Background Image

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)-

INVITATION TO TENDER/EXPRESSION OF INTEREST/CORRIGENDUM

NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
(ESTABLISHED UNDER THE NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY ACT, 2007)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
E-MAIL: procurement@nimasa.gov.ng
WEBSITE: www.nimasa.gov.ng
INVITATION TO TENDER/EXPRESSION OF INTEREST/CORRIGENDUM

1. INTRODUCTION
The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transportation in compliance with the Public Procurement Act (PPA) 2007, invites reputable contractors/firms/companies with proven records of accomplishment to express interest/tender for the under-listed projects appropriated in the Agency’s Budget.

2. SCOPE OF WORKS/SUPPLIES/SERVICES
PROJECT TITLE: INVITATION TO TENDER

LOT-1 Production of Voyage Magazine
LOT-2 Provision of Dedicated 40MB/40MB Internet Connectivity at NMRDC, Kirikiri, Apapa, Lagos
LOT-3 Supply of Executive Vehicle for Western Zone
LOT-4 Supply of Executive Vehicle for Eastern Zone
LOT-5 Supply of Executive Vehicle for Abuja office
LOT-6 Remediation of a Degraded Environment in the Niger Delta (Central Zone- Forcados and Escravos)
LOT-7 Furnishing of New Administration Building at SAR Base Clinic, Azare Crescent, Apapa, Laqos
LOT-8 Supply of Generators and Construction of Diesel Tank and Shade for C4i at NMRDC Kirikiri, Lagos

PROJECT TITLE: EXPRESSION OF INTEREST

LOT-9 Consultancy for Design Framework for Assessment and Audit of the NSDP Scheme
LOT-10 Consultancy for the provision of Radio Programme
LOT-11 Consultancy for the provision of Television Programme
LOT-12 Consultancy for the Organization of 2020 World Maritime Day Essay Competition
LOT-13 Consultancy for the Organization of NIMASA/Maritime Merit Award and Employee of the Month/ Employee of the year
LOT-14 Consultancy for Standardization of Dockwork in the Nigerian Maritime Industry – Career Path for Dockworkers

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents;
(i) Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1.
(ii) Copy of Company’s Income Tax Clearance Certificate for the last three years (2017, 2018 and 2019) valid till 31 December, 2020, with minimum average annual turnover of N50 Million for Works;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 30/06/2020 or valid Certificate issued by BPP;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(vii) A Sworn Affidavit
(a) disclosing whether or not any officer of the relevant committees of the Nigerian Maritime Administration and Safety Agency 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;
(b) that none of the company’s directors has been convicted in any law court for any criminal offence including fraud and financial impropriety; and
(c) that the company is not in receivership, bankrupt or insolvent.
(viii) Audited Accounts of the company for the last three years (2017, 2018 and 2019);
(ix) 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;
(x) Documentary evidence of at least three (3) similar jobs successfully executed/on-going within the last five (5) years including Letters of Award, Valuation/Job completion certificate etc.);
(xi) Evidence of accreditation/registration with relevant professional body(ies): NITDA, CMD etc, as the case may be;
(xii) Company Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.);
(xiii) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(xiv) Company’s Health, Safety and Environment (HSE) policy;
(xv) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS (LOTS1 – 8)
Prospective Bidders for Lots l -23 are requested to collect Bid Documents from the office of the Head Procurement, 5th Floor, Maritime House No.4 Burma Road, Apapa, Lagos, upon presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per lot. Payment shall be made to NIMASA’s remita account in any reputable commercial Bank in Nigeria (Log in to NIMASA Account on Remita, select other income as name of service/purpose, select others as item and input a unit price of 10,000.00 for each Lot). After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Lots 9-14.

5. SUBMISSION OF TENDER DOCUMENTS (LOTS 1 – 8)
Technical documents shall be enclosed in a separate envelope (marked Technical) and Financial Bid in another envelope (marked Financial). The two separate envelopes shall be enclosed in one sealed outer envelope clearly marked “INVITATION TO TENDER” stating the Lot No” company name and the “Project Title” The technical bid and the financial bid shall be submitted in duplicate on or before 11:00a.m. on Thursday, 15 October, 2020 to the address below:
The Head Procurement, 5th floor, Nigerian Maritime Administration and Safety Agency, No 4 Burma Road, Apapa, Lagos. Submission on the last day shall be done at the BID OPENING Venue Multi-Purpose Hall of NMRDC, Kirikiri, Apapa, Lagos.
Late submission will be returned un-opened.

You need to login to view the rest of the content. Please . Not a Member? Join Us
Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment