Public Notice

REQUEST FOR QUOTATIONS

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consists of the following:

LOT 1.           Supply of Paper

LOT 2.           Supply of Printer and Photocopier Toner

LOT 3.           Supply of Stationery

LOT 4.           Supply of Vehicle Spare Part

3.0   ELIGIBILITY REQUIREMENTS

The eligibility qualifications/requirements include:

    1. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).
    2. Tax Clearance Certificate (TCC) for the last three (3) years valid till December 31st 2024.
    3. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2024.
    4. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2024.
    5. Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP) Valid till 31/12/24.
    6. Evidence of current Pension Commission Certificates (PENCOM) Valid till 31/12/24.
    7. For Lot 2, bidders are to submit HP Authorization Certificate.
    8. Verifiable evidence of similar contracts executed in the last (5) five years.

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked “Request for Quotation for Supply of Paper LOT 1”, “Request for Quotation for Supply of Printer and Photocopier Toner LOT 2”, “Request for Quotation for Supply of Stationery LOT 3”, “Request for Quotation for Supply of Vehicle Spare Part” LOT 4. it should be submitted on or before 12pm Wednesday, 26th March, 2025, at the following address: Procurement Unit, FF Room 33.
 
Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available.
 

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter-headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.
  3. The validity of your quotation must be clearly stated.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 12pm, Wednesday, 26th March, 2025 from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Chairman,
ICPC
Plot 802, Constitution Avenue, Central Business District, Abuja

Attn: HOU, Procurement
Tel: 08032851353,08056826331

Yours truly

For: Chairman of the Commission
19th March, 2025

 

REQUEST FOR QUOTATIONS

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consist of the following:

  1. Printing of ICPC Newsletter
  2. Printing of Annual Report         

 3.0   REQUIREMENTS/QUALIFICATION

The eligibility qualifications/requirements include:

    1. Registration with the (CAC), Including Memo/Article of association
    2. Tax Clearance Certificate (TCC) for the last three (3) yrs. To be Valid up to 31st December, 2024
    3. Evidence of Registration with National Pension Commission and Remittance of employees’ pension.
    4. Evidence of Payment of training Contribution to (ITF)
    5. Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund (NSITF)
    6. Evidence of Registration with Bureau of Public Procurement (BPP).

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC. 

The envelope containing the documents is to be marked LOT 1- “National Shopping for the Printing of ICPC Newsletter.  LOT 2- “National Shopping for Printing of Annual Report’’. it must be submitted on or before 12 pm Wednesday October, 2024, at the following address: Procurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available. 

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

       Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and 
  2. That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 12pm, Wednesday October, 2024 at Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address: 

The Chairman,
ICPC
Plot 802, Constitution Avenue, Central Business District, Abuja

Attn: HOU, Procurement
Tel: 08023177773

Yours truly

For: Chairman of the Commission
16/10/2024

 

REQUEST FOR QUOTATIONS                                                                                           

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consists of the following

LOT 1.            Printing of Visitor and Access Tags    

3.0 ELIGIBILITY REQUIREMENTS

The eligibility qualifications/requirements include:

  1. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).
  2. Tax Clearance Certificate (TCC) for the last three (3) years valid till December 31st 2023.
  3. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2023.
  4. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2023.
  5. Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP).
  6. Evidence of current Pension Commission Certificates Valid till 31/12/23.
  7. Verifiable evidence of at least Three (3) similar contracts executed in the last (5) five years.

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC. 

The envelope containing the documents is to be marked “National Shopping for Printing of LOT 1”. it should be submitted on or before 12pm Wednesday, 29th  November, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available. 

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and 
  2. That the letter-headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above will not be considered for contract.

Further clarification can be sought before 12pm, Wednesday, 29th November, 2023 from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address: 

The Chairman,
ICPC
Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement
Tel: 08023177773

 Yours truly

For: Chairman of the Commission
22nd   November, 2023.

 

REQUEST FOR QUOTATIONS

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed job.

2.0 SCOPE OF WORK

The scope of work to be carried out consist of the following

LOT 1.            Printing of Non-Security Document    

           

3.0 ELIGIBILITY REQUIREMENTS

The eligibility qualifications/requirements include:

  1. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).
  2. Tax Clearance Certificate (TCC) for the last three (3) years valid till 31/12/23.
  3. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2023.
  4. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2023.
  5. Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP).
  6. Evidence of current Pension Commission Certificates Valid till 31/12/23.
  7. Verifiable evidence of at least Three (3) similar contracts executed in the last (5) five years.

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked “National Shopping for the Printing of Non-Security Document LOT 1”. It should be submitted on or before 12pm Wednesday, 11th October, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available.

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter-headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above will not be considered for contract.

Further clarification can be sought before 12pm, Wednesday, 11th October, 2023 from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

Tel: 08023177773

Yours truly

For: Chairman of the Commission

4th October,2023

REQUEST FOR QUOTATIONS

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consist of the following:

  1. WORKS(SMALL).

LOT 1: Relocation of transformer with accessories at the ICPC Bauchi State Office

LOT 2:  Supply and Installation of transformer at Akure Ondo State

  1. GOODS

LOT 3:            Supply of Vehicle Spare Part

LOT 4:            Printing of Non- Security Document.

LOT 5:            Supply of Printer and Photocopier Tonners

LOT 6:            Supply of Stationery

3.0 ELIGIBILITY REQUIREMENTS

Interested, experience and Competent contractors/ suppliers should submit the following eligibility documents indicating the minimum qualification required of the bidders:

  1. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).
  2. Tax Clearance Certificate (TCC) for the last three (3) years (2020,2021 &2022) valid till December 31st 2023.
  3. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2023.
  4. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2023.
  5. Evidence of current National Pension Commission Certificates valid till December 31st 2023
  6. Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP).
  7. Verifiable evidence of at least Three (3) similar contracts executed in the last (5) five years.
  8. The Company’s Audited Accounts Stamped and Signed by the firm for the last three (3) years (2020, 2021 & 2022). Applicable for lots 1&2
  9. Evidence of NEMSA/ LECAN Registration Certificate. The contractor may wish to visit ICPC Bauchi State office and Ondo State offices for clarifications and of Measurement. Applicable for lots 1&2
  10. Company’s Profile with the Curriculum vitae of key Staff to be deployed for the project including copies of Academic/Professional qualifications such as registration with COREN, QSRBN, ARCON, CORBON, SURCON, etc.; Applicable for lots 1&2
  11. List of Plants/Equipment proposed for the project, with location address, proof of Ownership/Lease. Applicable for lots 1&2


4.0 COLLECTION OF DOCUMENT

Interested and competent Contractors are required to collect Standard Bidding Document   with detailed specifications from Procurement Unit, FF Room 33. which should be completed and submitted along with the above-mentioned documents enclosed in sealed envelope at the office of the Head, Procurement Unit, ICPC.

5.0   SUBMISSION OF DOCUMENT

Bidders are to submit for each of the lots desired, two (2) hard copies each of the Technical and Financial Bids, with softcopy of the financial bid only in MS Excel format, packaged separately in sealed envelops clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, put in the two sealed envelopes together in a third or bigger envelope also sealed and addressed to Chairman ICPC, Plot 802, Constitution Avenue, Central Area, Abuja and clearly marked with the name of the project and lot number. Applicable for lots 1 & 2.

The envelope containing the documents is to be marked. “National shopping for the Supply of Vehicle Spare Part LOT 3”, “National shopping for the Printing of Non- Security Document LOT 4”, “National shopping for the Supply of Printer and Photocopier Tonners LOT 5”, and “National shopping for the Supply of   Stationery LOT 6”.  All should be submitted on or before 12pm Thursday, 28th September, 2023, at the following addressProcurement Unit, FF Room 33.

6.0   PLEASE NOTE

The price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available.

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above will   not be considered for contract.

Further clarification can be sought before 12pm, Thursday, 28th September, 2023, from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

Tel: 08023177773

Yours truly

For: Chairman of the Commission

21st September, 2023.


REQUEST FOR QUOTATIONS

  1. INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consist of the following

LOT 1. Supply of Vehicle Spare Parts

3.0   REQUIREMENTS/QUALIFICATION

The eligibility qualifications/requirements include:

    1. Registration with the CAC. Including Memo/Article of Association.
    2. Evidence of Similar Jobs Executed in the last 5 years
    3. Tax Clearance Certificate for the last three (3) yrs. To be Valid up to 31st December, 2023
    4. VAT Registration Certification and Past Remittances if any
    5. Evidence of Registration with National Pension Commission and Remittance of employees’ pension, if applicable.
    6. Evidence of Payment of training Contribution to ITF, if applicable
    7. Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund (NSITF)

h. Evidence of Registration with Bureau of Public Procurement (BPP).

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked LOT 1- “National Shopping for the Supply of Vehicle Spare Parts.’’

It must be submitted on or before 12 pm Monday, 18th September, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available.

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 12pm, Monday 18th September, 2023 Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

Tel: 08023177773

Yours truly

For: Chairman of the Commission

REQUEST FOR QUOTATIONS

                                                                                           

1.0  INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

 

The scope of work to be carried out consist of the following

 

LOT 1.            Supply of Stationery

LOT 2.            Supply of Tyres

LOT 3             Printing of ICPC News Letter.

 

3.0 ELIGIBILITY REQUIREMENTS

 

The eligibility qualifications/requirements include:

                     I.           Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).

                     II.         Tax Clearance Certificate (TCC) for the last three (3) years valid till December 31st 2023. 

                     III.        Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2023.

                     IV.        Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2023. 

                     V.          Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by   

                   Bureau of Public Procurement (BPP).

                     VI.       Verifiable evidence of at least Three (3) similar contracts executed in the last (5) five years.

 

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC. 

The envelope containing the documents is to be marked “National Shopping for the Supply of StationeryLOT 1”. “National shopping for the Supply of Tyres LOT 2”. “National shopping for the Printing of ICPC News Letter LOT 3” respectively. It should be submitted on or before 12pm Tuesday, 18th July, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available. 

 

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

 

(i)             The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with valid contact telephone numbers, e-mail address and official company address; and 

(ii)            That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

 

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 12pm, Tuesday, 18th July, 2023 from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address: 

 

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Attn: HOU, Procurement

 

Tel: 08023177773

 

Yours truly

 

For: Chairman of the Commission

 

 

 

 

REQUEST FOR QUOTATIONS

                                                                                           

1.0  INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

 

The scope of work to be carried out consist of the following

 

LOT 1.            Supply of Stationeries

LOT 2.            Supply of Printer & Photocopier Tonners

LOT 3             Supply of A4 Paper

LOT 4             Supply of Tyres

 

3.0 ELIGIBILITY REQUIREMENTS

 

The eligibility qualifications/requirements include:

      i.         Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).

     ii.         Tax Clearance Certificate (TCC) for the last three (3) years valid till December 31st 2023. 

    iii.         Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2023.

   iv.         Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2023. 

     v.         Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP).

   vi.         Verifiable evidence of at least Three (3) similar contracts executed in the last (5) five years, 

  vii.         For Lot 2, bidders are to submit HP Authorization Certificate

 

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC. 

The envelope containing the documents is to be marked “National Shopping for the Supply of StationeriesLOT 1”. “National Shopping for the Supply of Printer and Photocopier Tonners LOT 2”. “National shopping for the Supply of A4 Paper LOT 3”. “National shopping for the Supply of Tyres LOT 4”. it should be submitted on or before 19 pm Friday, 19th May, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available. 

 

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

 

(i)             The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and 

(ii)            That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

 

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 12pm, Friday, 19th May, 2023 from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address: 

 

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Attn: HOU, Procurement

 

Tel: 08023177773

 

Yours truly

 

For: Chairman of the Commission

 

REQUEST FOR QUOTATIONS

  1. INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consist of the following

LOT 1.  Supply of Tyres

LOT 2. Printing of IEC Materials (A)

LOT 3.    Printing of IEC Materials (B)

  1. ELIGIBILITY REQUIREMENTS

The eligibility qualifications/requirements include:

  1. Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC).
  2. Tax Clearance Certificate (TCC) for the last three (3) years valid till December 31st 2023.
  3. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31/12/2023.
  4. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31/12/2023.
  5. Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP).
  6. Verifiable evidence of at least Three (3) similar contracts executed in the last (5) five years,

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked “National Shopping for the Supply of Tyres LOT 1. “National shopping for the Printing of IEC Materials (A)” LOT 2. “National shopping for the Printing of IEC Materials (B)” LOT.3.”. it should be submitted on or before 12 pm Friday, 21st April, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied and installed at the place of delivery within two weeks from the date of contract signing. Your quotation shall remain valid for 60 days and your supplies shall be accompanied by most favorable warrantees available.

