Nigerian Maritime Administration And Safety Agency (NIMASA) – Invitation To Tender/Expression Of Interest For Execution Of Projects (21 Lots)

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
PROC. 10/19/SN01
INVITATION TO TENDER/EXPRESSION OF INTEREST

  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 2019 Budget:
  2. SCOPE OF WORKS/SUPPLIES/SERVICES
PROJECT TITLE: INVITATION TO TENDER
Lot-1 Production of 2018 and 2019 A performs
Lot-2 Procurement of E-Library License
Lot-3 Printing of Seafarers Medical Certificate of Fitness
Lot-4 Supply and Installation of Two (2) no.60 KVA Generators at Sapele and Warri Offices
Lot-5 Supply and Installation of 10OKVA Generator at Port Harcourt Office
Lot -6 Upgrade and resurfacing of (3d epoxy) floor and other sundry works at Agency’s Board Room
Lot -7 Improvement of corporate environment, partitioning and supply of work stations at Western zone 88 Marine Road, Apapa, Lagos
Lot -8 Improvement of corporate environment at Western Wings of 6th and 8th Floors, Creation and furnishing of stakeholders waiting area at Procurement Department, 5th floor of NIMASA Head Office
Lot-9 Renovation and Furnishing of Director’s and Deputy Directors offices at Western Zone, 88 Marine Road, Apapa, Lagos
Lot-10 Grouting of Keyway along the Shoreline and Landscaping of the Terrain at the Rear of the Workshop Building at NMRDC Complex, Kirikiri, Lagos
Lot -11 Design and Printing of Voyage Magazine
Lot -12 Establishment and Equipping of Weather Observatory Station at Bonny, Rivers State
Lot -13 Supply and Installation of One Hundred (100) Units of Iron Racks
Lot -14 Acoustic and LIDAR Surveys for the Identification and Marking of Marine Geoharzard in Nigeria’s Coastal waters
Lot -15 Parametric Sub-bottom profiler and High Resolutions Multi-beam Surveys of embedded obstruction along the Shipping Routes of Nigeria’s Coastal Waters

 

PROJECT TITLE: EXPRESSION OF INTEREST
Lot -16 Consultancy for the Engagement of External Auditors
Lot -17 Consultancy for Development of Framework for Monitoring & Evaluation of Public Procurement
Lot -18 Consultancy for the Reconciliation and Collection of Outstanding Dividends, Bonuses and Scripts
Lot -19 Engagement of Auctioneer
Lot -20 Consultancy Services for Weather Observatory, SurgeMetocean System and Systematic Studies of Tidal Patterns along Nigerian Coastline and Estuaries at Eastern Zone
Lot -21 Consultancy for Delineation of Coordinate for Bathymetric Survey of Nigeria Coastal Waters, Western Zone
  1. 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.;
    (ii) Copy of Company’s Income Tax Clearance Certificate for the last three years (2016, 2017 and 2018) valid till 31st December, 2019, with minimum average annual turnover of N50 Million for Works;
    (iii) Evidence of current Pension Compliance Certificatevalid till 31st December, 2019;
    (iv) Evidence of current Industrial Training Fund(ITF) Compliance Certificate valid till 31st December, 2019;
    (v) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 30/01/2020 or valid Certificate issued by BPP;
    (vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
    (vii) A Sworn Affidavit:
    • 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;
    • that none of the company’s directors has been convicted in any law court for any criminal offence including fraud and financial impropriety; and
    • that the company is not in receivership, bankrupt or insolvent.
    (viii) Audited Accounts of the company for the last three years (2016, 2017 and 2018);
    (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.
  2. COLLECTION OF TENDER DOCUMENTS (LOTS 1-15)
    Prospective Bidders for Lots l -15 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 remitta account in any reputable commercial Bank in Nigeria. 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 16-21.
  3. SUBMISSION OF TENDER DOCUMENTS (LOTS 1-15)
    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 Tuesday, 17 December, 2019 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. Late submission will be returned un¬opened.
  4. OPENING OF THE TENDER DOCUMENTS (LOTS 1-15)
    Only the Technical bids shall be opened immediately after the submission deadline at 11:00a.m. on Tuesday, 17 December, 2019 at NIMASA Head Office, No 4 Burma Road, Apapa, Lagos while the financial bids shall be kept un¬opened. Bidders or their representatives, Relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the opening exercise and shall register to evidence their attendance on the date of the bid opening. Only pre-qualified bidders will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened.
  5. EXPRESSION OF INTEREST (Lots 16-21)
    All EOI with supporting documents (ORIGINAL AND DUPLICATE) neatly packaged in sealed envelope, stating Expression of Interest shall be submitted to the office of Head Procurement on or before 11:00 a.m. on Thursday, 21 November, 2019. Late submission will be returned un-opened.
  6. OPENING OF EXPRESSION OF INTEREST (Lots 16-21)
    Submitted EOI documents shall be opened immediately after the deadlines for submission at 11:00 a.m. on Thursday, 21 November, 2019, at NIMASA Head Office, No 4 Burma Road, Apapa, Lagos. Late submission will be returned unopened.

All prequalified bidders for the projects under EOI shall be invited at a later date for collection of Request for Proposals.

  1. ENQUIRIES
    Enquiries regarding this advertisement should be directed to the Office of the Head Procurement, 5th Floor, The Nigerian Maritime Administration and Safety Agency (NIMASA), No. 4 Burma Road, Apapa, Lagos, or through the following telephone numbers during official hours (9am – 5pm) only: 08153860922 & 08062691690.
  2. NOTATION:
    (i) The document should be arranged in the order listed at 3.0 above and clearly separated by dividers;
    (ii) Failure to submit all the required documents stated above shall lead to the disqualification of the Bid;
    (iii) 2% bid security is required for Goods and Services above N100, 000,000.00 and N300, 000,000.00 for works;
    (iv) No bidder should bid for more than two (2) lots;
    (v) All CAC, PENCOM, ITF, NSITF and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF), National Pension Commission and other relevant bodies for verification;
    (vi) Margin of preference will be accorded to local goods and services. Details are as contained in the Standard Bidding Document (SBD);
    (vii) This notice shall not be construed to be a commitment on the part of Nigerian Maritime Administration and Safety Agency to award any form of contract to any respondent or entitle any Company/Firm submitting documents to claim any indemnity from the Agency;
    (viii) Bid document shall be submitted in person and not through post. Any bid submitted through post shall not be accepted;
    (ix) Bidders shall be responsible for all costs in preparation and submission of Bid;
    (x) Bidders are advised to read this solicitation carefully as failure to follow instructions may lead to rejection of bid.
    (xi) NIMASA is not bound to pre-qualify any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities in accordance with Section 28 of the Public Procurement Act 2007.

SIGNED:
MANAGEMENT

0 0 votes
Article Rating
Subscribe
Notify of
guest

0 Comments
Inline Feedbacks
View all comments
0
Would love your thoughts, please comment.x
()
x