SECURITIES AND EXCHANGE COMMISSION
PLOT 272 SAMUEL ADEMULEGUN STREET, CENTRAL BUSINESS DISTRICT (CBD), ABUJA.
INVITATION FOR TENDERS AND EXPRESSION OF INTEREST (EOI)
TENDER PACKAGE NO. – SEC/PROC/2020/001
1.0 INTRODUCTION
The Securities and Exchange Commission (“The Commission”) is a Statutory Organization established by the Investments and Securities Act (ISA) No 29 of 2007. The Commission is empowered by the ISA to Regulate and Develop the Nigerian Capital Market. To this end, in compliance with the Public Procurement Act 2007, the Commission is hereby inviting experienced and reputable Suppliers, Contractors and Consultants/Service Providers to tender for the under-listed Goods; Works; and Services:
2.0 SCOPE OF SUPPLIES/WORKS/SERVICES
2.1 CATEGORY A: GOODS (INVITATION TO TENDER)
S/N |
LOT NO |
PROJECT TITLE |
i. |
G1 |
Supply of Office Equipment |
ii. |
G2 |
Procurement of Office Furniture |
iii. |
G3 |
Supply and Installation of Air Conditioners |
iv |
G4 |
Supply of Computers/lpads/Note pads (Including Software Installation/ Licensing) |
2.2 CATEGORY B: WORKS/NON-CONSULTANCY SERVICES
S/N |
LOT NO |
PROJECT TITLE |
i |
W3 |
Renovation of offices |
ii |
NC1 |
Engagement of Non Consultant Service Provider for: (a) Cleaning, (b) Fumigation at Head Office and Zonal Offices |
2.3 CATEGORY C: (EXPRESSION OF INTEREST) – NON-CONSULTANT/CONSULTANT SERVICES
S/N |
LOT NO |
PROJECT TITLE |
i. |
C1 |
Engagement of Consultant: External Auditor |
ii. |
C2 |
Engagement of Media Consultants |
iii |
C3 |
Engagement of Consultant for development of computerized Asset Register for the Commission |
3.0 ELIGIBILITY REQUIREMENTS:
Interested and competent Contractors, Suppliers and Consultants/Service Providers wishing to carry out any of the projects listed under the above three (3) Categories are required to submit the following documents. Failure to fulfil any of the under-listed requirements will render a bid disqualified
(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 acceptable for Consultancy Services;
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all Partners in case of Business Name) for the last three (3) years valid till 31 December, 2020, with a Minimum Average Turnover as stated in the bid documents;
(c) Evidence of current Pension Compliance Certificate valid till 31December, 2020;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31December, 2020,
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2020,
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) issued by BPP, expiring on 31st December, 2020 or valid Certificate issued by BPP;
(g) Sworn Affidavit
(i) disclosing whether or not any officer of the relevant committees of the Securities and Exchange Commission or the Bureau of Public Procurement is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars;
(ii) does not have any Director who has been convicted in any Country for criminal offences relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
(ii) Company’s Audited Account for the last three (3) years (2017, 2018, 2019);
(i) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of the project where needed;
(j) Company’s Profile with Curriculum Vitae of relevant Key Staff to be deployed for the works/services, including copies of their Academic/Professional Qualifications (e g COREN, ARCON, CORBON. SURCON, QSRBN etc ;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including Letters of Award, Valuation/Job Completion Certificates and Photographs of the projects/supply/services;
(l) List of Plants/Equipment with Proof of Ownership/Lease Agreement for Works;
(m) For Consultancy Services Evidence of Firm’s registration with relevant professional body(ies)- ICAN, ANAN, etc;
(n) For Lot C1: Being registered and currently on the list of Accredited Audit Firms published/ issued by the Office of the Auditor-General for the Federation (OAuGF),
(o) For C1 and C3 evidence of Firm’s Practice License issued by ICAN, ANAN or any other related professional body(ies).
(p) For G4: Evidence of registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(q) For Supply of Equipment: evidence of Authorization from Original Equipment Manufacturers (OEMs) or Letter as Representative/dealers;
(r) For NC1: Evidence of current registration with Environmental Health Officers Registration Council of Nigeria (EHORECON);
(s) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance, Pension Compliance Certificate, ITF Compliance Certificate, NSITF, IRR and Sworn Affidavit are compulsory for each Joint Venture partner),
(t) All documents for submission must be transmitted with a Covering/Forwarding Letter under the Company’s/ Firm’s Letter Headed Paper bearing amongst others, the Registration Number as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM Number), and E-mail Address. The Letter Headed 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 Company; and
‘Note that documents/information must be arranged and submitted in the sequence/order as listed above
4.0 COLLECTION OF BIDS DOCUMENTS
Categories A & B (Goods and Works):
Interested Companies are to collect the Standard Bidding Document (SBD) from the Office of the Director of Procurement, 1st Floor, Securities and Exchange Commission, Nigeria SEC Tower, Plot 272 Samuel Ademulegun Street, Central Business District, Abuja on presentation of evidence of payment of a non-refundable Tender fee of N10,000 00 (Ten Thousand Naira) only, per Lot, paid into the Remita E-Collection Account/TSA of the Securities and Exchange Commission.
5.0 SUBMISSION OF TENDER DOCUMENTS
5.1 Categories A & B – Goods and Works:
Prospective Bidders are to submit bid for each of the Lots desired in two (2) hard copies of the Technical Bid and two (2) hard copies of Financial Bid (including soft copy of Financial Bid in MS Excel format), packaged separately in sealed envelopes and clearly marked Technical Bid” or ‘Financial Bid”. Thereafter, put the two sealed envelopes together in a bigger envelope addressed to the Director General, Securities and Exchange Commission, Nigeria SEC Tower, Plot 272 Samuel Ademulegun Street, Central Business District, 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 address of the Bidder and should be deposited in the Tender Box at the address at paragraph 4 above, not later than 12.00 noon on Monday, December 7, 2020. Late bids shall be returned unopened
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us