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors. Most importantly, note that while submitting your quotation letter:

  1. The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 12pm, Friday 21st  April, 2023 from Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

Tel: 08023177773

Yours truly

For: Chairman of the Commission

 

REQUEST FOR QUOTATIONS

                                                                                           

1.0   INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

 

The scope of work to be carried out consist of the following

 

LOT 1. SUPPLY OF MICHELINE TYRES

LOT 2.  PRINTING  

          

 3.0   REQUIREMENTS/QUALIFICATION

The eligibility qualifications/requirements include:

a.     Registration with the CAC. Including Memo/Article of Association.

b.     Evidence of Registration with relevant Professional Body   Where Applicable

c.     Evidence of Similar Jobs Executed in the last 5 years 

d.      Tax Clearance Certificate for the last three (3) yrs. To be Valid up to 31st December, 2022

e.     VAT Registration Certification and Past Remittances if any

f.      Evidence of Registration with National Pension Commission and Remittance of employees’ pension, if applicable.

g.     Evidence of Payment of training Contribution to ITF, if applicable

h.     Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund (NSITF)

                    i. Evidence of Registration with Bureau of Public Procurement (BPP).

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC. 

The envelope containing the documents is to be marked LOT 1- “National Shopping for the Supply of Tyres.’’

LOT 2- “National shopping for the Printing of ICPC Newsletter”. It must be submitted on or before 2:30 pm Tuesday, 7th March, 2023, at the following addressProcurement Unit, FF Room 33.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available.

N.B.  Compliance with the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

       Most importantly, note that while submitting your quotation letter:

 

(i)              The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and 

(ii)            That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 2.30pm, Tuesday 7th march, 2023 Room 33 First Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address: 

 

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Attn: HOU, Procurement

 

Tel: 08023177773

 

Yours truly

 

 

For: Chairman of the Commission

 

 

 

REQUEST FOR EXPRESSION OF INTEREST (EOI) FOR DISPOSAL OF PROPERTIES BY AUCTION SALE

1INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission (ICPC), Abuja wishes to invite experienced, competent auctioneers for expression of interest in the disposal of the underlisted properties by the Commission in Abuja, Nasarawa, Kaduna, Kwara, Osun, Rivers and Akwa-Ibom States.

2.   NATURE OF PROPERTIES FOR DISPOSAL

 LOT 1. 

S/NDESCRIPTION OF ASSETLOCATION OF ASSETNATURE OF ASSET
1.Sapati International SchoolOff Ajase-Ipo Road, Ilorin, Kwara StateSchool
2.Oron Road, Uyo, AkwaIbom StateDane Millionaire Wonder World Amusement Park/Resort and Dame Millionaire AcademyRecreational Centre and School
3.Shopping Mall (on 2 floors), Fruit shed, eatery. Developed on789.66m Sq, fenced, gated and paved.No. 6 Muham Street, Off Abacha Road, Karu LGA, Nasarawa StateBusiness
4.Recreational/Event Centre comprising Club Lounge Bar (2 floors), DJ platform, dressing room, suya/Barbecue Block, Gate House. Landscaping: (a). Mini Tennis Field. (b). Garden (grassed) (c). Children Playing GroundNo. 6 Muham Street, Off Abacha Road, Karu LGA, Nasarawa StateBusiness
5.5 Bedroom detached BungalowSapati, Off- Ajase-Ipo Road, Ilorin, Kwara State.Residential
6.3 Bedroom detached BungalowSapati, Off- Ajase-Ipo Road, Ilorin, Kwara StateResidential
7.4 Bedroom Duplex with Gate House on total land area of about 540.96msq.Jenew Homes, Plot No. 3 Cadastral Zone D02, Karsana South District. AbujaResidential
8.3 Bedroom BungalowOff Owo-Oba/Akede Iyaloja Road, Osogbo. Osun StateResidential
9.2 Units 4-bedroom BungalowFederal Ministry of Works and House Estate, Gonin-Gora Chikun. LGA. KadunaResidential
10.5 Bedroom Uncompleted Detached HouseOff Brook Street, Uyo. Akwa-Ibom State.Residential (Uncompleted)
11.FarmlandSapati, Off Ajase-Ipo Road, Ilorin, Kwara State.Famland
12Plot of landSapati, Off Ajase-Ipo Road, Ilorin, Kwara State.Undeveloped plot
13.Plot of landKagurdna Layout, Kakau District, along Gonin-Gora-Abuja Expressway, Chikun. LGA. Kaduna StateUndeveloped plot
14.Plot of landNTA Road, Ohia Ngbakiri Ozuoba, Port Harcourt, River StateUndeveloped plot
15.Plot of landRumuekini New layout, Obio Akpor LGA. River StateUndeveloped plot
16.Plot of landLivingstone Estate, Umuogbodo Road, Igbo Etche, Obio Akpor LGA. River StateUndeveloped plot
17.Plot of landUmuodili Odubo, Abe Ndoni CommUndeveloped plot

  LOT 2. 

S/-NDESCRIPTION OF ASSETLOCATION OF ASSETCONDITION
1.Toyota Corolla Saloon Car (Metallic)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
2.Toyota Camry Saloon Car (Brown)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
3.Lexus IS250 Saloon Car (Black)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaVery Good
4.Pontiac Vibe (Grey)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
5.Peugeot 406 Saloon Car (Blue)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
6.Lexus ES350 Saloon Car (Grey)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
7.Peugeot 406 Saloon Car (Green)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
8.Range Rover Voque, SUV (White)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaVery Good
9.

Toyota Venza

Crossover (Metallic)

ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaGood
10.

Lexus  RX350

SUV (Light Brown)

ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaVery Good
11.Mercedes Benz E320 Saloon Car (Black)ICPC HQ, Plot 802, Constitution Avenue, Central Business District, AbujaScrap
12.

Lexus GX470

SUV (Gold)

ICPC Rivers State Office,

No. 5, Olumeni Street, Off Forces Avenue, Old GRA. Porth-Harcourt. Rivers State.

Scrap
13.

Nissan Almera

Saloon Car

ICPC Osun State Office

No. 5, Olu Alabi Road, GRA. Oke-fia. Osogbo. Osun State

Scrap

3. Eligibility/Requirement

Interested individuals/companies should submit the following eligibility documents:

  1. Company’s Profile;
  2. Evidence of registration in the relevant line of business;
  3. Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC);
  4. Evidence of Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December, 2021;
  5. Evidence of current Pension Compliance Certificate valid till 31st December, 2022 (will be an added advantage);
  6. Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2022; (will be an added advantage);
  7. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2022 (will be an added advantage);
  8. Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate by BPP;
  9. Company’s Audited Accounts for the last three (3) years -2019,2020 & 2021;
  10. Evidence of good financial standing of the Company by submission of Company’s Statement of Account for six (6) months preceding date of Advert/Advance Payment Guarantee;
  11. Evidence of execution of at least three (3) similar auctions (job) in the last five years
  12. Sworn Affidavit disclosing whether or not any officer of the Independent Corrupt Practices and Other Related Offences Commission 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;
  1. SUBMISSION OF EXPRESSION OF INTEREST
  1. Bidders are to submit for each of the Lots, two hard copies and soft copies each of the Technical and Financial Bids with soft copy of the Financial Bid only in MS-Excel format, packaged separately in sealed envelopes clearly marked as “Technical Bid” and “Financial Bid” respectively.

    Thereafter, put the two sealed envelops together in a third sealed envelope, addressed to the Chairman, ICPC, Plot 802, Constitution Avenue, Central Area Abuja, clearly marked with the Asset name, Lot and number.

    Furthermore, the reverse of each sealed envelope should bear the name and address of the Bidder and submitted in a designated box at the Office of the Director, POCD, 3rd Floor, Room TF09, on or before 11:00am on 4th of November 2022. Please ensure that you sign a Bid Submission Register at the same office for submission as the Commission will not be held liable for wrongly submitted bids.

    1. All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper, addressed to the Chairman, ICPC Plot 802, Constitution Avenue, Central Area Abuja, clearly stating the Lot bidded for.
  1. CLOSING DATE /TIME FOR EXPRESSION OF INTEREST

All applicants are expected to make their submissions not later than 3 weeks from date of the publication on or before 12:00 noon of the same day.

REQUEST FOR QUOTATIONS

                                                                                           

1.0   INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

 

The scope of work to be carried out consists of the following

 

  LOT 1. Supply of Stationeries

             LOT 2. Supply of HP Printer Toners

             LOT 3. Supply of A4 Paper

             LOT 4. Supply of Photocopier Toner

             LOT 5. Supply of Vehicle Spare parts

             LOT 6. Supply of Tyres

             LOT 7. Supply and Replacement of ICPC Logo in the front of the building and directional              

                         Signs in the Commission.

             LOT 8. Supply and Printing of Non-Security Documents

            

 3.0   REQUIREMENTS/QUALIFICATION

The eligibility qualifications/requirements include:

a.     Registration with the CAC. Including Memo/Article of association.

b.     Evidence of Registration with relevant Professional Body   Where Applicable

c.     Evidence of Similar Jobs Executed in the last 5 years 

d.      Tax clearance Certificate for the last three (3) yrs. To be Valid up to 31st December, 2022

e.     VAT Registration Certification and Past Remittances if any

f.      Evidence of Registration with National Pension Commission and Remittance of employees’ pension, if applicable.

g.     Evidence of Payment of training Contribution to ITF, if applicable

h.     Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund (NSITF)

Evidence of Registration with Bureau of Public Procurement (BPP) Data bank.

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC. 

The envelope containing the documents is to be marked LOT 1- “National Shopping for the Supply of Stationeries.  LOT 2- “National shopping for the Supply of HP Printers Toner”. LOT 3- “National shopping for the Supply of A4 Paper”. LOT 4 – ‘’National shopping for the Supply of Photocopier Toners’’. LOT 5 – ‘’National shopping for the Supply of Vehicle Spare Parts.’’ LOT 6.- ‘’National shopping for the Supply of Tyres ‘’. LOT 7- ‘’National shopping for the Replacement of ICPC Logo in the front of the building and directional Signs in the Commission’’. LOT 8’’ National shopping for Printing of Non-Security Documents.’’ it must be submitted on or before 2:30 pm Friday, 20th May, 2022, at the following addressProcurement Unit, GF Room 15.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available. 

Please Note: Lot 2 and Lot 3 is restricted only to HP International accredited dealers who shall attach evidence of their authorization to deal on HP products by HP international while Lot 6 will be dully inspected and certified by Standard Organization of Nigeria before payments are processed. 

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

       Most importantly, note that while submitting your quotation letter:

 

(i)              The registration number (RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and 

(ii)            That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 2.30pm, Friday 20thMay, 2022 Room 15 Ground Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address: 

 

 

The Chairman,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Attn: HOU, Procurement

 

Tel: 08023177773

 

Yours truly

 

 

For: Chairman of the Commission

 

20th April,2022

The Director

Flowstream International West Africa Ltd

Alheri Dauda Firm Limited

Goldmate Global Service Ltd

Timlad Nig Ltd

Olly Global Services Ltd

Pharmastrategies Nig Ltd

D-Apex Technologies Ltd

Vicky Intergrated Professional Limited

PROCUREMENT OF OFFICE EQUIPMENT (LOT 1)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Giltail Nig Ltd

Hedge Muilti Dynamics Ventures Ltd

Timlad Ltd

Ardenaray Ltd

Flowstream International West Africa Ltd

Sokosh Nig Ltd

Ikimos Nig Ltd

Jam & Bay Nig Ltd

Landwater Tech Engineering Ltd

Kadel Infra Global Services Ltd

Ama Yairo Associate Nig Ltd

Gomek International Ser. Ltd

Gold Mate Global Services Ltd

Tomfik Integrated Resources Ltd

Royd Point Integrated

PROCUREMENT OF OFFICE FURNITURE (LOT 2)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Labell Integrated Services Ltd

Satcon Eng Services Nigeria Ltd

Libiars Nig Ltd

Bounty Business Dev Ltd

Lorgbash Investment Ltd

Ovivi Ventures

Standora Nig Ltd

PROCUREMENT OF 60KVA GENERATOR SET (LOT 3)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

 

20th April,2022

The Director

Kaura Motors Ltd

Circular Automobile Co Ltd

PROCUREMENT OF OPERATIONAL VEHICLE  (LOT 4)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Dotmac Technologies Ltd

Arit Of Africa Ltd

De Law Tech Computers Ltd

Nivlek Influx Ltd

Novas Tech. System Ltd

Satcon Eng Services Nigeria Ltd

Jodett Mega Concept/Intl Serv Ltd

Heartroll Technologies Ltd

Farnud Nigeria Ltd

Data Network Infrastructures Ltd

D-Apex Technologies Ltd

Jessy Investment Limited

Jowl-Multi Resources Limited

Challydoff Ltd

Libias Nig Ltd

PROCUREMENT OF COMPUTERS AND ACCESSORIES   (LOT 5)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Dotmac Technologies Ltd

