Join NGO Procurement Telegram Channel

NATIONAL HUMAN RIGHTS COMMISSION, MAITAMA, ABUJA-INVITATION TO TENDER FOR THE 2023 CAPITAL/ZONAL INTERVENTION/CONSTITUENCY PROJECTS OF THE COMMISSION


NATIONAL HUMAN RIGHTS COMMISSION
19, AGUIYI IRONSI STREET, MAITAMA, ABUJA
INVITATION TO TENDER FOR THE 2023 CAPITAL/ZONAL INTERVENTION/CONSTITUENCY PROJECTS OF THE COMMISSION

1. INTRODUCTION
The National Human Rights Commission of the Nigeria was established by the national human rights commissions act 1995 (as amended) in line with resolution 48/134 of the United Nations General Assembly which enjoins all members states to establish independent National Institutions for the promotion, protection and enforcement of human rights.

The National Human Rights Commission (NHRC) shall undertake the procurement of various Goods, Works and Services including Zonal Intervention/Constituency Projects of the Federal Government of Nigeria as approved in the 2022 Appropriation Act.

In compliance with the Public Procurement Act 2007, the NHRC, therefore, invites interested contractors with both foreign and local relevant experience and good track record to submit pre-qualification documents for contracts for the 2022 capital Zonal Intervention/Constituency Projects.

2. SCOPE OF WORKS/GOODS/SERVICES

CATEGORY A

LOTPROJECT  DECRIPTION
A1Supply of computers laptops for youth and women in Lagos Island I, Federal Constituency

 CATEGORY B

LOTPROJECT  DECRIPTION
B1Training/Empowerment program for women in Jigawa South west Senatorial District, Jigawa State

CATEGORY C

LOTPROJECT  DECRIPTION
C1Construction and furnishing of 1 block of six (6) classroom in Epe Federal Constituency, Lagos State
C2Construction of hand pumps in Jigawa Southwest Senatorial District, Jigawa State

3. ELIGIBILITY REQUIREMENTS
a) Evidence of certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7, Memorandum and Articles of Association. Business Name is acceptable for Services;
b) Evidence of Company’s Income Tax Clearance Certificates(or personal income tax clearance certificates of all partners in case of business names) for the last three years (2020, 2021 & 2022) expiring 31st December, 2023, with turnovers corresponding to those declared in the Audited accounts;
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 National Human Rights 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 account for the last three years (20129, 2020 and 2021);
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) Works: list of plants/Equipment with proof of Ownership/Lease;
m) For supply of Equipment: Letter of Authorization from the Original Equipment Manufacturers (OEMs)
n) A1: Evidence of firm’s current registration/accreditation with Computer Professional Registration Council of Nigeria and National Information technology Development Agency (NITDA);
o) B1: evidence of firm’s registration with the Centre for Management Development CMD;
p) 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);
q) 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.

4. COLLECTION OF TENDER DOCUMENTS
Interested contractors are to collect the Tender documents from the Office of Director of Procurement at the Headquarters of the Commission 19, Aguiyi Ironsi Street, Maitama, Abuja on evidence of payment of a non-refundable tender fee of N10, 000.00 only per lot through REMITA platform. Firms interested in Services will not pay at this stage until after shortlisting.

5. SUBMISSIONS OF EOI AND TENDER DOCUMENTS
Prospective Bidders should submit their documents for each of the desired lot, two (2) copies of the technical and Financial bids documents each with softcopy of financial bid documents only in MS Excel format packaged separately in a sealed tamper proof envelope marked as Technical Bids Documents or Financial Bid Documents clearly written at the back of the each envelope. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelopes addressed to the Executive Secretary, National Human Rights Commission 19, Aguiyi Ironsi Street, Maitama, Abuja and clearly marked with the name of the project and the Lot number.

Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box Director of Procurement, National Human Rights Commission 4th floor, Room 318, 19, Aguiyi Ironsi Street, later than 12:00n on Monday, 8th May, 2023.

Interested firms in services are to submit the Expression of Interest (EOI) for each of the Lot desired, in three (3) hard copies each (one original & two copies). The EOI should be addressed as above and submitted not later than 12:00 on Monday, 8th May, 2023.

6. OPENING OF EOI AND TECHNICAL BIDS
The EOI and the technical bids will be opened immediately after the deadline for submission at 12:00 on Monday, 8th May, 2023 at the auditorium, National Human Rights Commission, 19 Aguiyi Ironsi Street, Maitama, Abuja. The bidders are to ensure that they sign the Bid submission register in the office of the Director of Procurement, National Human Rights Commission, Abuja as the commission will not be held liable for misplaced or wrongly submitted bids. For further enquires, please contact the Director of Procurement on 08033353011, [email protected] or [email protected]

7. GENERAL INFORMATION
a) Bids must be in English Language and signed by an official authorized by the bidder;
b) Bids submitted after the deadline for submission would be returned unopened;
c) Bidders should not bid for more than two (2) Lots;
d) All cost will be borne by the bidders;
e) The EOI/Technical Bids will be 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 bid opening online;
f) Bids documents can also be collected in soft copies and bidders can submit through Post (Courier Services);
g) Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
h) Services: only shortlisted firms will be invited at a later date for collection of request for Proposals;
i) Names of pre-qualified contractors/shortlisted firms will be placed on the commission’s notice board, website and text messages to their respective addresses;
j) The commission 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.

SIGNED
Director Procurement
For: Executive Secretary
National Human Rights Commission