Invitation for Pre-Qualification at the Code of Conduct Tribunal (CCT)

Posted by Future on Mon 16th Aug, 2021 - nigeriantenders.com


The Code of Conduct Tribunal (CCT) invites competent and experienced contractors / suppliers to submit pre-qualification documents to tender for the following work:




The Code of Conduct Tribunal (CCT) is the second leg of the bureaucracy of the Nigerian Assets and Liabilities Declaration Framework. It is the enforcement arm with judicial powers to sanction persons who breach the constitutional Code of Conduct.

Applications are invited for:

Title: Invitation for Pre-Qualification

Preamble
The Code of Conduct Tribunal is saddled with the responsibility of adjudicating on matters of breach of code of conduct for public officers. While ensuring speedy dispensation of justice and proper court records as a competent court of record, the Tribunal needs to digitalize its operations and enhance its case law research system for more effectiveness and efficiency.

Experienced and competent contractors/suppliers are hereby invited to submit pre- qualification for the various works/supply highlighted below:

Scope of Work/Services
Category A: Works and Goods:
  • Lot 1: Establishment of Law Library and internet facility in five (5) Zonal Offices of the Tribunal
  • Lot 2: Installation of CCTV Cameras in Chairman's Office headquarters
  • Lot 3: Internal and external Painting and External Drainage Channel at the Headquarters
Category B: Services:
  • Lot 4: Digitalization of Code of Conduct Tribunal Management Records (Personnel, Accounts, Store, Litigation, Records and online filing).
  • Lot 5: Establishment of Virtual System for Court Sessions, Meetings, Workshops Conferences/Seminar
Eligibility Requirements




  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC1.1 or CAC2 and CAC). Business Name is acceptable for Services;
  • Evidence of Firm's Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three (3) years valid till 31st December, 2021.
  • Evidence of current Pension Clearance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 15)
  • Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2021 (applicable where number of staff is at least 5 or at least Nsom turnover)
  • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December, 2021.
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP.
  • Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Code of Conduct Tribunal or the Bureau of Public Procurement 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.
  • Company's Audited Accounts for the last three (3)years-2017, 2018 & 2019.
  • Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
  • Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, OSRBN, ARCON, CORBON etc.
  • 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.
  • Category B: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
  • 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 Addres Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page. duly signed by the authorised officer of the firm.
Opening of Pre-Qualification Documents and EOI
The pre-qualification documents and the EOI will be opened immediately after the deadline for submission at 12:00 noon on Thursday, 16 September, 2021 in the pool office of the Litigation Department. 

Please, ensure that you sign the Bid Submission Register in the office of Secretary, Tenders Board, Tenders Board Secretariat, Code of Conduct Tribunal Abuja, as the Tribunal will not be held liable for misplaced or wrongly submitted bids. 

For further enquiries, please contact the "Secretary Tenders Board" on: ylaraski@gmail.com

Application Closing Date
12:00 noon Thursday,16th September, 2021.

Submission of Pre-Qualification Documents and Expression of Interest (EOI)
Prospective bidders are to submit pre-qualification documents (Category A) or EOI (Category B) for each of the Lot desired; two (2) hard copies each of the pre-qualification documents or EOl packaged in sealed envelopes and clearly marked as "Pre-Qualification or "EOI"; and addressed to:




The Hon. Chairman, 
Code of Conduct Tribunal,
Plot 89, Sector Centre B Cadastral Zone,
B16 Jabi District,
F.C.T -  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 drop in the designated Tender Box at the Litigation pool office.

General Information




  • Bids must be in English Language and signed by an official authorised by the bidder.
  • Bids submitted after the deadline for submission would be returned un-opened. 
  • Bidders should not bid for more than two (2) Lots;
  • All costs will be bome by the bidders.
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (link will be sent to bidders) with the presence of two (2)representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency;
  • Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services):
  • Category A: Only pre-qualified bidders will be invited at a later date for collection of tender documents;
  • Category B: Only shortlisted firms will be invited at a later date for collection of Request for Proposals:
  • The Code of Conduct Tribunal 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.
Industry

;
Category

;
State

;