Arit Of Africa Ltd

Ovivi Ventures Nig Ltd

Meed Networks Ltd

Geo –Method Engineering Ltd

Amitaf Investment Ltd

Pharmastrategies Nig Ltd

Data Network Infrastructures Ltd

Omuza Global Services Nig Ltd

Dabotech Energy Solutions Ltd

Eclipse Power Nig Ltd

La John Nig Ltd

Credibility Assessment Ltd

SUPPLY AND INSTALLATION OF INVERTERS   (LOT 6)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

20th April,2022

The Director

Ryte Reazons Ltd

Eldon Transnational Services Ltd

Dipcrest Integrated Serv Ltd

Evidon Merchandise Ltd

Glt Global Resources Ltd

Eled – Ilann Tizimo Ltd

Qingdad Wuxiao Group Company Ltd

K- Class Multiglobal Ltd

Engineering A  Forth Dimension Lad

Skyquest Concept Project Ltd

Excess Power Nig Ltd

Skaldon International Ltd

Gomek International Ltd

Deskaz Nig Ltd

Telmac Eng Service Ltd

Geokooy Environmental Serv Ltd

Anchor Nuel Resources Ltd

Medimart & Mall Ventures Ltd

Pinnacart Nig Ltd

Karphy Eng. Ltd

Sunfiat Nig Ltd

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT ANAMBRA STATE (LOT 7)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Olykamous Nig Ltd

Muib Group Company Ltd

Hypo Verein Integreated Ltd

Wright Online Support Ltd

Coveline Enterprises Ltd

Martin Patrick & Joseph Ltd

Americlean Global Services Ltd

Cathnel Services Ltd

Tesgan Global Services Ltd

Moftech Construzion Ltd

C&K Investment Ltd

Wilmia Nig Ltd

Kifoat Consult Nig Ltd

Dense Global Investment Ltd

Jodett Mega Concept International Services Ltd

Elm Engineering Services

Jeraz International Company Ltd

Skaldon International Ltd

Sageto Ltd

Ramussal International Ltd

Engineering A Forth Dimension Ltd

Omec Investment Nig Ltd

Preconsult Construction Ltd

Omuza Global Services

Ag Marvy Nig Ltd

Rofasy Nig Ltd

3rd August Engineering Ltd

Fort Consult Engineering Ltd

Kadel Infrastructure Global Services Ltd

Nanstaky International Ltd

Bethel Impact International Resouces Ltd

Fuga-T Engineering Concept Ltd

Warams Services Ltd

Excess Power Nig Ltd

House Designer Nig Ltd

Majesty Logistics & Procurement Ltd

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT NIGER  STATE (LOT 8)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

20th April,2022

The Director

Dense Global Investment Ltd

Maya Contractors Ltd

Sageto Ltd

Preconsmith Construction

Ramusal International

Pk Enviromental Consults Nig Ltd

Arid Builders Nig Ltd

Anchor Nuel Resources Ltd

Akpaven Integrated Services

Esinos Resources Integrated Ltd

Surez Global Resources Ltd

Jusical Engineering Services Ltd

Darakasi International Ltd

Nick Peace Ltd

Vessel, Gold & Silver Nig Ltd

C&K International Ltd

Doar Construction Ltd

Cathnel Services Ltd

Lead Edge Enterprise Ltd

Sule Sagmak Nig Ltd

Gridline Nig Ltd

Fort Consult

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT LAGOS STATE (LOT 9)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Mai Nasabi Nig Ltd

Lead Edge Enterprise Ltd

Fuga-T Engineering Company Ltd

livic Construction Company

Bilijoe + Berger Nig Ltd

Warams Sdervices Ltd

Karphy Engineering

Wright Online Support Services

Ikimos Nig Ltd

Eldov Trans National Services Ltd

Evicdon Merchandise Ltd

Global Vicion Investment Ltd

Stefan Jaeger Nig Ltd

Hype Verein Integrated Ltd

Omec Investment Nig Ltd

Magabat International Ltd

Conzec Construction Ltd

Arid Builders Nig Ltd

Jusical Engineering Services

Moftech Construczion Ltd

Cagewox.Net Ltd

Majesty Logistics and Procurement Ltd

Kclass   International Global Engineering Ltd

Geo Method Engineering Ltd

Kifoat Consult Nig Ltd

Anboser Ventures Ltd

3rd August Engineering Ltd

Ag Marvy Nig Ltd

Pk Enviromental Consult

Rofasy Nig Ltd

Boas Nig Ltd

Elm Engineering Services

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT KATSINA  STATE (LOT 10)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

 

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

20th April,2022

The Director

Energy Lite Nig Ltd

Esinos Resources International Ltd

Dipcrest Integrated Services

Darakasi International Ltd

Tesgan   Global Services

Ameclean Global Services

Nick Peace Ltd

Mutual Infrastructure Ltd

Nanstaky International Ltd

WIlmia Nig Ltd

Cosolve & Associates Ltd

Telmac Engineering Services

Magabat International Ltd

C-Tony Thomas Nig Ltd

Anboser Ventures Ltd

Onicon Resources Ltd

Pinicat Nig Ltd

New Born Projects Ltd

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT BAYELSA STATE (LOT 11)

In compliance with the provisions of S.16(11) and S.23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

  1. Attached herewith is a summary of the debrief and status of your firm, for your information.
  2. Please accept the assurances of the Commission’s highest regards.

.

Signed

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman.

 

 

DEBRIEFING FOR INDEPENDENT CORRUPT PRACTICES AND OTHER RELATED OFFENCES COMMISSION (ICPC) 2022 CAPITAL PROJECTS.

20th April, 2022

The virtual opening of the Technical bids of the Commission for 2022 capital projects was done on the 22nd March, 2022 in the presence of the bidders/representatives, NGOs and the Commission’s staff who coordinated the exercise in compliance Section 19b (i & ii) which says “to invite two credible persons as observers in every procurement process, one person each representing a recognized”;

  1. Private sector professional organization whose expertise is relevant to the particular goods, works or services being procured, and
  2. Non- governmental organization working in transparency, accountability and anti- corruption areas, and the observers shall not intervene in the procurement process but shall have right to submit their observation report to any relevant agency or body including their own organizations or associations.

The documents were analyzed by the Commission’s sub-evaluation committee, who diligently analyzed the documents and presented the following outcome:

LOT 1: PROCUREMENT OF OFFICE EQUIPMENT

S/NNAME OF SUPPLIERSSTATUS OF RESPONSIVENESSREMARKS
1GOLDMATE GLOBAL SERVICES LTD.

QUALIFIED

 

QUALIFIED

 

2ALHERI DAUDA FIRMDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              EXPIRED TCC

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              PENCOM CERTIFICATE EXPIRED

vi.            AUDITED ACC NOT UP TO DATE

 

3D-APEX TECHNOLOGIESDISQUALIFIEDi.               NO BANK GUARANTEE
4 VICTORY INTEGRATED PROFESSIONAL LTD

DISQUALIFIED

 

i.               EXPIRED TCC

ii.              ITF CERTIFICATE EXPIRED

iii.             BPP CERTIFICATE EXPIRED

iv.            PENCOM CERTIFICATE EXPIRED

v.              AUDITED ACC NOT UP TO DATE

vi.            NO SIMILAR JOB DONE

 

5TIMLAD LIMITEDDISQUALIFIED

i.               AUDITED ACC NOT UP TO DATE

ii.              NO SWORN AFFIDAVIT

 

6PHARMASTRATEGIES NIG. LTDDISQUALIFIED

i.               NSITF EXPIRED

ii.              ITF EXPIRED

iii.             TCC EXPIRED

iv.            PENCOM EXPIRED

v.              BPP EXPIRED

vi.            NO BANK GUARANTEE

vii.           AUDITED ACC NOT UP TO DATE

7FLOWSTREAM INTERNATIONAL WEST AFRICADISQUALIFIED

i.               NATIONALITY OF THE DIRECTORS NOT STATED

ii.              TCC EXPIRED

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              PENCOM EXPIRED

vi.            AUDITED ACC NOT UP TO DATE

8OLLY GLOBAL SERVICES LTD 

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              PENCOM EXPIRED

iii.             NO BANK GUARANTEE

iv.            NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

v.              NO SWORN AFFIDAVIT

 

  LOT: 2 PROCUREMENT OF OFFICE FURNITURE

S/NNAME OF SUPPLIERSSTATUS OF RESPONSIVENESSREMARKS
1GOMEK INTERNATIONAL LTD

QUALIFIED

 

QUALIFIED
2GOLDMATE GLOBAL SERVICES LTD.QUALIFIEDQUALIFIED
3SOKOSH NIG. LTD.DISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

 

4ROYAL POINT INTEGRATED LTDDISQUALIFIED

i.               NO BANK GUARANTEED

ii.              BPP CERTIFICATE EXPIRED

iii.             NO SIMILAR JOB DONE IN THE LAST 3 YEARS

 

5JAM & BAY NIG LTDDISQUALIFIED

i.               NO DETAILED COMPANY PROFILE

ii.              TCC CERTIFICATE EXPIRED

iii.             BPP CERTIFICATE EXPIRED

iv.            NSITF CERIFICATE EXPIRED

v.              PENCOM CERTIFICATE EXPIRED

vi.            AUDITED ACC. NOT UP TO DATE

 

6KADEL INFRA GLOBAL SERVICESDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO BANK GURANTEE

iii.             NSITF CERTIFICATE  EXPIRED

7ARDEN CRAY LTDDISQUALIFIED

i.               NO BANK GURANTEE

ii.              AUDITED ACC. NOT UP TO DATE

8FLOWSTREAM INTERNATIONAL WEST AFRICADISQUALIFIED

      i.         NATIONALITY OF DIRECTORS NOT STATED

ii.         TCC EXPIRED

iii.         ITF EXPIRED

iv.         BPP EXPIRED

v.         PENCOM EXPIRED

vi.         AUDITED ACC NOT UP TO DATE

9HEDGE  MULTI  DYNAMICS VENTURES LTDDISQUALIFIED

i.               NO BANK GUARANTEE

ii.              AUDITED ACC EXPIRED

iii.             NO SIMILAR JOB IN THE LAST THREE YEARS

10TIMLAD LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              FORMS CAC 2& 7 NOT SIGHTED

iii.             NO BANK GUARANTEE

iv.            AUDITED ACC NOT

v.              PENCOM EXPIRED

vi.            NO SWORN AFFIDAVIT

11GILTAIL NIG LTDDISQUALIFIED

i.               NO BANK GUARANTEE

ii.              AUDITED ACC NO UP TO DATE

12IKIMOS NIG LTDDIQUALIFIEDi.               AUDITED ACC NOT UP TO DATE
13LANDWATER TECH ENGINEERING LTDDISQUALIFIED

i.               ITF EXPIRED

ii.              BPP EXPIRED

iii.             PENCOM EXPIRED

iv.            NO BANK GUARANTEE

v.              AUDITED ACC NOT SIGNED

14AMA YAIRO ASSOCIATE NIG LTDDISQUALIFIED

i.               BPP EXPIRED

ii.              TCC EXPIRED

iii.             NSITF EXPIRED

iv.            NATIONALITY OF DIRECTORS NOT STATED

v.              NO BANK GUARANTEE

vi.            AUDITED ACC NOT SIGNED

15TOMFIK  INTERGRATED RESOURCES LTDDISQUALIFIED

i.               BPP EXPIRED

ii.              PENCOM EXPIRED

    

 

 LOT :3 PROCUREMENT OF 60KVA GENERATING SET

S/NNAME OF SUPPLIERSTATUS OF RESPONSIVENESSREMARKS
1LABELL INTERGRATED SERVICES LTD.DISQUALIFIED

      i.         NO SWORN AFFIDAVIT

ii.         NO BANK GUARANTEE

2OVIVI VENTURESDISQUALIFIED

i.               NO FORMS CAC 2 & 7

ii.              TCC EXPIRED

iii.             BPP EXPIRED

iv.            PENCOM EXPIRED

v.              ITF EXPIRED

3STANDORA NIG LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO FORMS CAC 2 & 7

iii.             NO BANK GUARANTEE

iv.            NO EVIDENCE OF SIMILAR JOB

4BOUNTY BUSINESS DEV. LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC EXPIRED

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              PENCOM EXPIRED

vi.            AUDITED ACC NOT SIGNED

5LIBIARS NIG LTDDISQUALIFIED

i.               PENCOM EXPIRED

ii.              NO BANK GUARANTEE

6LORG BASH INVESTMENT LIMITEDDISQUALIFIED

i.               NO EVIDENCE OF SIMILAR JOB

ii.              NO SWORN AFFIDAVIT

7SATCON ENG SERVICES NIGERIA LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              ITF EXPIRED

iii.             BPP EXPIRED

iv.            PENCOM EXPIRED

v.              NO BANK GUARANTEE

vi.            AUDITED ACC NOT SIGNED

 

