ECONOMIC AND FINANCIAL CRIMES COMMISSION, FCT, ABUJA has floated a tender for Supply of Computers for Special Control Unit against Money Laundering (Scuml) Analysts. The project location is Nigeria and the tender is closing on 15 Apr 2024. The tender notice number is , while the TOT Ref Number is 99034381. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Supply of Computers for Special Control Unit against Money Laundering (Scuml) Analysts

Deadline : 15 Apr 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 99034381

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : ECONOMIC AND FINANCIAL CRIMES COMMISSION, FCT, ABUJA
Plot No.301/302 Institutions and Research District Jabi, Fct, Abuja
Nigeria
Email :procurement@efccnigeria.org
URL :www.bpp.gov.ng

Tender Details

Tenders are invited for Supply of Computers for Special Control Unit against Money Laundering (Scuml) Analysts in the Economic and Financial Crimes Commission

Date Added: March 18, 2024
Deadline: 15/04/2024
Category: Computer Hardware

Prospective bidders should submit the following documents;
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7;
b) Evidence of Company-s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2024
c) Evidence of Pension Clearance Certificate valid till 31st December, 2024 (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, 2024 (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, 2024;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
g) Evidence of current licence/accreditation with computer professionals registration council of Nigeria and National Information Technology Development Agency (NITDA);
h) For supply of equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
i) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Economic and Financial Crimes 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
j) Company-s Audited Accounts for the last three years (2021, 2022 & 2023);
k) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
l) 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;
m) 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;
n) 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);
Note: 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.

Note:
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. All cost will be borne by the bidders;
d. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier services)
e. The Technical Bids Opening in the presence of bidders or their representatives, CSOs in the areas of anti-corruption and transparency and private professional bodies; and will be covered by video recording and invitation link will be sent to bidders who choose to join the bid opening online.
f. 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;
g. The Economic and Financial Crimes Commission 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

Documents

 Tender Notice