INFRASTRUCTURE CONCESSION REGULATORY COMMISSION, ABUJA has floated a tender for Consultancy services for the Enterprise Human Resource Information System. The project location is Nigeria and the tender is closing on 07 Sep 2022. The tender notice number is , while the TOT Ref Number is 70255491. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Consultancy services for the Enterprise Human Resource Information System

Deadline : 07 Sep 2022

Other Information

Notice Type : Tender

TOT Ref.No.: 70255491

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Name :Login to see tender_details

Address : Login to see tender_details

Email : Login to see tender_details

Login to see details

Tender Details

Specific Procurement Notice are invited for Consultancy services for the Enterprise Human Resource Information System

Prospective bidders should submit the under-listed requirements to be eligible to participate in this procurement:
a. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC) including Form CAC 1.1 or CAC2 and CAC7. Business Name is also acceptable for Services;
b. Evidence of Company-s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2022;
c. Evidence of Pension Clearance Certificate valid till 31st December, 2022 (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, 2022 (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 current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2022;
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
g. Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Infrastructure Concession Regulatory Commission or Bureau of Public Procurement (BPP) 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 county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h. Company-s Audited Accounts for the last three years (2019, 2020, 2021) duly acknowledged by the Federal Inland Revenue Service (FIRS);
i. Reference letter from a reputable commercial bank 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 COREN, QSDRBN, ARCON, CORBON etc;
k. Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
l. For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
m. Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
n. Services: Evidence of Consultant-s current registration with the relevant regulatory professional body(ies) such as NITDA & CPN for IT services;
o. For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
p. All documents for submission must be submitted with a Covering/Forwarding letter under the Company-s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email 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 firm.

Bid documents can be collected during work days between the hours of 9am - 4pm at the Procurement Unit of the Infrastructure Concession Regulatory Commission. A non-refundable tender fee of N10, 000.00 MUST be paid into the ICRC Revenue Remittance Account with the Remita TSA (GIFMIS Code 1000261039), and evidence of payment presented before collection of bid documents.

Note: claims made by any contractor.
ii. Submission of bid documents does not commit ICRC to award contract
iii. Submitting false documents and or information is an offence that can lead to disqualification and prosecution
iv. All costs incurred as a result of this Invitation to Bid and any subsequent request for information shall be borne by the bidder.
v. Applicable punitive measures against fraud, collusion and insertion of fake documents and alteration of figures and other unethical behaviors by public officers, legal persons and Directors are clearly presented in Part VII Section 58 of the Public Procurement Act 2007.
vi. Attendees at the bids opening shall be required to wash hands, use hand sanitizer, wear mask and observe physical distancing. The Bids Opening in the presence of observers will be covered by video recording and invitation link will be sent to bidder who chooses to join the bid opening online;
vii. Bidders can submit through post (courier services) but must be received before the deadlines for submission
viii. Category A: 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;
ix. Category B: Only shortlisted Consultants will be invited at a later date for collection of Request for Proposals;
x. The ICRC is not bound to pre-qualify/shortlist 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

Documents

 Tender Notice


Procurement Documents for Nigeria

Access a comprehensive library of standard procurement documents specific to Nigeria. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Nigeria

Explore Procurement Documents for Nigeria


Want To Bid in This Tender?

Get Local Agent Support in Nigeria and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?