LOT: 4 PROCUREMENT OF OPERATIONAL VEHICLES

S/NNAME OF SUPPLIERSSTATUS OF RESPONSIVENESSREMARKS
1KAURA MOTORSDISQUALIFIED

      i.         NATIONALITY OF DIRECTORS NOT STATED

ii.         BPP EXPIRED

iii.         PENCOM EXPIRED

iv.         NO BANK GUARANTEE

v.         AUDITED ACC NOT SIGNED

2CIRCULAR AUTO MOBILE CO LTDDISQUALIFIED

      i.         NATIONALITY OF DIRECTORS NOT STATED

ii.         TCC EXPIRED

iii.         ITF EXPIRED

iv.         BPP EXPIRED

v.         PENCOM EXPIRED

vi.         NO BANK GUARANTEE

vii.         AUDITED ACC NOT SIGNED

viii.         NO SWORN AFFIDAVIT

  

LOT: 5 PROCUREMENT OF COMPUTERS AND ACCESSORIES

S/NNAME OF SUPPLIERSSTATUS OF RESPONSIVENESSREMARKS
1DOTMAC

QUALIFIED

 

QUALIFIED

 

2D-APEX TECH LTDDISQUALIFIEDNO BANK GURANTEE
3ARIT OF AFRICA.DISQUALIFIED

i.               PENCOM EXPIRED 31ST DECEMBER 2021

ii.              AUDITED ACC NOT UP TO DATE

iii.             NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

iv.            NO NITDA CERTIFICATE

4SATCON ENG. SER. NIG. LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC CERTIFICATE EXPIRED 31STDECEMBER 2021

iii.             ITF CERTIFICATE EXPIRED 31STDECEMBER 2O21

iv.            PENCOM CERTIFICATE EXPIRED 31STDECEMBER 2021

v.              BPP CERTIFICATE EXPIRED 31STDECEMBER 2021

vi.            NO NITDA CERTIFICATE

5CHALLY DOFF LTDDISQUALIFIEDi.               AUDITED ACC NOT UP TO DATE
6NIVIEK INFLUX LTDDISQUALIFIED

i.               NO CAC 2 & 7

ii.             AUDITED ACC NOT UP TO DATE

7HEATROLL TECH LTDDISQUALIFIED

iii.             NATIONALITY OF DIRECTORS NOT STATED

iv.            EXPIRED TCC

v.              ITF CERTIFICATE EXPIRED

vi.            BPP CERTIFICATE EXPIRED

vii.           PENCOM CERTIFICATE EXPIRED

viii.         NO BANK GURANTEE

ix.            NO COMPANYS PROFILE

x.              AUDITED ACC NOT UP TO DATE

xi.            NO NITDA CERTIFICATE

xii.           NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

8JODETT INT. LTDDISQUALIFIED

i.               TCC CERTIFICATE EXPIRED

ii.              ITF CERTIFICATE EXPIRED 31STDECEMBER 2O21

iii.             PENCOM CERTIFICATE EXPIRED 31STDECEMBER 2021

iv.            BPP CERTIFICATE EXPIRED 31STDECEMBER 2021

v.              AUDITED ACC NOT UP TO DATE

vi.            NO BANK GUARANTEE

vii.           NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

 

viii.          NO SWORN AFFIDAVIT

9NOVASTECH LTDDISQUALIFIED

i.               AUDITED ACC NOT UP TO DATE

ii.              NO BANK GUARANTEE

10FARNUD NIG LTDDISQUALIFIED

i.               TCC CERTIFICATE EXPIRED

ii.              ITF CERTIFICATE EXPIRED 31STDECEMBER 2O21

iii.             PENCOM CERTIFICATE EXPIRED 31STDECEMBER 2021

iv.            BPP CERTIFICATE EXPIRED 31STDECEMBER 2021

v.              AUDITED ACC NOT UP TO DATE

vi.            NO BANK GUARANTEE

 

vii.           NO SWORN AFFIDAVIT

11JOWIL MULTI SERVICE LTDDISQUALIFIED

i.               NO COMPANY PROFILE AND LIST OF KEY STAFF

ii.              NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

12JESSY INT. LTDDISQUALIFIED

i.               BPP CERTIFICATE EXPIRED 31STDECEMBER 2021

ii.              AUDITED ACC NOT UP TO DATE

iii.

13DELAW TECHDISQUALIFIED

i.               COMPANY PROFILE WITH LIST OF KEY STAFF

ii.              TCC CERTIFICATE EXPIRED

iii.             ITF CERTIFICATE EXPIRED 31STDECEMBER 2O21

iv.            PENCOM CERTIFICATE EXPIRED 31STDECEMBER 2021

v.              BPP CERTIFICATE EXPIRED 31STDECEMBER 2021

vi.            AUDITED ACC NOT UP TO DATE

vii.           NO BANK GUARANTEE

viii.          NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

 

14LIBIAS NIG LTDDISQUALIFIEDi.               NO BANK GUARANTEE
15DATA NETWORK INFRASTRUCTURAL LIMITEDDISQUALIFIED

TCC NOT UP TO DATE

ITF EXPIRED

BPP EXPIRED

PENCOM EXPIRED

NO BANK GUARANTEE

AUDITED ACC NOT UP TO DATE

  

LOT: 6 SUPPLY AND INSTALLATION OF INVERTERS

S/NNAME OF SUPPLIERSSTATUS OF RESPONSIVENESSREMARKS
1DOTMAC

QUALIFIED

 

QUALIFIED

 

2ECLIPSE POWER NIG. LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO FORMS CAC 2 & 7

iii.             ITF CERTIFICATE EXPIRED

iv.            BPP CERTIFICATE EXPIRED

v.              PENCOM CERTIFICATE EXPIRED

vi.            NO BANK GURANTEE

vii.           AUDITED ACC. NOT UP TO DATE

viii.          NO SWORN AFFIDAVIT

3ARIT OF AFRICA.DISQUALIFIED

i.               BPP EXPIRED

ii.              PENCOM EXPIRED

iii.             AUDITED ACC. NOT UP TO DATE

iv.            NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

 

v.              NO NITDA CERTIFICATE

 

 

4MEED NETWORKS LTDDISQUALIFIED

i.               ITF CERTIFICATE EXPIRED

ii.              BPP CERTIFICATE EXPIRED

iii.             PENCOM CERTIFICATE EXPIRED

iv.            AUDITED ACC. NOT UP TO DATE

v.              NO SWORN AFFIDAVIT

 

5CREDIBILITY ASSESSMENT LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NON DETAILED COMPANY PROFLIE

iii.             ITF CERTIFICATE EXPIRED

iv.            BPP CERTIFICATE EXPIRED

v.              PENCOM CERTIFICATE EXPIRED

vi.            NO EVIDENCE OF SIMILAR JOB DONE IN THE LAST 3YEARS

vii.           NO NITDA CERTIFICATE

 

6MAJESTY LOGISTICS AND PROCUREMENT LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              PENCOM EXPIRED

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              NO BANK GUARANTEE

vi.            AUDITED ACC NOT UP TO DATE

vii.           NO EVIDENCE OF SIMILAR JOB

viii.          NO LIST OF EQUIPMENT

ix.            NO LIST OF KEY STAFF

7AMITAF INVESTMENT LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO BANK GUARANTEE

iii.             ONLY 1 SIMILAR JOB WAS PRESENTED

8DABOTECH ENERGY SOLUTIONS LTD 

i.               NO CAC CERTIFICATE

ii.              NO LIST OF KEY STAFF

iii.             TCC NOT UP TO DATE

iv.            ITF EXPIRED

v.              PENCOM EXPIRED

vi.            BPP EXPIRED

vii.           NO BANK GUARANTEE

viii.          AUDITED ACC NOT UP TO DATE

ix.            ONLY 1 SIMILAR JOB WAS PRESENTED

9GEO –METHOD ENGINEERING LTD 

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO BANK GUARANTEE

10PHARMASTRATEGIES NIG LTD 

i.               TCC NOT UP TO DATE

ii.              NO ITF CERTIFICATE

iii.             BPP EXPIRED

iv.            NO PENCOM CERTIFICATE

v.              NO BANK GUARANTEE

vi.            AUDITED ACC NOT UP TO DATE

vii.           ONLY ONE PROFESSIONAL CERTIFICATE OF KEY STAFF PRESENTED

11OVIVI VENTURES NIG LTD 

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

12DATA NETWORK INFRASTRUCTURES LTD 

i.               TCC NOT UP TO DATE

ii.              ITF EXPIRED

iii.             BPP EXPIRED

iv.            PENCOM EXPIRED

v.              NO BANK GUARANTEE

vi.            AUDITED ACC NOT UP TO DATE

vii.           NO EVIDENCE OF SIMILAR JOB

13OMUZA GLOBAL SERVICES NIG LTD 

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC NOT UP TO DATE

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              PENCOM EXPIRED

vi.            AUDITED ACC NOT UP TO DATE

vii.           NO EVIDENCE OF SIMILAR JOB

14LAJOHN LTD 

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO BANK GUARANTEE

iii.             AUDITED ACC NOT SIGNED

iv.            NO EVIDENCE OF SIMILAR JOB

v.              NO SWORN AFFIDAVIT.

 

LOT 7: CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT ANAMBRA STATE

S/NNAME OF  CONTRACTORSSTATUS OF RESPONSIVENESSREMARKS
1DIPCREST INTEGRATED SERV LTD

QUALIFIED

 

QUALIFIED

 

2EVICDON MERCHANDISE LTDQUALIFIEDQUALIFIED
3ENGINEERING A FORTH DIMENSION LTDQUALIFIEDQUALIFIED
4GOMEK INTERNATIONAL LTD

QUALIFIED

 

QUALIFIED

 

5GEOKOOY ENVIRONMENTAL SERV LTD

QUALIFIED

 

QUALIFIED

 

6RYTE REAZONS LTDQUALIFIEDQUALIFIED
7SKYQUEST CONCEPT PROJECT LTDQUALIFIEDQUALIFIED
8SKALDON INTERNATIONAL LTDDIAQUALIFIEDBPP EXPIRED  31ST DECEMBER, 2021
9PINNACART NIG LTDDISQUALIFIED

      i.         NO FORMS CO2 & CO7

ii.         ITF CERTIFICATE EXPIRED 31STDECEMBER  2021.

iii.         PENCOM CERTIFICATE EXPIRED 31STDECEMBER 2021

iv.         BPP CERTIFICATE  EXPIRED 31STDECEMBER 2021

10KARPHY ENG. LTDDISQUALIFIED

      i.         NO COVERING LETTER

ii.         NATIONALITY OF DIRECTORS NOT STATED

iii.         ITF CERTIFICATE EXPIRED 31STDECEMBER  2021

iv.         NO AUDITED ACCOUNT FOR YEAR 2021

v.         SWORN AFFIDAVIT NOT ADDRESSED TO ICPC.

11ELDOV TRANSNATIONAL  SERVICES LTDDISQUALIFIEDi.               BPP CERTIFICATE  EXPIRED 31ST  DECEMBER 2021
12ELED – ILANN TIZIMO LTDDISQUALIFIEDi.               NO BANK GUARANTEE
13QINGDAD WUXIAO GROUP COMPANY LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC EXPIRED

iii.             BPP EXPIRED

iv.            ITF EXPIRED

v.              PENCOM EXPIRED

14K- CLASS MULTIGLOBAL LTDDISQUALIFIED

i.               NO BANK GUARANTEE

ii.              2019 &2021 AUBITED ACC NOT SIGNED

15EXCESS POWER NIG LTDDISQUALIFIEDi.               NO BANK GURANTEE
16DESKAZ NIG LTDDISQUALIFIED

i.               NO FORMS CAC 2 & 7

ii.              NO TCC

iii.             BPP EXPIRED

17TELMAC ENG SERVICE LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC EXPIRED

iii.             PENCOM EXPIRED

iv.            ITF EXPIRED

v.              BPP EXPIRED

vi.            2021 AUDITED ACC NOT SIGHTED

vii.           2019 AUDITED ACC NOT SIGNED

18ANCHOR NUEL RESOURCES LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              BPP EXPIRED

19MEDIMART & MALL VENTURES LTDDISQUALIFIEDi.               NO SWORN AFFIDAVIT
20SUNFIAT NIG LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              BPP EXPIRED

iii.             2019 AUDITED ACC NOT SIGNED

21GLT RESOURCES LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              PENCOM EXPIRED

iii.             ITF EXPIRED

iv.            NO BANK GUARANTEE

 

LOT 8 CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT NIGER STATE

S/NNAME OF CONTRACTORSSTATUS OF RESPONSIVENESSREMARKS
1MUIB GROUP COMPANY LTD

 

QUALIFIED

 

QUALIFIED

2TESGAN GLOBAL SERVICES LTD

QUALIFIED

 

QUALIFIED

 

3WILMIA NIG LTDQUALIFIEDQUALIFIED
4ELM ENGINEERING SERVICES

QUALIFIED

QUALIFIED

QUALIFIED

QUALIFIED

5ENGINEERING A FORTH DIMENSION LTD

QUALIFIED

 

QUALIFIED

 

6FUGA-T ENGINEERING CONCEPT LTD

QUALIFIED

 

QUALIFIED

 

7HOUSE DESIGNER NIG LTDQUALIFIEDQUALIFIED
8C&K INVESTMENT LTDQUALIFIEDQUALIFIED
9WRIGHT ONLINE SUPPORT LTDQUALIFIEDQUALIFIED
103RD AUGUST ENGINEERING LTDDISQUALIFIED

      i.         NO CAC FORMS CO2 & CO7

ii.         NO BANK GUARANTEE

11FORT CONSULT ENGINEERING LTDDISQUALIFIED

      i.         NATIONALITY OF DIRECTORS NOT STATED

ii.         NO BANK GUARANTEE

12OLYKAMOUS NIG LTDDISQUALIFIED      i.         AUDITED ACCOUNT DATE MUTILATED/NOT CLEAR
13NANSTAKY INTERNATIONAL LTDDISQUALIFIED

     ii.         BPP CERTIFICATE EXPIRED 31ST DECEMBER 2021.

iii.         NO E-MAIL ADDRESS ON THE COVERING LETTER

14WARAMS SERVICES LTDDISQUALIFIED      i.         NO BANK GUARANTEE
15SKALDON INTERNATIONAL LTDDISQUALIFIED

     ii.         NO AUDITED ACCOUNT FOR YEAR 2021.

iii.          BPP CERTIFICATE EXPIRED 31ST DECEMBER 2021.

