NIGERIAN PORTS AUTHORITY
26/28, MARINA LAGOS
www.nigerianports.gov.ng
PUBLIC NOTICE NO: 4139
INVITATION TO TENDER FOR THE RESTORATION OF FIRE ALARM SYSTEM AT THE HEADQUARTERS BUILDING, MARINA, LAGOS
A. INTRODUCTION
The Management of Nigerian Ports Authority (NPA) desires to restore the Fire Alarm system in its head office building to enhance the safety of lives and assets. The NPA therefore invites reputable and competent companies to submit Tender documents for the Restoration of Fire Alarm System at the Headquarters Building, Marina, Lagos.
B. SCOPE OF SERVICES
The scope of Services shall include but not limited to the following:
Replacement of entire cable network with Fire Grade Cables; Restoration of Faulty Battery Bank for the Fire Alarm Panel; Connection of the Fire Alarm Panel to the Central UPS; Detailed labelling of the cables for easy identification & maintenance; Provision of additional audible sounders, smoke detectors and replacement of faulty ones on the floors.
Further information is contained in the Standard Bidding Document (SBD) to be issued to interested bidders.
C. ELIGIBILITY CRITERIA
Interested companies should submit bound bid documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
TENDER REQUIREMENTS
(1) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7.
(2) Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) valid till 31st December 2020 with minimum cumulative turnover of N100 Million.
(3) Evidence of Company’s Audited Accounts for the last three (3) years (2017, 2018 & 2019) duly signed by ANAN/ICAN licensed Auditors.
(4) Evidence of Pension Compliance Certificate valid till 31st December 2020.
(5) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2020.
(6) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020.
(7) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(8) Sworn Affidavit disclosing:
• That the Company does not have any Director who 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.
• Whether or not any officer of the relevant committees of the Nigerian Ports Authority (NPA) or Bureau of Public Procurement is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
• That the Company is not in receivership, subject of any form of insolvency or bankruptcy proceeding or the subject of any form of winding up petition or proceedings.
(9) 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 (preferably GSM No.), fax and e-mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company/Firm at the bottom of the page.
(10) Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
(11)(a) Company profile to include names, qualification (copies of relevant academic and professional qualifications of such personnel must be attached).
(b) Evidence of engineer’s registration with COREN in the relevant disciplines of Electronics and/or Instrumentation.
(12) Verifiable evidence of at least three (3) similar electronics projects successfully executed in the last five (5) years by including Letters of Award, Contract Agreements and Job Completion Certificates.
(13) Failure to comply with items 1 -12 above will lead to disqualification of the bid. (This is applicable for non-Joint Venture submissions).
(14) For Joint Venture (JV)/Partnership, Memorandum of Understanding (MoU) should be provided. (Items 1-12 are compulsory for each national JV partner).
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us
No Comments