Invitation to Tender for some Projects in the 2014 Budget of the Nigerian Maritime Administration and Safety Agency (NIMASA)

Posted by Ugochukwu on Fri 24th Oct, 2014 - nigeriantenders.com






The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport, in compliance with the Public Procurement Act (PPA) 2007 hereby invites reputable and interested Companies to collect Standard bidding documents for the under-Iisted projects as provided in the Agency’s budge for 2014.

Invitation to Tender for some Projects in the 2014 Budget of the Nigerian Maritime Administration and Safety Agency (NIMASA)

Lot: Project Title (Goods & Works)

Lot 1: Construction of Fuel Supply Facility at NIMASA Jetty, NMRDC Krikiri Lagos.
Lot 2: Upgrading of Perimeter Fencing of NIMASA Head Office Apapa Lagos.
Lot 3: Provision of Software for the Automation and Implementation of Offshore Waste reception facilities Lagos.
Lot 4: Provision of two (2) Portakabin at Search and Rescue Base Clinic at Azare Crescent Apapa, Lagos.

General Requirements:

Prospective tenderers are required to submit the following mandatory documents:
  1. Detailed Company Profile stating current office address, e-mail and telephone numbers.
  2. Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Articles of Association.
  3. Evidence of Tax Clearance Certificate and Tax remittances for the past three years (2011, 2012. 2013) corresponding with declared Annual Turnovers by inclusion of photocopy.
  4. Evidence of compliance with the Pensions Reform Act 2004, by inclusion of compliance letter from National Pension Commission.
  5. Evidence of compliance with Industrial Training Fund (ITF) Act of 2011 by inclusion of compliance letter from Industrial Training Fund.
  6. Evidence of VAT registration / Remittance certificate.
  7. Evidence of compliance with Nigerian Social Insurance Trust Fund (NSITF) by inclusion of compliance letter from Nigerian Social Insurance Trust Fund.
  8. Evidence of working capital for Tenderers valued above 50 Million Naira and above and authority to seek reference from Tenderers Bankers.
  9. A sworn affidavit that none of the Directors has been convicted in any court of law for any criminal offence.
Failure to submit any or all documents stated above may lead to the disqualification of the Tenderer.

Additional Requirements Establishing the Tenderer’s Qualifications under Works:

Tenderers shall submit the following documentary evidence to meet the qualification criteria:
Tenderers shall submit the Tenderer Information Sheet (Form W-2) furnished in Section 5: Tender and Contract Forms
Tenderers shall include the following information and documents with their Tenders.
  1. Total monetary value of construction work performed for each of the last five (5)years;
  2. Experience in works of a similar nature and size for each of, and details of worK under way or contractually committed and clients who may be contacted for further information on those Contracts;
  3. Major items of construction equipment proposed to carry out the Contract clarifying whether the equipment is fully owned or leased;
  4. Qualification and experience of key site management and technical personnel proposed for the Contract;
  5. Reports on the financial standing of the Tenderer, such as profit and loss statements and corresponding auditor’s reports for the past five (5) years;
  6. Financial reports or balance sheets or profit and loss statements or auditor’s reports or bank references with documents or a combination of these demonstrating the availability of liquid assets to successfully complete the contract;
  7. Evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);
  8. Authority to seek references from the Tenderer’s bankers; and
  9. Information on past (5 years) litigation in which the Tenderer has been involved or in which the Tenderer is currently involved.
  10. Description of Work methods and Schedule.
Collection of Standard Bidding Documents
Interested Companies should collect Standard Bid Documents as from Thursday October 30th, 2014 from the office of the Deputy Director Procurement’s Office, 5th floor, The Nigerian Maritime Administration and Safet Agency (NIMASA), No.4 Burma Road, Apapa, Lagos, after the payment of a non-refundable fee of Thirty Thousand Naira (N30, 000.00) only for each Lot at the Financial Services Department (Revenue Section) of the Agency on the 4th Floor Payment shall be made in form of a Bank Draft in favour of NIMASA.

Closing Date:

9th December 2014

Submission of Tenderer Documents:

The Technieal and Financial Bids of firms with all the required supporting documents (ORIGINAL AND DUPLICATE) neatly packaged in sealed envelopes, each stating the Prcct, Lot Number and Company’s Name shall be submitted not later than Tuesday, 9th December 2014 by 11:00am, at the Office of:

Deputy Director Procurement
Room 500,5th floor,
Nigerian Maritime Administration and Safety Agency (NIMASA),
No 4 Burma Road, Apapa, Lagos.


All tenders that must be submitted on the last day of submission should be submitted at the

Venue:
Multipurpose Hall of NMRDC Kirikiri Apapa.
Date: Tuesday December 9th, 2014.
Time: 11:00am.

Please Note:

Financial submissions below 80% of the Agency’s estimation for Works and Goods shall be disqualified.
In addition, soft copies should be sent to procurement@nimasa.gov.ng and otonye.obom@nimasa.gov.ng.
ALSO NOTE: The Financial Tenderer documents should be endosed in a separate envelope from the Technical Bid documents. Failure to comply with this may lead to the disqualification of the Tenderer.

Opening of Tender

All technical documents shall be opened at the

Venue:
The Multi-Purpose Hall of the Nigerian Maritime Resource Development Centre (NMRDC), Kirikiri Lagos.
Date: Tuesday December 9th, 2014.
Time: 11.00am.

Tenderers or their representatives, Relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to publicly witness the Opening of Tenders and shall sign a register evidencing their attendance.
Opening of financial bids of Tenders adjudged technically competent shall be done at a later date that will be communicated to successfuI prequalified Firms.

Enquiries

All enquiries regarding this advertisement should be directed to the office of the Deputy Director Procurement, Room 500, 5th floor The Nigerian Maritime Administration and Safety Agency (NIMASA), No.4 Burma Road, Apapa. Lagos, or through the following telephone numbers during official hour (9am-5pm) only: 09093752657. 08143881469 & 07058008002.

Notation:
  • Late submission of pre-qualification documents will not be entertained.
  • Companies submitting bids/proposaIs on the last day of submission should do so at the Nigerian Maritime Resource Development Centre, Kirikiri not later than 11:00am where the Tenderer opening shall take place.
  • All CAC, VAT, PENCOM. ITF 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.
  • 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 nor shall it entitle any Company/Firm submitting documents to claim any indemnity from the Agency.
  • The Agency is not bound to accept the lowest tender and Tenderers shall be responsible for all costs in preparation and submission of Bids. 
Industry

;
Category

;
State

;