16DENSE GLOBAL INVESTMENT LTDDISQUALIFIED      i.         2019 AUDITED ACCOUNT NOT SIGNED BY THE DIRECTOR.
17CORELINE ENTERPRISES LTDDISQUALIFIED

     ii.         NO BANK GUARANTEE.

iii.         NATIONALITY OF DIRECTORS NOT STATED.

18CATHNEL SERVICES LTDDISQUALIFIED      i.         BPP CERTIFICATE EXPIRED 31ST DECEMBER 2021.
19SAGETO LTDDISQUALIFIEDi.               NATIONALITY OF DIRECTORS NOT STATED.
20KADEL INFRASTRUCTURE GLOBAL SERVICES LTDDISQUALIFIEDi.               NO BANK GUARANTEE.
21HYPO VEREIN INTERGRATED LTDDISQUALIFIEDi.               NATIONALITY OF DIRECTORS NOT STATED.
22MARTIN PATRICK & JOSEPH LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              ITF EXPIRED

iii.             BPP EXPIRED

23AMERICLEAN GLOBAL SERVICES LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              BPP EXPIRED

24MOFTECH CONSTRUZION LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATE

ii.              BPP EXPIRED

iii.             NO BANK GUARANTEE

25KIFOAT CONSULT NIG LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO BANK GUARANTEE

iii.             NO LIST OF EQUIPMENT

26JODETT MEGA CONCEPT INTERNATIONAL SERVICES LTDDISQUALIFIED

i.               NATIONALITY

ii.              TCC EXPIRED

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              NO BANK GUARANTEE

vi.            PENCOM EXPIRED

vii.           NO SWORN AFFIDAVIT

27RAMUSSAL INTERNATIONAL LTDDISQUALIFIEDi.               NO BANK GUARANTEE
28OMEC INVESTMENT NIG LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              ITF EXPIRED

iii.             BPP EXPIRED

iv.            NO BANK GUARANTEE

v.              PENCOM EXPIRED

29PRECONSULT CONSTRUCTION LTDDISQUALIFIED

i.               BPP EXPIRED

ii.              PENCOM EXPIRED

30OMUZA GLOBAL SERVICESDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              ITF EXPIRED

iii.             BPP EXPIRED

31AG MARVY NIG LTDDISQUALIFIED

i.               BPP EXPIRED

ii.              NO BANK GUARANTEE

32ROFASY NIG LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              BPP EXPIRED

iii.             NO BANK GUARANTEE

iv.            AUDITED ACC NOT UP TO DATE

33JERAZ INTERNATIONAL COMPANY LTDISQUALIFIEDi.               PENCOM EXPIRED
34BETHEL IMPACT INTERNATIONAL RESOUCES LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              PENCOM EXPIRED

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              NO 2021 AUDITED ACC

vi.            NO BANK GUARANTEE

35EXCESS POWER NIG LTDDISQUALIFIEDi.               NO BANK GUARANTEE

 

LOT 9: CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT LAGOS STATE

S/NNAME OF CONTRACTORSSTATUS OF RESPONSIVENESSREMARKS
1DARAKASI INTERNATIONAL LTDQUALIFIEDQUALIFIED
2DOAR CONSTRUCTION LTDQUALIFIEDQUALIFIED
3C&K INVESTMENT LTDQUALIFIEDQUALIFIED
4PK ENVIRONMENTAL CONSULT NIG.LTDQUALIFIEDQUALIFIED
5SUREZ GLOBAL RESOURCES NIG LTDQUALIFIEDQUALIFIED
6LEAD EDGE INTERNATIONALQUALIFIEDQUALIFIED
7GRID LINE NIG LTDQUALIFIEDQUALIFIED
8VESSEL, GOLD & SILVER NIG LTDDISQUALIFIEDi.               NO BANK GUARANTEE
9DENSE GLOBAL INVESTMENTDISQUALIFIEDi.               2019 AUDITED ACCOUNT NOT SIGNED BY THE DIRECTOR.
10NICK PEACE LTDDISQUALIFIEDi.               BPP CERTIFICATE EXPIRED 31STDECEMBER 2021.
11AKPAVEN INTEGRATED SERVICESDISQUALIFIEDi.               PENCOM CERTIFICATE EXPIRED 31ST DECEMBER  2021
12FORT CONSULTDISQUALIFIED

i.               NO BANK GUARANTEE.

ii.              NATIONALITY OF DIRECTORS NOT STATED

13JUSICAL ENGINEERING SERVICES LTDDISQUALIFIEDi.               NATIONALITY OF DIRECTORS NOT STATED.
14CATHNEL SERVICESDISQUALIFIEDi.               BPP CERTIFICATE EXPIRED 31ST DECEMBER 2021.
15SAGETO LTDDISQUALIFIEDi.               NATIONALITY OF DIRECTORS NOT STATED.
16MAYA CONTRACTORS LTDDISQUALIFIED

i.               NO BANK GUARANTEE

ii.              NO LIST OF EQUIPMENT

17PRECONSMITH CONSTRUCTIONDISQUALIFIED

i.               BPP EXPIRED

ii.              PENCOM EXPIRED

iii.             NO BANK GUARANTEE

18RAMUSAL INTERNATIONALDISQUALIFIEDi.               NO BANK GUARANTEE
19ARID BUILDERS NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

20ANCHOR NUEL RESOURCES LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              BPP EXPIRED

21ESINOS RESOURCES INTEGRATED LTDDISQUALIFIED

i.               BPP EXPIRED

ii.              PENCOM EXPIRED

iii.             NO BANK GUARANTEE

22SULE SAGMAK NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

iii.               NO BANK GUARANTED

iv.            NO 2021 AUDITED ACC

LOT 10: CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT KATSINA STATE

S/NNAME OF CONTRACTORSSTATUS OF RESPONSIVENESSREMARK
1

FUGA-T ENGINEERING COMPANY LTD

 

QUALIFIEDQUALIFIED
2ELM ENGINEERING SERVICESQUALIFIEDQUALIFIED
3EVICDON MERCHANDISE LTD

QUALIFIED

 

QUALIFIED

 

4

LEAD EDGE ENTERPRISE LTD

 

QUALIFIED

QUALIFIED

 

5

WRIGHT ONLINE SUPPORT SERVICES

 

QUALIFIED

QUALIFIED

 

6CAGEWOX. DOT NET LTDQUALIFIED

QUALIFIED

 

7IKIMOS NIG LTDQUALIFIED

QUALIFIED

 

8ARIBOSA VENTURES LTDQUALIFIED

QUALIFIED

 

9PK ENVIROMENTAL CONSULTQUALIFIED

QUALIFIED

 

10WARAMS SDERVICES LTDDISQUALIFIEDi.               NO BANK GUARANTEE
11KARPHY ENGINEERINGDISQUALIFIEDi.               NO COVERING LETTER
12HYPO VEREIN INTEGRATED LTDDISQUALIFIEDi.               NATIONALITY OF DIRECTORS NOT STATED.
133RD AUGUST ENGINEERING LTDDISQUALIFIED

i.      SWORN AFFIDAVIT NOT SIGNED

ii.     NO BANK GUARANTEE

14ELDOV TRANS NATIONAL SERVICES LTDDISQUALIFIEDi.               BPP CERTIFICATE EXPIRED 31ST DECEMBER 2021.
15JUSICAL ENGINEERING SERVICESDISQUALIFIEDi.               NATIONALITY OF DIRECTORS NOT STATED
16LIVIC CONSTRUCTION LTDDISQUALIFIED

i.               NO PROFESSIONAL CERTIFICATE OF KEY STAFF

ii.              NO  EVIDENCE LEASE AGREEMENT OF LIST OF EQUIPMENT

17MAI NASABI NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              ITF EXPIRED

iii.             BPP EXPIRED

iv.            PENCOM EXPIRED

v.              NO BANK GUARANTEE

18BILIJOE + BERGER NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

iii.             ITF EXPIRED

iv.            PENCOM EXPIRED

v.              NO BANK

vi.            2019 AUDITED ACC NOT SIGNED

19GLOBAL VICION INVESTMENT LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC NOT UP DATE

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              PENCOM EXPIRED

vi.            AUDITED ACC NOT UP TO DATE

20STEFAN JAEGER NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              ITF EXPIRED

iii.             BPP EXPIRED

iv.            PENCOM EXPIRED

21OMEC INVESTMENT NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DTAE

ii.              PENCOM EXPIRED

iii.             BPP EXPIRED

iv.            NO BANK GUARANTEE

22MAGABAT INTERNATIONAL LTDDISQUALIFIEDi.               NO BANK GUARANTEE
23CONZEC CONSTRUCTION LTDDISQUALIFIED

i.               PENCOM EXPIRED

ii.               NO SWORN AFFIDAVIT

24ARID BUILDERS NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

25MOFTECH CONSTRUCZION LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              BPP EXPIRED

iii.             NO BANK GUARANTEE

26KCLASS INTERNATIONAL GLOBAL ENGINEERING LTDDISQUALIFIED

i.               NO BANK GUARANTEE

ii.              2019 &2021 AUBITED ACC NOT SIGNED

27GEO METHOD ENGINEERING LTDDISQUALIFIED

i.               NO COVERING LETTER

ii.              NO BANK GUARANTEE

iii.             NO SWORN AFFIDAVIT

28KIFOAT CONSULT NIG LTDDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              NO BANK GUARANTEE

iii.             NO LIST OF EQUIPMENT

29AG MARVY NIG LTDDISQUALIFIED

i.               NO BANK GUARANTEE

ii.              NO LIST OF EQUIPMENT

30ROFASY NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

iii.             NO 2021 AUDITED CC

iv.            NO BANK GUARANTEE

31VOAS NIG LTDDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              BPP EXPIRED

iii.             AUDITED ACC NOT UP TO DATE

32MAJESTY LOGISTICS AND PROCUREMENT LTDDISQUALIFIED

x.              NATIONALITY OF DIRECTORS NOT STATED

xi.            PENCOM EXPIRED

xii.           ITF EXPIRED

xiii.          BPP EXPIRED

xiv.         NO BANK GUARANTEE

xv.           AUDITED ACC NOT UP TO DATE

xvi.         NO EVIDENCE OF SIMILAR JOB

xvii.        NO LIST OF EQUIPMENT

 

LOT 11: CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT BAYELSA STATE

S/NNAME OF CONTRACTORSSTATUS OF RESPONSIVENESSREMARK
1DIPCREST INTEGRATED SERVICESQUALIFIEDQUALIFIED
2DARAKASI INTERNATIONAL LTDQUALIFIEDQUALIFIED
3TESGAN GLOBAL SERVICESQUALIFIEDQUALIFIED
4WILMIA NIG LTDQUALIFIEDQUALIFIED
5ENERGY LITE NIG LTDQUALIFIEDQUALIFIED
6ARIBOSAR VENTURES LTDQUALIFIEDQUALIFIED
7PINICAT NIG LTDDISQUALIFIED

i.      NATIONALITY OF DIRECTORS NOT STATED

ii.     ITF CERTIFICATE EXPIRED 31ST DECEMBER 2021.

