, and reserves the right to annul the bidding process at any time without incurring any liabilities or proffering any reasons for the annulment in accordance with Section 28 of the Public Procurement Act 2007.
    5. This advertisement is published for information purposes, and should not be construed as a commitment or obligation on the part of the Commission to award contract.
    6. For further clarification on the advertisement, please email:

 

Signed:

The Executive Vice Chairman
NIGERIAN COMMUNICATIONS COMMISSION