NIGERIAN PORTS AUTHORITY-EXPRESSION OF INTEREST (EOI) FOR THE PROVISION OF SECONDARY VIRTUAL PRIVATE NETWORK (VPN) CONNECTIVITY BANDWIDTH AND FIREWALL TOOLS
NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4161
EXPRESSION OF INTEREST (EOI) FOR THE PROVISION OF SECONDARY VIRTUAL PRIVATE NETWORK (VPN) CONNECTIVITY BANDWIDTH AND FIREWALL TOOLS
A. INTRODUCTION
The Nigerian Ports Authority desires to engage the services of a reputable and competent firm and hereby requests the submission of Expression of Interest (EOI) documents for the provision of Secondary Virtual Private Network (VPN) Connectivity Bandwidth and Firewall Tools.
B. SCOPE OF PROJECTS
The scope of services includes but is not limited to the provision of Virtual Private network (VPN) Connectivity Bandwidth and Firewall Tools across the various Nigerian Ports Authority locations. More information is contained in the Request for Proposal (RfP) to be issued to prequalified bidders.
C. EXPRESSION OF INTEREST (EOI) REQUIREMENT
Interested firms should submit bound EoI documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
D. ELIGIBILITY CRITERIA
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC2 and CAC7 (or CAC1.1); Business Name with Forms BNI is also acceptable for Consultancy Services;
b. Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2024;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 15 and above);
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2024 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Certificate valid till 31st December, 2024;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Nigerian Ports Authority or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidd4er and to confirm that all information presented in its bid are true and correct in all particulars;
h. Company’s Audited Accounts for the last three (3) years -2021, 2022 & 2023;
i. Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed;
j. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as SURCON,COREN, QSRBN, ARCON, CORBON, etc.;
k. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letter of Awards, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
l. Evidence of current License/accreditation with Computer Professionals Registration Council of Nigeria (CPN) and National Information Technology Development Agency (NITDA);
m. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
Note: 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 the authorized officer of the firm.
E. SUBMISSION OF EXPRESSION OF INTEREST (EOI) DOCUMENTS
Prospective bidders are to submit two (2) copies of Expression of Interest (EOI) documents in the order outlined above, in a SEALED ENVELOPE addressed to “The SECRETARY TO THE TENDERS BOARD, NIGERIAN PORTS AUTHORITY” and clearly marked “OF EXPRESSION OF INTEREST (EOI) FOR THE PROVISISON OF SECONDARY VIRTUAL PRIVATE NETWORK (VPN) CONNECTIVITY BANDWIDTH AND FIREWALL TOOLS” specifying PUBLIC NOTICE NO. 4161. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder. Thereafter drop in the designated Tender Box located on the 3rd floor of NPA Annex building, No. 1 Joseph Street, off Marina Lagos not later than 11:00am Friday, 24th January, 2025.
F. OPENING OF TECHNICAL AND FINANCIAL BIDS
The EOI documents will be opened immediately after the deadline for submission at 11:00am Friday, 24th January, 2025 in the Conference room on the 3rd floor of NPA Annex building, No. 1 Joseph Street, off Marina Lagos in the presence of bidders or their representatives. Please ensure that you sign the Bid Submission Register in the bid submission office, as the Authority will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.gov.ng
G. GENERAL INFORMATION
1. EOIs must be in English Language and signed by an official authorized by the bidder;
2. EOIs submitted after the deadline for submission would be returned un-opened;
3. All costs will be borne by the bidders;
4. The EOIs will be opened in the presence of Bidders or their representatives, CSOs in the areas of Anti-Corruption and Transparency and Private Professional bodies.
5. Submissions may be made through courier service, in the stipulated format in (D) above and must not be later than the stipulated deadline.
6. Only shortlisted Applicants at EOI’s evaluation will be invited at a later date for collection of Request for Proposals;
7. The Nigerian Ports Authority 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.
SIGNED
MANAGEMENT
NIGERIAN PORTS AUTHORITY
No Comments
Sorry, the comment form is closed at this time.