iii.   PENCOM CERTIFICATE EXPIRED 31STDECEMBER 2021

iv.   BPP CERTIFICATE  EXPIRED 31ST  DECEMBER 2021

8NANSTAKY INTERNATIONAL LTDDISQUALIFIED

i.               BPP CERTIFICATE EXPIRED 31ST DECEMBER 2021

ii.              NO E-MAIL ADDRESS ON THE LETTER-HEAD

9 COSOLVE & ASSOCIATES LTDDISQUALIFIED

i.               ITF CERTIFICATE EXPIRED 31ST DECEMBER 2021.

ii.              BPP CERTIFICATE  EXPIRED 31ST  DECEMBER 2021

10NICK PEACE LTDDISQUALIFIEDi.                BPP CERTIFICATE  EXPIRED 31ST  DECEMBER 2021
11ESINOS RESOURCES INTERNATIONAL LTDDISQUALIFIED

i.               BPP EXPIRED

ii.              PENCOM EXPIRED

iii.             NO BANK GUARANTEE

iv.            NO LEASE AGREEMENT FOR EQUIPMENT

12AMECLEAN GLOBAL SERVICESDISQUALIFIED

i.               TCC NOT UP TO DATE

ii.              ITF EXPIRED

iii.             BPP EXPIRED

iv.            ITF EXPIRED

v.              NO BANK GUARANTEE

vi.            AUDITED ACC NOT SIGNED

13MUTUAL INFRASTRUCTURE LTDDISQUALIFIED

i.               TCC EXPIRED

ii.              PENCOM EXPIRED

iii.             NO SWORN AFFIDAVIT

14C-Tony Thomas Nig LtdDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATE

ii.              NO FORMS CAC 2 & 7

iii.             COMPANY PROFILE NOT COMPLETE

iv.            TCC EXPIRED

v.              ITF EXPIRED

vi.            Bpp

vii.           Pencom

viii.          No bank guar

ix.            nsitf

15ONICON RESOURCES LTDDISQUALIFIEDi.               PENCOM EXPIRED
16NEW BORN PROJECTS LTDDISQUALIFIEDi.               NATIONALITY OF DIRECTOR NOT STATED
17MAGABAT INTERNATIONAL LTDDISQUALIFIEDi.               NO BANK GUARANTEE
18TELMAC ENG. SERVICESDISQUALIFIED

i.               NATIONALITY OF DIRECTORS NOT STATED

ii.              TCC EXPIRED

iii.             ITF EXPIRED

iv.            BPP EXPIRED

v.              PENCOM EXPIRED

 

 

DEBRIEFING FOR INDEPENDENT CORRUPT PRACTICES AND OTHER RELATED OFFENCES COMMISSION (ICPC) 2021 CAPITAL PROJECTS.

20TH APRIL, 2022

 

Attention to bidders

 

STEP DOWN OF CONSTRUCTION OF PROTOTYPE OFFICE BUILDING IN LAGOS STATE (LOT 9)

Following the resolution at the Tenders Board meeting held on 20th April 2022 at the Commission’s Board room, you may wish to be informed that the Commission has stepped down LOT 9- CONSTRUCTION OF PROTOTYPE OFFICE BUILDING IN LAGOS STATE. This is due to non-availability of land for the construction.

  1. The Commission extends profound gratitude to all bidders for their participation.
  2. Please accept the assurance of the commission’s highest regards.

 

Shintema P. Binga

HOU, Procurement

For:  Hon. Chairman

 

 

REQUEST FOR QUOTATIONS 

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invite interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

 2.0 SCOPE OF WORK

The scope of work to be carried out consists of the following

  1. Supply of Safety Kits
  2. Supply and Installation of Electronic Digital Wall Mounted Synage Display
  3. Production of Strategic Action Plan 2019- 2023

3.0 REQUIREMENTS/QUALIFICATIONS

The eligibility qualifications/requirements include:

  1. Registration with the CAC. Including Memo &Article of association, Form Co2, & Co7 (Where Applicable)
  2. Tax clearance Certificate for the last three (3) yrs. To be Valid up to 31st December, 2020
  3. VAT Registration Certification and Past Remittances if any
  4. Evidence of Registration with National Pension Commission and Remittance of employees’ pension, if applicable.
  5. Evidence of Payment of training Contribution to ITF, if applicable
  6. Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labor must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund (NSITF)
  7. Evidence of Registration with Bureau of Public Procurement (BPP) Data bank
  8. Evidence of Registration with relevant Professional Body(Where Applicable)
  9. Evidence of Similar Jobs Executed in the last 5 years

Interested and competent Contractors are required to collect Request for Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked “National Shopping for Supply of Safety Kitsitem No1. “National shopping for the Supply and Installation of Electronic Digital Wall Mounted Synage Display” item No2. “National shopping for the Production of Strategic Action Plan 2019-2023” item No.3.”.it must be submitted on or before 2:30 pm Monday, 9thAugust, 2021, at the following addressProcurement Unit, GF Room 15.

Note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available.

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

Most importantly, note that while submitting your quotation letter:

  1. The registration number(RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 2.30pm, Monday 9th August, 2021 Room 15, Ground Floor, Independent Corrupt Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Secretary,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

Tel: 08136060279

Yours truly

For: Secretary to the Commission

DEBRIEFING OF BIDDERS ON THE OUTCOME OF FINANCIAL BID EVALUATION FOR ICPC 2021 CAPITAL PROJECTS.

 

ATTENTION TO BIDDERS

In compliance with the provision of Sec16(11) and 23(7) of the Public Procurement Act 2007. You may wish to be informed that the Commission has step down 4 number lots which would be re-advertised at a later date. This is due to non-responsiveness of the bidders to the in-house estimate. Below are the list of the lots and status of the bidders.

LOT 1: Rehabilitation of structures in ICPC Headquarters and construction of extension building.

S/NNAME OF FIRMSSTATUSREMARKS
1SUREZ GLOBALNOT RESPONSIVENOT RESPONSIVE
2AVALON DESIGNNOT RESPONSIVENOT RESPONSIVE
3OBET NIG LTDDISQUALIFIEDNO BANK BOND
4ARITSE NIG LTDDISQUALIFIEDNO BANK BOND

 

 

LOT 2: Construction of prototype office building at Akure Ondo State

S/NNAME OF FIRMSSTATUS
1MEIN MULTI LINKS SERVICES LTDNOT RESPONSIVE
2ROKOZI INVESTMENT LTDNOT RESPONSIVE
3ENERGY LIGHT NIG LTDNOT RESPONSIVE
4VINCI ENGINEERING LTDNOT RESPONSIVE

LOT 4 Construction of prototype office building at Enugu, Enugu State.

S/NNAME OF FIRMSSTATUS
1.WHALE CONSTRUCTION NIG LTDNOT RESPONSIVE
2.AMSOMOPS ENTERPRISES LTDNOT RESPONSIVE
3.SPINAL ENGINEERING SER. LTDNOT RESPONSIVE
4.ASAKA SERVICES LTDNOT RESPONSIVE
5.GRID LINE NIG LTDNOT RESPONSIVE
6EXCESS POWER NIG LTDNOT RESPONSIVE
7REX OPTIMA INT. LTDNOT RESPONSIVE
8.FUGA-T ENGR. COMP. LTDNOT RESPONSIVE
9.REON VENTURES NIG LTDNOT RESPONSIVE

LOT 7: Renovation of the Commission’s Office, Ikoyi Lagos State.

S/NNAME OF FIRMSSTATUS
1DAROBET NIG. LIMITEDNOT RESPONSIVE

Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

The Director

SUREZ GLOBAL

AVALON DESIGN

OBET NIG LTD

ARITSE NIG LTD

REHABILITATION OF STRUCTURES IN ICPC HEADQUARTERS    AND CONSTRUCTION OF EXTENSION BUILDING (LOT 1).

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007.I am directed to debrief your firm on the above subject.

  1. Please find attached status of your firm.
  2. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

The Director

MEIN MULTILINK LTD

ROKOZI INVESTMENT LTD

ENERGY LIGHT NIG LTD

VICNI ENGINEERING SERVICES LTD

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT AKURE ONDO STATE (LOT 2)

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007.I am directed to debrief your firm on the above subject.

  1. Please find attached status of your firm.
  2. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

The Director

WHALE CONSTRUCTION NIG LTD

AMSOMOPS ENTERPRISES LTD

SPINAL ENGINEERING SERVICES LTD

ASAKA SERVICES LTD

GRID LINE NIG LTD

EXCESS POWER NIG LTD

REX OPTIMA INTERNATIONAL LTD

FUGA-T ENGINEERING LTD

REON VENTURES NIG LTD

 

 

CONSTRUCTION OF PROTOTYPE OFFICE BUILDING AT ENUGU, ENUGU STATE (LOT 4).

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007.I am directed to debrief your firm on the above subject.

  1. Please find attached status of your firm.
  2. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

The Director

DAROBET NIG LTD

RENOVATION OF THE COMMISSION’S OFFICE, IKOYI LAGOS STATE (LOT 7).

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007.I am directed to debrief your firm on the above subject.

  1. Please find attached status of your firm.
  2. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

RE: DEBRIEFING FOR THE APPOINTMENT OF FACILITY MANAGER FOR THE ANTI-CORRUPTION ACADEMY 40-BEDROOM GUEST HOUSE AND 64-BED HOSTEL, KEFFI.  2021.

 

ATTENTION TO BIDDERS.

You may wish to be informed that after further clarification the Commission found M/S ETUDO & COMPANY to be responsive, the firm presented Lagos State Tax accompanied with personal income Tax being the sole proprietor of his company. M/S ETUDO & COMPANY is therefore invited to the Commission for further instruction.

S/NONAME OF FIRMSTATUSREMARKS
1ETUDO & COMPANYQUALIFIED    RESPONSIVE
2DUPE LONGE ASSOCIATEDISQUALIFIED

a.    NO EVIDENCE OF FORMS C02&C07

b.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

c.      NO LIST OF APPROPRIATE EQUIPMENT

d.    NO FINANCIAL CAPABILITY

e.    NO EVIDENCE PRACTICE LICENSE RENEWAL.

3A.   A  OLABODE & CODISQUALIFIED

a.    NO EVIDENCE OF FORMS C02&C07

b.    NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

c.     NO LIST OF APPROPRIATE EQUIPMENT

d.     NO FINANCIAL CAPABILITY

e.    NO EVIDENCE OF REGISTRATION RENEWAL WITH FACILITY MANAGEMENT PROFESSIONAL BODIES RENEWAL

4AMOS KASIM & ASSOCIATESDISQUALIFIED

a.         NO EVIDENCE OF FORMS C02&C07

b.        NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

c.         NO LIST OF APPROPRIATE EQUIPMENT

d.        NO LIST OF PROFESSIONALS

e.NO EVIDENCE OF REQUIRED PROFESSIONALS

5SUREZ GLOBAL RESOURCES NIG LTDDISQUALIFIED

a.    NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO LIST OF APPROPRIATE EQUIPEMT

c.     NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGEMET BODIES

d.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.    NO FINANCIAL  CAPABILITY

6ENZO INTEGRATED CONCEPT LTDDISQUALIFIED

a.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

b.    NO EVIDENCE FINANCIAL  CAPABILITY

7CAGE WOX DOT NET LTDDISQUALIFIED

a.         NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.        NO LIST OF APPROPRIATE EQUIPEMT

c.         NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGEMET BODIES

d.        NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.        NO FINANCIAL  CAPABILITY

8NETWORK FACILITY MANAGEMENT LTDDISQUALIFIED

a.    NO LIST OF PROFESSIONAL STAFF

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGEMENT PROFESSIONAL BODY

d.    NO EVIDENCE OF WORN AFFIDAVIT

9LAURNMAN AND COMPANY LTDDISQUALIFIED

a.    NO EVIDENCE OF REGISTRATION WITH BPP

b.    NO EVIDENCE OF SIMILAR JOBS DONE IN LAST THREE YEARS

c.     NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGERS PROFESSIONAL BODY

d.    NO EVIDENCE OF RENEWAL OF PRACTICE LICENSE

10AHKB CLEANERS LTDDISQUALIFIED

a.    NO EVIDENCE OF REGISTRATION WITH BPP

b.    NO LIST OF PROFESSIONALS

c.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

d.    NO EVIDENCE OF RENEWAL OF PRACTICE LICENSE.

