Invitation to Tender at the National Human Rights Commission of Nigeria (NHRC)

Posted by Future on Tue 05th Apr, 2022 - nigeriantenders.com


The National Human Rights Commission of Nigeria (NHRC) invites interested contractors with both foreign and local relevant experience and good track record to submit tender documents for the following works:




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

The Commission serves as an extra-judicial mechanism for the respect and enjoyment of human rights. It also provides avenues for public enlightenment, research, and dialogue in order to raise awareness on Human Rights issues.

Applications are invited for:

Title: Invitation to Tender for the 2022, Capital, Zonal, Intervention / Constituency Project of the Commission

Preamble

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.

Scope of Work
Category A:
  • Lot A1: Supply of vehicles and motorcycles for Security outfits in Jigawa South West Senatorial District
  • Lot A2(c): Supply of Educational Materials School Furniture) To Magwan Special Primary School, Kano State.
  • Lot A3(c): Supply and Installation of Solar Street Lights at Yankaba in Kano State.
  • Lot A4(c): Supply of Three (3) High Roof Buses Each for Commuters in Two Local Government Areas. One for Mobility of Employees of the Multi Purpose Civic Centre in (Ama Na Agu) In Federal Constituency Orlu/Orsu/Oru East LGAs, Imo State.
Category B:
  • Lot B1: Sensitization and advocacy of Women, Ills of child and Human Trafficking in Karu, Keffi, Kokona Federal Constituency, Nasarawa State
  • Lot B2: Advocacy and awareness campaign in Bindawa/Mani Federal Constituency, Katsina State
  • Lot B3: Empowerment training for Cosmetology, tailoring and fashion design for youth and women in Jigawa South West Senatorial District
  • Lot B4(c): Human Capacity Development for Unemployed Youth in Kano State.
Category C:
  • Lot C1: Rural Electrification of Mbashimbe Community from Tomatar in Gboko/Tarka Federal Constituency of Benue State
  • Lot C2: Construction of 3 Classroom blocks in Ahiazu Mbaise/Ezinihitte L.G.A. Federal Constituency, Imo State
  • Lot C3: Construction of one block 6 classroom with VIP toilets in Kosofe Federal Constituency, Lagos State
  • Lot C4(c): Construction of Community Town Hall and Furniture's in Jigawa Southwest Senatorial District, Jigawa State
Eligibility Requirements
  • Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Form CAC2 and CAC7, Memorandum and Article of Association. Business Name is acceptable for Consultancy Services;
  • Evidence of Company's Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Names) for the last three (3) years (2019, 2020, 2021) expiring on 31" December, 2022, with turnovers corresponding to those declared in the Audited Accounts;
  • 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);
  • 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);
  • Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid til 31 December, 2022;
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of the Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP
  • Sworn Affidavit:
    • Disclosing whether or not any officer of the relevant committees of the National Human Rights Commission 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;
    • That none of the Directors or Consultants have been convicted in any court of any criminal offences
  • Company's Audited Accounts for the last three (3) years - 2019, 2020 & 2021, duly acknowledged by the Federal Inland Revenue Service (FIRS);
  • Reference Letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
  • 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, QSRBN, 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 (please provide contact addresses of the dients who may be contacted for reference);
  • Works: List of Plants/Equipment with proof of Ownership/Lease;
  • Only companies included in the National Automotive Design and Development Council's approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles;
  • For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs)
  • Electricity Jobs: Evidence of current Licence issued by Nigerian Electricity Management Services Agency (NEMSA);
  • For Training Programmes: Evidence of Firm's Registration with the Centre for Management Development (CMD);
  • 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);
  • 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, 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.
Application Closing Date
12:00 noon Wednesday, 11th May, 2022.

Opening of EOI and Technical Bids
The EOI and the technical bids will be opened immediately after the deadline for submission at 12:00 noon on Wednesday, 11th May, 2022 at the Auditorium, National Human Rights Commission, 19, Aguiyi Ironsi Street, Maltama, 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.

Collection of Tender Documents
Interested contractors are to collect the Tender documents from the Office of the Director of Procurement at the Headquarters of the Commission 19 Aguiyi Ironsi Street, Maitama, Abuja on evidence of payment of a nonrefundable 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.

Submission 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 document only in MS Excel format packaged separately in a sealed tamper proof envelope marked as Technical Bid document or Financial Bid Document clearly written at the back of each envelope.

Thereafter, put the two sealed envelopes together in a bigger sealed envelope clearly marked with the name of the project and the Lot number and addressed to the:
Executive Secretary,
National Human Rights Commission,
19 Aguiyi Ironsi Street,
Maitama - (FCT) Abuja.


Furthermore, the reverse of each sealed envelope (ie., the Technical, Financial and the bigger envelopes) should bear the name and address of the bidder and drop in the designated Tender Box Office of the Director Procurement, National Human Rights Commission, 4 Floor, Room 318, 19, Aguly Ironsi Street, Maitama, Abuja) not later than the specified closing date.

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 indicated above.

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 borne 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 invitation link will be sent to bidders to join the bid opening online) with the physical 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);
  • Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at a later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened
  • Services: Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
  • Names of pre-qualified contractors/shortlisted firms will be placed on the Commission's notice board, website and text messages to their respective addresses;
  • 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.
For further enquiries, please contact the Director of Procurement on 08033353011, info@nhrc.gov.ng or nhrcanigeria@gmail.com
Industry

;
Category

;
State

;