Procurement Summary
Country : Nigeria
Summary : Procurement of Codan HF base radio standard Envoy - Voice and Data
Deadline : 22 Aug 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 85576294
Document Ref. No. : NCoS/OTP/G/086
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 detailsTender Details
Tenders are invited for Procurement of Codan HF base radio standard Envoy - Voice and Data for 5 stations at NHQ Abuja FCT (lot A)
Interested and competent Contractors, suppliers and Service Providers Consultants wishing to carry out any of the projects listed under the three (3) Categories above are required to submit the following documents in their Pre-qualification, Expression of Interest and Tender Proposals which will be subjected to verification and due diligence by the Nigerian correctional service. Failure to fulfill any of the under listed critical requirements shall render a bid disqualified.
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company-s Income Tax Clearance Certificates for the last three (3) years (valid till 31st December 2023 with minimum average annual turnover of N100 million for category A and N50 million for category B & C;
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (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, 2023(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, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Nigerian Correctional Service 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
h) Company-s Audited Accounts for the last three years (2019, 2020, 2022);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j) 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;
k) 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; with attestation of availability and contact phone numbers;
l) Works: list of plants/equipment with proof of ownership/lease agreement.
m) For insurance services, bidders must include evidence of operational licence issued by NAICOM, valid and adequate re-insurance treaty arrangement, certified true copy of Audited accounts approved by NAICOM;
n) For supply of equipment: letter of authorization as representatives of the Original Product Manufacturer (OPMs);
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.
Interested companies are to collect the Standard Bidding Document (SBD) from the Technical Unit of the Procurement Department (Capital) 1st Floor, Room 111. Correctional National Headquarters, Bill Clinton Drive, Airport Road, Abuja on presentation of evidence of payment of a non-refundable tender fee of N10, 000.00 per Lot, paid into the Nigerian Correctional Service-s Remita Account (1000082548) in any reputable Commercial Bank in Nigeria. Thereafter, obtain a Treasury Receipt from the Nigerian Correctional Service Central Pay Office, National Headquarters Office, Abuja.
The technical bids will be opened immediately after the deadline for submission at 12:00 noon, Tuesday 22nd August, 2023, in the presence of the bidders or their representatives at the Correctional National Headquarters Office Abuja while the financial bids will be kept un-opened. Please, ensure that you sign the Bid Submission Register at the Tender Capture Centre Nigerian Correctional Service. National Headquarters Office, Abuja. For further enquiries, please contact the “Head of Procurement” at procurement@corrections.gov.ng
10. GENERAL INFORMATION
a. Bids must be in English Language and signed by an official authorized by the bidder,
b. Bids Expression of Interests submitted after the deadline for submission would be returned un-opened;
c. Bidders should not bid for more than two (2) Lots in all the categories combined. Note that Violators shall be disqualified;
d. All costs will be borne by the bidders;
e. The EOIs/Technical bids will he opened in the presence of CSOs and Professional bodies and covered by video recording: invitation link will be sent to bidder who chooses to join the EOIs/bid opening online
f. Categories A & C: Only Pre-qualified bidders will be invited at a later date for collection of tender documents or Request for Proposals as applicable,
g. 2% Bid Security will be required for Category A projects at tendering stage.
h. Category B - 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;
i. The Nigerian Correctional Service is not bound to shortlist/pre-qualify any bidder and reserves the right to annul the Procurement process or withdraw any project at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act, 2007.
Prospective Bidders are to submit bid for each of the Lot desired, two (2) had 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”. Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to Controller General, Nigerian Correctional Service, National Headquarters Office, Bill Clinton Drive, Airport Road, Abuja and clearly marked with (the name of the project and Lot number). Furthermore, the reverse of each sealed envelope should have the name and the addresses of the bidder and dropped in the designated Tender Box at the Tender Capture Centre, Correctional Headquarters, Bill Clinton Drive, Airport Road, Abuja not later than 12:00 noon, Tuesday 22nd August, 2023. Please ensure that you sign the Bid Submission Register in the Tender Capture Centre (Canteen) as the Nigerian Correctional Service will not be held liable for misplaced or wrongly submitted bids.
Documents
Tender Notice