NATIONAL EMERGENCY MANAGEMENT AGENCY (NEMA)
NO. 8, ADEMOLA ADETOKUNBO CRESCENT, WUSE 2, ABUJA
INVITATION TO TENDER/EXPRESSION OF INTEREST FOR DEPLOYMENT OF NETWORK INFRASTRUCTURE AT THE NATIONAL EMERGENCY MANAGEMENT AGENCY’S HEADQUARTERS
INTRODUCTION:
The National Emergency Management Agency (NEMA) as part of the implementation process for its Digital Transformation Project intends to deploy a comprehensive Network Infrastructure (Local Area Network) at its Headquarters located at No. 8 Ademola Adetokunbo Crescent, Maitama, Abuja. The Funds have been allocated under the Agency’s Special Interventions Funds. Therefore, in compliance with the provisions of the Public Procurement Act 2007, NEMA hereby invites competent and reputable Contractors/Suppliers/Service Providers to submit bids for the procurement of the following:
Project Description
Lot | Project/ Items
1 | Deployment of Network Infrastructure (Local Area Network) at the National Emergency Management Agency’s Headquarters located at No. 8 Ademola Adetokunbo Crescent, Maitama, Abuja.
3. ELIGIBILITY/REQUIREMENTS
All Bidders must present the following:
i. Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC7;
ii. Company’s Income Tax Clearance Certificate for the last three (3) years (2022, 2023 & 2024) valid till 31st August 2025, with average annual turnover of not less than N50,000,000.00;
iii. Pension Clearance Certificate valid till 31st December 2025;
iv. Industrial Training Fund (ITF) Compliance Certificate valid till 31st December; 2025;
v. Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025;
vi. Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2025 or valid Certificate issued by BPP;
vii. Sworn Affidavit:
– disclosing whether or not any Officer of the relevant Committees of the National Emergency Management Agency (NEMA) or Bureau of Public Procurement (BPP) is a former or present Director, Stakeholder 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;
viii. Company’s Audited Accounts for the last three (3) years –2022, 2023 and 2024;
ix. Reference Letter from a reputable Bank indicating willingness to provide credit facility for the execution of the project when needed;
x. Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
xi. Verifiable documentary evidence of at least 3 (three) similar jobs executed in the last five (5) years including Letters of Awards and Job Completion Certificates;
xii. The Company should be an Original Equipment Manufacturers (OEM) or provide Letter of Authorization as representative of OEM;
xiii. For Companies must be registered with NITDA;
xiv. For Joint Venture/Partnership, Memorandum of Understanding (MoU) 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, GSM Telephone Number 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 the authorized Officer of the Firms. Letterheads that do not meet legal requirements will be disqualified.
4. COLLECTION OF TENDER DOCUMENTS
Interested Companies are to collect Standard Bidding Documents from the Procurement Unit, National Emergency Management Agency, at Plot 8, Ademola Adetokunbo Crescent, Wuse 2, Abuja upon presentation of non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per Lot payable in any Bank via Remitta.
5. SUBMISSION OF BID DOCUMENT
Technical and Financial Bids shall be submitted for each LOT packaged in TWO separate sealed envelopes clearly marked “Technical Bid” or “Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope clearly stating the name of Company and LOT number at the top right corner of the envelope and addressed as follows:
The Director-General,
National Emergency Management Agency,
Plot 8, Ademola Adetokunbo Crescent, Wuse 2, Abuja
6. SUBMISSION DEADLINE AND OPENING OF BIDS
Submission deadlines are as follows:
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us