11DE’ LORD MASELI AND PARTNERSDISQUALIFIED

a.    NO EVIDENCE OF FORMS C02 & C07

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO EVIDENCE OF PRACTICE  LICENSE RENEWAL

12DOTNET TECHNOLOGIESDISQUALIFIED

a.    NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

c.     NO FINANCIAL  CAPABILITY

13STEVENAH LTDDISQUALIFIED

a.    TAX CLEARANCE CERTIFICATE NOT UP TO DATE

b.    NO EVIDENCE OF SIMILAR JOPBS IN THE LAST THREE YEARS

c.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

d.    NO FINANCIAL  CAPABILITY

14DOSU FATOKUN & CODISQUALIFIED

a.    NO EVIDENCE OF FORMS C02 & C07

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO FINANCIAL CAPABILITY

15BRISCOE PROPERTIES LTD/BRISCOE HOMES LTDDISQUALIFIED

a.    NO EVIDENCE OF FORMS C02 & C07

b.    TAX CLEARANCE CERTIFICATE IS NOT UP TO DATE

c.     NO LIST OF PROFESSIONALS

d.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.    NO FINANCIAL CAPABILITY

16ALFA MEAD FACILITIES MANAGEMENT SERVICES LTDDISQUALIFIED

a.    NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO LIST OF PROFESSIONALS

c.     NO LIST OF APPROPRIATE EQUIPMENT

d.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.    NO FINANCIAL  CAPABILITY

17PAKS COMPANY LTDDISQUALIFIED

a.    NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO EVIDENCE OF REGISTRATION WITH APPROPRIATE PROFESSIOANL BODY

c.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

18INTERNATIONAL RESOURCES MANAGEMENT LTDDISQUALIFIED

a.    NO LIST OF APPROPRIATE EQUIPMENT

b.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

c.     NO FINANCIAL CAPABILITY

19ZINITH HYGERMETIC LTDDISQUALIFIED

a.    NO EVIDENCE OF RECENT THREE YEARS AUDITED ACCOUNT

b.    NO LIST OF APPROPRIATE PROFESSIONALS

c.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

d.    NO EVIDENCE OF REGISTRATION WITH APPROPRIATE PROFESSIONAL BODY

e.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

20FACILITIES MAINTENANCE SUPPORT SERVICE LTD.DISQUALIFIED

a.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

b.    NO FINANCIAL CAPABILITY.

 

 

 

The Director

ETUDO & COMPANY

 

DEBRIEFING FOR THE APPOINTMENT OF FACILITY MANAGER FOR 40 BEDROOM GUEST HOUSE AND 64 BEDS HOSTEL AT ANTI-CORRUPTION ACADEMY (ACAN) KEFFI.

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007.I am directed to debrief your firm on the above subject.

  1. Please find attached summary of the debrief and status of your firm.
  2. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

 

 

 

 

 

 

The Director

DUPE LONGE ASSOCIATE

A.A  OLABODE & CO

AMOS KASIM & ASSOCIATES

SUREZ GLOBAL RESOURCES NIG LTD

ENZO INTEGRATED CONCEPT LTD

CAGE WOX DOT NET LTD

NETWORK FACILITY MANAGEMENT LTD

LAURNMAN AND COMPANY LTD

AHKB CLEANERS LTD

DE’ LORD MASELI AND PARTNERS

DOTNET TECHNOLOGIES

STEVENAH LTD

DOSU FATOKUN & CO

BRISCOE PROPERTIES LTD/BRISCOE HOMES LTD

ALFA MEAD FACILITIES MANAGEMENT SERVICES LTD

PAKS COMPANY LTD

INTERNATIONAL RESOURCES MANAGEMENT LTD

ZINITH HYGERMETIC LTD

FACILITIES MAINTENANCE SUPPORT SERVICE LTD.

 

DEBRIEFING FOR THE APPOINTMENT OF FACILITY MANAGER FOR 40 BEDROOM GUEST HOUSE AND 64 BEDS HOSTEL AT ANTI-CORRUPTION ACADEMY (ACAN ) KEFFI.

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007.I am directed to debrief your firm on the above subject.

  1. Please find attached summary of the debrief and status of your firm.
  2. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

ATTENTION TO BIDDERS                                                                                                                          31ST MAY 2021

TO:

A.A OLABODE & CO

AMOS KASIM & ASSOCIATES

AHKB CLEANERS LTD

ALFA MEAD FACILITIES MANAGEMENT SERVICES LTD

BRISCOE PROPERTIES LTD/BRISCOE HOMES LTD

CAGE WOX DOT NET LTD

DOSU FATOKUN & CO

DUPE LONGE ASSOCIATE

DE’ LORD MASELI AND PARTNERS

DOTNET TECHNOLOGIES

ETUDO & COMPANY

ENZO INTEGRATED CONCEPT LTD

FACILITIES MAINTENANCE SUPPORT SERVICE LTD.

INTERNATIONAL RESOURCES MANAGEMENT LTD

LAURNMAN AND COMPANY LTD

NETWORK FACILITY MANAGEMENT LTD

PAKS COMPANY LTD

SUREZ GLOBAL RESOURCES NIG LTD

STEVENAH LTD

ZINITH HYGERMETIC LTD

 

DEBRIEFING FOR THE APPOINTMENT OF FACILITY MANAGER FOR 40 BEDROOM GUEST HOUSE AND 64 BEDS HOSTEL AT ANTI-CORRUPTION ACADEMY (ACAN) KEFFI.

In compliance with the provisions of Sec 16 (11) and 23(7) of the Public Procurement Act 2007. I am directed to debrief your firm on the above subject.

2. Please find attached summary of the debrief and status of your firm.

3. Please accept the assurances of the Commission’s highest regards.

 

Afolayan K. Waheed

HOU, Procurement

For:  Hon. Chairman

 

 

SUMMARY REPORT ON THE TECHNICAL BID ANALYSIS FOR THE

APPOINTMENT OF MANAGER FOR THE ANTI-CORRUPTION ACADEMY 40-BEDROOM GUEST HOUSE AND 64-BED HOSTEL, KEFFI.  2021.

Based on the analysis sheet, Folio 90 to 92 refers, the firms were found to be non-responsive to the eligibility criteria set out in advertisement as follows;

 

S/NONAME OF FIRMSTATUSREMARKS
1DUPE LONGE ASSOCIATEDISQUALIFIED

a.     NO EVIDENCE OF FORMS C02&C07

b.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

c.      NO LIST OF APPROPRIATE EQUIPMENT

d.    NO FINANCIAL CAPABILITY

e.    NO EVIDENCE PRACTICE LICENSE RENEWAL.

2A.    A  OLABODE & CODISQUALIFIED

a.     NO EVIDENCE OF FORMS C02&C07

b.    NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

c.     NO LIST OF APPROPRIATE EQUIPMENT

d.     NO FINANCIAL CAPABILITY

e.    NO EVIDENCE OF REGISTRATION RENEWAL WITH FACILITY MANAGEMENT PROFESSIONAL BODIES RENEWAL

3AMOS KASIM & ASSOCIATESDISQUALIFIED

a.         NO EVIDENCE OF FORMS C02&C07

b.        NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

c.         NO LIST OF APPROPRIATE EQUIPMENT

d.        NO LIST OF PROFESSIONALS

e.        NO EVIDENCE OF REQUIRED PROFESSIONALS

4SUREZ GLOBAL RESOURCES NIG LTDDISQUALIFIED

a.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGEMENT BODIES

d.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.    NO FINANCIAL CAPABILITY

5ENZO INTEGRATED CONCEPT LTDDISQUALIFIED

a.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

b.    NO EVIDENCE FINANCIAL CAPABILITY

6CAGE WOX DOT NET LTDDISQUALIFIED

a.         NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.        NO LIST OF APPROPRIATE EQUIPMENT

c.         NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGEMENT BODIES

d.        NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.         NO FINANCIAL CAPABILITY

7NETWORK FACILITY MANAGEMENT LTDDISQUALIFIED

a.     NO LIST OF PROFESSIONAL STAFF

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGEMENT PROFESSIONAL BODY

d.    NO EVIDENCE OF SWORN AFFIDAVIT

8LAURNMAN AND COMPANY LTDDISQUALIFIED

a.     NO EVIDENCE OF REGISTRATION WITH BPP

b.    NO EVIDENCE OF SIMILAR JOBS DONE IN LAST THREE YEARS

c.     NO EVIDENCE OF REGISTRATION WITH FACILITY MANAGERS PROFESSIONAL BODY

d.    NO EVIDENCE OF RENEWAL OF PRACTICE LICENSE

9AHKB CLEANERS LTDDISQUALIFIED

a.     NO EVIDENCE OF REGISTRATION WITH BPP

b.    NO LIST OF PROFESSIONALS

c.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

d.    NO EVIDENCE OF RENEWAL OF PRACTICE LICENSE.

10DE’ LORD MASELI AND PARTNERSDISQUALIFIED

a.     NO EVIDENCE OF FORMS C02 & C07

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

11DOTNET TECHNOLOGIESDISQUALIFIED

a.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

c.     NO FINANCIAL CAPABILITY

12STEVENAH LTDDISQUALIFIED

a.     TAX CLEARANCE CERTIFICATE NOT UP TO DATE

b.    NO EVIDENCE OF SIMILAR JOBS IN THE LAST THREE YEARS

c.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

d.    NO FINANCIAL CAPABILITY

13DOSU FATOKUN & CODISQUALIFIED

a.     NO EVIDENCE OF FORMS C02 & C07

b.    NO LIST OF APPROPRIATE EQUIPMENT

c.     NO FINANCIAL CAPABILITY

14BRISCOE PROPERTIES LTD/BRISCOE HOMES LTDDISQUALIFIED

a.     NO EVIDENCE OF FORMS C02 & C07

b.    TAX CLEARANCE CERTIFICATE IS NOT UP TO DATE

c.     NO LIST OF PROFESSIONALS

d.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.    NO FINANCIAL CAPABILITY

15ALFA MEAD FACILITIES MANAGEMENT SERVICES LTDDISQUALIFIED

a.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO LIST OF PROFESSIONALS

c.     NO LIST OF APPROPRIATE EQUIPMENT

d.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

e.    NO FINANCIAL CAPABILITY

16PAKS COMPANY LTDDISQUALIFIED

a.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

b.    NO EVIDENCE OF REGISTRATION WITH APPROPRIATE PROFESSIONAL BODY

c.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

17INTERNATIONAL RESOURCES MANAGEMENT LTDDISQUALIFIED

a.     NO LIST OF APPROPRIATE EQUIPMENT

b.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

c.     NO FINANCIAL CAPABILITY

18ETUDO & COMPANYDISQUALIFIEDa.     TAX CLEARANCE CERTIFICATE IS NOT UP TO DATE
19ZINITH HYGERMETIC LTDDISQUALIFIED

a.     NO EVIDENCE OF RECENT THREE YEARS AUDITED ACCOUNT

b.    NO LIST OF APPROPRIATE PROFESSIONALS

c.     NO EVIDENCE OF SIMILAR JOBS DONE IN THE LAST THREE YEARS

d.    NO EVIDENCE OF REGISTRATION WITH APPROPRIATE PROFESSIONAL BODY

e.    NO EVIDENCE OF PRACTICE LICENSE RENEWAL

20FACILITIES MAINTENANCE SUPPORT SERVICE LTD.DISQUALIFIED

a.     NO EVIDENCE OF PRACTICE LICENSE RENEWAL

b.    NO FINANCIAL CAPABILITY.

 

 

 

 

 

                                                                         INVITATION TO TENDER

  1. INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission wishes to invite interested, experienced and competent contractors and service providers to tender for the execution of projects under the 2021 Appropriation. Ref No ICPC/ITT/CAP/R/01/21 of Budget Code 0341001001

  1. SCOPE OF WORK

The scope of work to be carried out consists of the following:

  1. WORKS

Lot 1 – Rehabilitation of structures in ICPC Headquarters and Construction of Extension building

Lot 2 – Construction of Prototype Office Building at Akure, Ondo State

Lot 3 – Construction of Prototype Office Building at Asaba, Delta State

Lot 4 – Construction of Prototype Office Building at Enugu, Enugu State

Lot 5 – Construction of Prototype Office Building at Lokoja, Kogi State

Lot 6 – Renovation of the Commission’s Office, Bauchi, Bauchi State

Lot 7 – Renovation of the Commission’s Office, VI, Lagos State

  1. GOODS AND SERVICES

Lot 8-     Supply and Installations of ICT/Forensic Security Equipment

  1. ELIGIBILITY REQUIREMENTS

Interested, experienced and Competent Contractors should submit the following eligibility documents indicating the minimum qualification required of the bidders.

