Supply and Installation of Sound Proof Generator at FCT Firs Office

Tender Detail

20366556
W FIRS 3
Self Funded
Supply and Installation of Sound Proof Generator at FCT Firs Office
ICB
Western Africa
Economic Community of West African States, ECOWAS,African Union
04-07-2019

Work Detail

Tenders are invited for Supply and Installation of Sound Proof Generator at FCT Firs Office 1 0 INTRODUCTION 1 1 The Federal Capital Territory Internal Revenue Service FCT IRS was established by an ACT of the National Assembly of the Federal Republic of Nigeria NO 10 of 24th February 2015 and is charged with the responsibilities of the Assessment Collection and Accounting for Revenues accruable and Other Related Matters to the Federal Capital Territory of Nigeria Scope of Service Ancillary assignments to the required services above shall include Integrated Tax Administration System ITAS Pre assignment Process Review and Redesign of the key functions and operations of the Service for use in determining the Solution s Gap Analysis and Customization efforts The System should be designed as a functional system that identifies the following core business functions Gather Tax InformationRegister TaxpayerDetermine Taxpayer LiabilitiesCollect Payment from TaxpayersAccount for Payments MadeDetermine Compliance StatusExamine Taxpayer AccountsDetermine TaxCustomization of Microsoft Dynamics 365 the prospective consultant is expected to provide a Service Wide Change Management and Communications Framework with different components modules Microsoft Dynamics 365 ERP The functional components may include General LedgerAccounts ReceivableAccounts PayableFixed AssetsCash and Bank ManagementInventory ManagementBudgetingAuditsHuman Resource and PayrollCapacity building g of relevant staffElectronic Records and Document Management Systems ERDMS The required Electronic Records and Document Management Systems is an established Institutional Programme and Project Management Framework that supports the following functionalities IndexingSearchScanningDocument viewersWork flow 3 0 ELIGIBILITY REQUIREMENTSAll interested companies are to submit copies of the following documents i Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission CAC ii Tax Clearance Certificate for the last three 3 years 2016 2017 and2018 valid till 31st December 2019 iii Evidence of current Pension Compliance Certificate valid till 31st December 2019 iv Evidence of current Industrial Training Fund ITF Compliance Certificate valid till 31st December 2019 v Evidence of current Nigeria Social Insurance Trust Fund NSITF Compliance Certificate valid till 31st December 2019 vi Evidence of Registration on the National Database of Federal Contractors Consultants and Service Providers by submission of Interim Registration Report IRR expiring on 30 6 2019 or valid Certificate issued by BPP vii A recently Sworn Affidavit date not earlier than the date of this Advertisement disclosing Whether or not any officer of the relevant committees of the Federal Capital Territory Administration or the Bureau of Public Procurement is a former or a 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 the company is not in receivership insolvency or bankruptcyThat the company does not have any Director who has been convicted by any Court in Nigeria and any other Country for criminal offences in relation to fraud or financial impropriety viii Company s Audited Accounts for the last three 3 years 2016 2017 2018 ix Reference Letter from a reputable commercial bank in Nigeria date not earlier than the date of this Advertisement indicating willingness to provide credit facility for the execution of the project when needed x Company s Profile with the Curriculum Vitae of Key Staff to be deployed for the project including copies of their Academic Professional qualifications xi Verifiable documentary evidence of at least three 3 similar jobs executed in the last five 5 years including Letters of Awards Valuation Certificates and Job Completion Certificate xii For Joint Venture Partnership Memorandum of Understanding MOU should be provided all the eligibility requirements are compulsory for each JV partner xiii For Category II List of relevant equipment to be deployed for the projects location s for inspection and evidence proof of ownership or lease agreement xiv For Category I and II Copy of Original Equipment Manufacturer s Authorization Letter xv For Category I 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 this Lot xvi For Category III Evidence of Firm s registration with National Information Technology Development Agency NITDA xvii 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 4 COLLECTION SUBMISSION AND OPENING OF DOCUMENTS A Interested companies are to collect Tender Documents for Category I Goods and Category II Works at the Procurement Unit FCT Internal Revenue Services No 7 Bariba Close Off Yola Street Area 7 Garki Abuja upon the presentation of evidence of payment of non refundable Tender Fee for the respective projects of interest into FCT TENDER REVENUE ACCOUNT IN EITHERHERITAGE BANK PLC ACCOUNT NUMBER 5100253054OR ZENITH BANK PLC ACCOUNT NUMBER 1015016741 ANY COMPANY OR FIRM THAT PAYS TO ANY PERSON S ACCOUNT OTHER THAN THE ONE STATED ABOVE DOES SO AT IT OWN RISK B Category I and II The Technical and Financial bid documents should each be sealed and labeled Technical and Financial Bids as appropriate separately and the two separate envelopes be put in another envelope that should also be sealed and labeled as Project Category and LOT stating the project title Tender Identification Number The envelope should be addressed to the Head of Procurement FCT Internal Revenue Services No 7 Bariba Close Off Yola Street Area 7 Garki Abuja The Technical and Financial documents should be submitted in three 3 copies one original and two photocopies each and all pages of the financial document are to be duly endorsed by authorized representative of the bidder C Category III Interested firms are to submit two 2 bound of Expression of Interest EoI documents separated by dividers and arranged as indicated above The documents should be submitted in a sealed envelope and addressed to the Head of Procurement FCT Internal Revenue Services No 7 Bariba Close Off Yola Street Area 7 Garki Abuja and clearly marked with the name of the project and the Lot number D The documents are to be dropped at the Tender Box Procurement Unit FCT Internal Revenue Services No 7 Bariba Close Off Yola Street Area 7 Garki Abuja on or before the close of Tender as tabulated in section E below E The Opening of EOI and technical bids is scheduled on the same day immediately after the close of tender at FCT Internal Revenue Services No 7 Bariba Close Off Yola Street Area 7 Garki Abuja OFFICE PREMISES as follows S N CATEGORY DEADLINE CLOSING TIME AND DATE FOR SUBMISSION DATE AND TIME FOR BID OPENING1 Category I Goods 4th July 2019 by 11 00 am 4th July 2019 by 11 00 am2 Category II Works 4th July 2019 by 11 00 am 4th July 2019 by 11 00 am3 Category III Consultancy 10th June 2019 by 11 00 am 10th June 2019 by 11 00 amThe representative of the bidding companies and members of the public who choose to attend ate invited to witness the opening of the Documents on the same day immediately after the close of tender as indicated above NOTE i Interested members of the public especially Civil Right Organization are invited to attend the opening exercise They are expected to adhere to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement ii A company is not allowed to bid for more than one 1 Project A company that violates this rule shall be disqualified iii The advertisement should not be construed as a commitment on the part of the FCTA nor shall it entitle responding companies to seek any indemnity from the FCTA by virtue of such company having responded to this advertisement iv A bid security in form of Bank Guarantee from a reputable Nigerian Bank and whose value is not less than 2 of the tender sum shall be submitted for Category II Works with tender sum greater than N300 00Million and Category I Goods with tender sum greater than N100 00Million in the format as approved in the Standard Bidding Document v Successful companies could be requested to provide Performance Bond whose value shall not be less than 10 of the contract sum before signing the contract vi Please note that due diligence could be conducted vii Clarifications can be sort from FCT Procurement Department Room 045 Block B FCTA Secretariat Area 11 Abuja viii The FCTA is not bound to pre qualify 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 MANAGEMENT

Key Value

Tender Value
Refer document
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail