Invitation to Tender / Expression of Interest (EOI) at the Nigerian Maritime Administration and Safety Agency (NIMASA)

Posted by Future on Wed 22nd Sep, 2021 - nigeriantenders.com


The Nigerian Maritime Administration and Safety Agency (NIMASA) invites reputable contractors/firms/companies to indicate interest by submitting tender and EOI documents for the following works:




The Nigerian Maritime Administration and Safety Agency (NIMASA), formerly the National Maritime Authority is responsible for regulations related to Nigerian shipping, maritime labor and coastal waters. The agency also undertakes inspections and provides search and rescue services. 

Applications are invited for:

Title: Invitation to Tender / Expression of Interest (EOI)

Preamble
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 tender/Express for the under-listed projects appropriated in the Agency’s Budget.

Scope of Work
Category  A: Invitation to Tender:
  • Lot 1: Supply and Installations of Lifts.
  • Lot 2: Production of Voyage Magazine.
  • Lot 3: Printing of Seafarers Medical Certificates of Fitness.
  • Lot 4: Production of Authorization Letter Head Papers.
  • Lot 5: Printing of the Agency’s 2020 Annual Report.
  • Lot 6: Remodeling of NIMASA Port Office, NPA Yard and Onne Port Complex.
  • Lot 7: Renovation, Equipping and Furnishing of Portacabin for CJ-3Sm Crew at Lagos Airport.
  • Lot 8: Supply and Installation of Biometric Authentication System.
  • Lot 9: Repairs of Generator.
Category B: Expression of Interest (EOI):
  • Lot 10: Organization of Seafarer Workshop.
  • Lot 11: Organization of World Maritime Essay Competition.
Eligibility Requirements
Prospective bidders are required to submit the following documents:




  • Evidence of Certificate of Incorporation issued by the Corporate Affairs Commission (CAC), including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1. Business Name is also acceptable for Category B.
  • Copy of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three years (2018, 2019 and 2020) valid till 31st December 2021, with a minimum average annual turnover of N20 Million for works.
  • Evidence of current Pension Compliance Certificate valid till 31st December 2021 (applicable where number of staff is at least 15).
  • Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2021 (applicable where number of staff is at least 5 or at least N50m turnover
  • Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 31/12/2021 or valid Certificate issued by BPP.
  • Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2021.
  • 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 hasany 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.
    • That the company is not in receivership, bankrupt or insolvent.
  • Audited Accounts of the company for the last three years (2018, 2019 and 2020).
  • Reference Letter from a reputable commercial bank in Nigeria, indicating a willingness to provide credit facility for the execution of the project when needed.
  • 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.).
  • Category B: Evidence of current registration with relevant regulatory professional body(ies).
  • Company’s Profile with the signed Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc.
  • Works: List of Plants/Equipment with proof of Ownership/Lease.
  • Only companies included in the National Automotive Design and Development Council’s approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles.
  • For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs).
  • 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.
Application Closing Date (Category A Invitation to Tender)
11:00am Thursday, 11th November, 2021.

Application Closing Date (Category B EOI)
11:00am, 14th October, 2021.

Opening of the Technical Bids (Category A)
Only Technical bids shall be opened immediately after the submission deadline at 11:00a.m. on Thursday, 11th November 2021 at NIMASA Head Office, No.4 Burma Road, Apapa, Lagos while the financial bids shall be kept unopened

Opening of Expression of Interest (Category B)
Submitted EOI documents shall be opened immediately after the deadline for submission at 11:00 a.m. on Monday, 14th October, 2021, at NIMASA Head Office, No4 Burma Road, Apapa, Lagos. Late submission will be returned un-opened.





Submission of Documents (Category A Tender)
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 to:
The Head Procurement, 
5th floor, Nigerian Maritime Administration and Safety Agency, 
No 4 Burma Road, 
Apapa - Lagos State. 

Submission on the last day shall be done at the BID OPENING Venue at NIMASA Head Office, No.4 Burma Road, Apapa, Lagos. Late submission will be returned unopened.

Submission of Documents (Category B EOI)




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". Late submission will be returned un-opened.

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: 08062691690 , 08155775757.

General Notice
  • The document should be arranged in the order listed at 3.0 above and clearly separated by dividers;
  • All submission shall be made in English Language;
  • Failure to submit all the required documents stated above shall lead to the disqualification of the Bid;
  • No bidder should bid for more than two (2) lots;
  • 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), Pension Clearance Certificate 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 or entitle any Company/Firm submitting documents to claim any indemnity from the Agency;
  • Bidders shall be responsible for all costs in preparation and submission of Bid;
  • Bidders are advised to read this solicitation carefully as failure to follow instructions may lead to rejection of bid.
  • Presence of bidders/representatives and members of the public shall not be required during the bid opening ceremony in compliance with COVID-19 Guidelines. The Bids Opening will be covered by video recording (links will be sent to bidders) with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti-corruption/Transparency;
  • Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
  • Category A: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
  • Category B: Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
  • NIMASA is not bound to pre-qualify/shortlist 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.
Industry

;
Category

;
State

;