  1. Evidence of Certificate of Incorporation issue by Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7.
  2. Tax Clearance Certificate (TCC) for the last three (3) years (2018,2019 & 2020) valid till December 31st 2021, with minimum average annual turnover of N280 million and Performance Bond of 5% of the contract sum from a reputable Commercial Bank for Lot 1 only.
  3. Evidence of current National Pension Commission Certificate valid till 31/12/2021.
  4. Evidence of current Industrial Training Fund (ITF) compliance certificate valid till 31/12/2021.
  5. Evidence of current Nigerian Social Insurance Trust Fund (NSITF) compliance Certificate valid till 31/12/2021.
  6. Evidence of registration on the National Data Base for Contractors, Consultants and Service providers or Interim Registration Report issued by BPP or valid certificate issued by Bureau of Public Procurement (BPP).
  7. Sworn affidavit disclosing whether or not any Officer of the relevant committees of the Independent Corrupt Practices and Other Related Offences 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;
  8. The Company’s Audited Accounts for the last three (3) years (2018, 2019& 2020).
  9. 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 when needed.
  10. 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 registration with COREN, QSRBN, ARCON, CORBON, SURCON, EOM. Software Certification and any other relevant certification as applicable.
  11. Evidence of registration with professional bodies where applicable.
  12. Verifiable evidence of at least Three (3) similar contracts executed in the last (3) five years, with verifiable Letters of Award, Valuation Certificates and Job Completion Certificates.
  13. List of Plants/Equipment proposed for the project, with proof of ownership/ leased, (Location Address Where applicable)
  14. For Joint Ventures/Partnership, Memorandum of Understanding (MoU) should be provided (Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR &  Sworn Affidavit are compulsory for each JV partner);
  15. All documents for submission must be transmitted with a covering/ forwarding letter under the Company’s Letter Head Paper bearing among others: the registration number(RC) as issued to the Company by the Corporate Affairs Commission (CAC), Contact Address, telephone numbers (preferably GSM No.) and e-mail address. The cover letter (letter Head) must bear the names and the nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized Officer of the firm.
  1. COLLECTION OF TENDER DOCUMENTS

Interested Companies are to collect Standard Bidding Documents with detailed specifications from the office of the Secretary to the Commission, Second Floor, Room 24, ICPC, upon presentation of evidence of payment of non-refundable Tender Fee of N10,000 only, per lot, paid to ICPC, through the generation of a Remita Retrieval Reference (RRR) in any reputable commercial Bank in Nigeria.

  1. SUBMISSION OF TENDER DOCUMENTS

Bidders are to submit for each of the lot desired, two (2) hard copies and soft copies each of the Technical and Financial Bids, with softcopy of the financial bid only in MS Excel format, packaged separately in sealed envelopes clearly and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put  the two sealed  envelopes together in a in a third or bigger envelope also sealed  and addressed to Chairman/The Secretary ICPC, Plot 802, Constitution Avenue, Central Area, 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 drop in a designated box at the Secretary’s Office, Second Floor Room 24, on or before 11:00am, Tuesday 8th June, 2021. Please ensure that you sign Bid Submission Register at the Office of the Secretary to the Commission, ICPC, Abuja, as the Commission will not be held liable for wrongly submitted bids.

  1. OPENING OF BIDS

Only Technical bids will be opened immediately after the deadline for submission at 11:00am on Tuesday 8th  June, 2021, at the ICPC Canteen, in the presence of the Bidders/Representatives of the Companies, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Opening while the Financial Bids  be kept un-opened.

For more enquiries, please contact the HOU (Procurement) on e-mail [email protected]

The Financial Bids of the bidders successful in the technical bids evaluation will be opened at a later date which will be communicated to the technically successful bidders. Representatives of the Companies, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Opening.

  1. PLEASE NOTE
  1. Bids must be in English Language and signed by an official authorized by the bidder
  2. Late submission will be returned un-opened.
  3. Bidders should not bid for more than two (2) Lots
  4. Only pre-qualified bidders will be contacted at a later date for financial bid opening, while financial bids of the unsuccessful bidders will be returned un-opened.
  5. The Commission may verify any or all the claims made by the bidders, including requesting for submission of the originals of the documents for sighting and shall disqualify any Company whose claim(s) is/are found to be false.
  6. Nothing in this advertisement shall be constructed to be a commitment on the part of ICPC to undertake the project or entitled any company to make any claim (s) whatsoever in respect of any expenses incurred in preparing a tender response.
  7. ICPC is not bound to pre-qualify any bidder and reserves the right to annul the procurement process at any time without incurring liability, in accordance with Section 28 of the public Procurement Act 2007.

Signed

                                                        Management

                                                                        PUBLIC NOTICE

REQUEST FOR QUOTATIONS

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invite interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out consists of the following

1. Supply of A4 Paper and A5 Paper

2. Supply of Stationeries

3. Supply of Customized Office File Jackets and ICPC Customized Hard Cover Note Book

4. Supply of Drugs

5. Supply of Printer Toners

6. Supply of Photocopier Toners

7. Supply of Motor Vehicle Spare Parts

8. Supply of Tyres

9. Supply of Safety Boots

10. Printing of Non Security Documents

3.0   REQUIREMENTS/QUALIFICATIONS

The eligibility qualifications/requirements include:

    1. Registration with the CAC. Including Memo &Article of association, Form Co2, & Co7 (Where Applicable)
    2. Tax clearance Certificate for the last three (3) yrs. To be Valid up to 31st December, 2020
    3. VAT Registration Certification and Past Remittances if any
    4. Evidence of Registration with National Pension Commission and Remittance of employees’ pension, if applicable.
    5. Evidence of Payment of training Contribution to ITF, if applicable
    6. Evidence of compliance with the Employers’ Compensation Act which requires that all employers of Labor must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund (NSITF)
    7. Evidence of Registration with Bureau of Public Procurement (BPP) Data bank
    8. Evidence of Registration with relevant Professional Body (Where Applicable)
    9. Evidence of Similar Jobs Executed in the last 5 years

Interested and competent Contractors are required to collect Request for Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked “National Shopping for supply of A4 Paper and A5 Paper item No1. “National shopping for the Supply of Stationeries” item No 2. “National shopping for the supply of Customizes Office File Jackets and ICPC Customized Hard Cover Note Books” item No.3.” National shopping for the Supply of Drugs’’ item No 4. ‘’National Shopping for the Supply of Printer Toner’’ item No 5. ‘’National Shopping for the Supply of Photocopier Toner’’ item No 6. ’’National Shopping for the Supply of Motor Vehicle Spare Parts’’ item No 7.’’ National Shopping for the Supply of Tyres’’ item No 8.  ‘’National Shopping for the Supply of Safety Boots’’ item No 9. ‘’National Shopping for the Printing of Non Security Documents’’ item No 10. it must be submitted on or before 2:30 pm Tuesday, 20thApril, 2021, at the following addressProcurement Unit, GF Room 15.

Please Note: Lot 5 and Lot 6 is restricted only to HP International accredited dealers who shall attach evidence of their authorization to deal on HP products by HP international while Lot 8 will be dully inspected and certified by Standard Organization of Nigeria before payments are processed. 

Note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available.

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

Most importantly, note that while submitting your quotation letter:

  1. The registration number(RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and
  2. That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 2.30pm, Tuesday 20th April, 2021 Room 15 Ground Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Secretary,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

Tel : 08136060279

Yours truly

For: Secretary to the Commission

REQUEST FOR QUOTATIONS

1.0 INTRODUCTION

The Independent Corrupt Practices and Other Related Offences Commission invite interested, experienced and competent contractors to submit quotations for the execution of the under-listed jobs.

2.0 SCOPE OF WORK

The scope of work to be carried out is consists of the following

  1. Supply of A4 Paper
  2. Refurbishing of Police Porter Cabin
  3. Supply of Customized Office File Jackets
  4. Drugs
  5. Printing of Standard Operating Procedure for Investigators &Guidelines for Plea Bargain/ Sentence Agreement

3.0 REQUIREMENTS/QUALIFICATION

The eligibility qualifications/requirements include:

a. Registration with the CAC. Including Memo &Article of association, Form Co2, & Co7 Where Applicable–

b. Evidence of Registration with relevant Professional Body Where Applicable

c. Evidence of Similar Jobs Executed in the last 5 years

d. Tax clearance Certificate for the last three (3) yrs. To be Valid up to 31st December, 2020

e. VAT Registration Certification and Past Remittances if any

f. Evidence of Registration with National Pension Commission and Remittance of employees’ pension, if applicable.

g. Evidence of Payment of training Contribution to ITF, if applicable

h. Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labor must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund(NSITF)

i. Evidence of Registration with Bureau of Public Procurement (BPP) Data bank.

Interested and competent Contractors are required to collect Quotation Letter and Schedule of Requirements/Price, which should be completed and submitted along with the above-mentioned documents at the office of the Head, Procurement Unit, ICPC.

The envelope containing the documents is to be marked “National Shopping for supply ofA4 Paper item No1. “National shopping for Refurbishing of Police Porter Cabin” item No. 2. “National shopping for the supply of Customizes Office File Jackets” item No.3.” National shopping for the Supply of Drugs’’ item No 4. it must be submitted on or before 2:30 pm Tuesday, 9th March, 2021, at the following addressProcurement Unit, GF Room 15.

Please, note that the price of your quotation shall clearly indicate the total price, including all taxes (VAT & WHT) and the time and place of delivery. The item shall be supplied installed at the place of delivery within two weeks from the date of signing the contract. Your quotation shall remain valid for 60 days and your supply shall be accompanied by most favorable warrantees available.

N.B.  Compliance to the above eligibility requirements, in addition to the degree of responsiveness to all the mentioned requirements (above and below), will form the major criteria to be applied for selection of the successful contractors.

Most importantly, note that while submitting your quotation letter:

(i) The registration number(RC) as issued to the Company by the CAC must appear on your Letter Head, with contact telephone numbers, valid e-mail address and official company address; and

(ii) That the letter headed paper must bear the name and the nationalities of the Directors of the Company, at the bottom of the page.

Any Company that fails to strictly adhere to the above would not be considered for contract.

Further clarification can be sought before 2.30pm, Tuesday 9th March, 2021 Room15 Ground Floor, Independent Corrupt   Practices and Other Related Offences Commission (ICPC) or directed to the following Address:

The Secretary,

ICPC

Plot 802, Constitution Avenue, Central Business Area, Abuja

Attn: HOU, Procurement

REQUEST FOR EXPRESSION OF INTEREST (REoI) FOR APPOINTMENT OF EXTERNAL AUDITOR FOR THE INDEPENDENT CORRUPT PRACTICES AND OTHER RELATED OFFENCES COMMISSION (ICPC)

 A. Background Information

The Independent Corrupt Practices and Other Related Offences Commission is an Anti-Graft Agency seeking for credible Auditing Firm as an External Auditor for all the accounting records.

B. Eligibility and Evaluation Criteria requirements: 

i. Company Profile or profiles of companies in the consortium stating registered office and functional contact address (including e-mail address and telephone number(s).

ii. Evidence of company or Joint Venture registration with the Corporate Affairs Commission.

iii. Evidence of company’s current Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019 expiring December 2020).

iv. Evidence of company’s VAT Registration with Tax Identification Number (TIN).

v. Evidence of recent Certification from PENCOM in accordance with the Pension Reform Act, 2004 which must include evidence of remittance of Employees Pension Contributions/Deductions.

vi. Evidence of recent compliance with Industrial Training Fund (ITF) Act, 2011.

vii. Evidence of recent compliance with contribution to Nigerian Social Insurance Trust Fund (NSITF).

viii. Evidence of Recent registration with Bureau of Public Procurement in line with Part 1, Section 5(b) of PPA 2007.

ix. Evidence of firm current registration with Chartered Institute of Auditors.

x. List of Key Personnel with evidence of qualification, experience and professional registration in relevant such as ICAN, ANAN and other related membership. CVs to be signed by the prospective personnel.

xi. List and evidence of similar past jobs in the last Five (5) years.

xii. Audited Accounts for the Company (or of the Lead Company in the case of Joint Venture) for the last three years.

xiii. Sworn affidavit in accordance with Section 16 (6) (e&f)

xiv. Evidence of company and personnel annual practicing licence for 2019/2020

C. SUBMISSION AND OPENING OF TENDERS

Original and 2 copies of the Technical and Financial bids are to be submitted in two (2) separate envelopes for the Technical and Financial Proposals, shall be duly marked ‘’ Technical Proposal’’ and ‘’Financial Proposal’’ respectively. The two envelopes shall then be enclosed in one single outer envelope and forwarded in sealed envelope marked at the top left hand corner boldly written ‘’RELEVANT TITTLE’’ the inner and other envelopes shall:

a. bear the name and address of the firm (inner envelopes)

b. be addressed to the Commission at the address specified (inner and outer envelopes)

c. bear the names of the proposal (inner and outer envelopes); and

d. bear a statement ‘’ Do not open with the Technical Proposal’’ (inner Financial envelope)

The documents are to be dropped in the Tamper Proof Box at the Secretary to the Commission’s office, Room 23 Second Floor, ICPC Headquarters, Plot 802 Constitution Avenue, Central Business Area, Abuja not later than 12:00 noon on the 11th of March 2021, and the opening of tenders will take place immediately on the same day in the presence of the bidders/bidder’s representatives, invited NGOs as observers and the members of the public who choose to attend. Only those firms that are Technically qualified will be invited for the Financial bids opening.

The eligible Auditor will be selected in accordance with the Quality and Cost Based Selection (QCBS) Method as set out in the Public Procurement Act, 2007 and its attendant regulations.

The Commission reserves the right to invoke the provisions of Section 28 of the Public Procurement Act, 2007 without incurring any liability to the bidders.

Signed

  Management

Scroll to Top