NIGERIAN CHRISTIAN PILGRIM COMMISSION has floated a tender for Airlift of Christian Pilgrims For 2024 Pilgrimage Operations. The project location is Nigeria and the tender is closing on 11 Mar 2024. The tender notice number is , while the TOT Ref Number is 97222261. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Nigeria

Summary : Airlift of Christian Pilgrims For 2024 Pilgrimage Operations

Deadline : 11 Mar 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 97222261

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN CHRISTIAN PILGRIM COMMISSION
The Secretary Tender-s Board Nigerian Christian Pilgrims Commission, Plot 1348 Cadastral Zone A03 Ahmadu Bello Way, Garki 2, Abuja
Nigeria
Email :procurement@ncpc.gov.ng

Tender Details

Prequalifications are invited for Airlift of Christian Pilgrims to and from Turkey, Jordan, Israel, Rome and Greece for 2024 Pilgrimage Operations.

Date Added: February 19, 2024
Deadline: 11/03/2024
Category: General Supplies & Services

FEDERAL REPUBLIC OF NIGERIA
NIGERIAN CHRISTIAN PILGRIM COMMISSION
(THE PRESIDENCY)
INVITATION FOR PRE-QUALIFICATION FOR THE AIRLIFT OF CHRISTIAN PILGRIMS TO AND FROM TURKEY, JORDAN, ISRAEL, ROME AND GREECE FOR 2024 PILGRIMAGE OPERATIONS

1. INTRODUCTION
The Nigerian Christian Pilgrim Commission (NCPC) in compliance with its statutory functions intends to carry out the airlifting of Pilgrims under the 2024 Christian Pilgrimage Operations.

The NCPC therefore, invites interested and competent National/International Airlines/Air carriers with qualification and experience for the airlift for prequalification with the scope of services as follows:
i. To airlift the Christian pilgrims using the approved aircraft, to and from Turkey, Jordan, Israel, Rome/Greece operating from designated airports in Nigeria;
ii. The airlift operations shall be carried out at the under-listed Airports:
• Nnamdi Azikiwe International Airport, Abuja,
• Murtala Muhammed International Airport, Ikeja, Lagos State
• Port Harcourt International Airport. Port Harcourt, Rivers State.
• Akanu Ibiam International Airport, Enugu, Enugu State,
• Sir Abubakar Tafawa Balewa International Airport, Bauchi, Bauchi State;
• Yola International Airport, Yola, Adamawa State;
• Akwa-Ibom International Airport, Uyo, Akwa-Ibom State;
• Mallam Aminu Kano International Airport, Kano, Kano State

2. AIRCRAFT SPECIFICATION
All interested bidders are to submit technical documents for the proposed airlift operation. The aircraft must meet ICAO, NCAA and IATA safety requirements and are subject to pre-arrival inspection. The only specified aircraft types are as follows:
A. Aircraft Size:
(i) Widebody (ii) Glass cockpit (iii) minimum of 300 sets per trip
B. Aircraft types
(i) Airbus A330-300 (ii) A340-300 (iii) Boeing 747-400 (iv) B777-300
C. Interested companies shall submit with any of the four (4) types as listed above in B (i-iv) for both main and back-up aircraft;

3. ELIGIBILITY REQUIREMENTS
Bidders should provide the following as responsive minimum requirements for the projects
a) Copy of current Air transport license (ATL)/ Air Operation Permit (AOP)/Air Operators Certificate (AOC) by Nigeria Civil Aviation Authority.
b) Copy of Air travel organizers license (ATOL) by Nigeria Civil Aviation Authority (NCAA);
c) Verifiable written evidence of ownership or partnership with the owners of aircrafts.
d) Evidence of company-s registration with CAC or letter of exemption from Mr. President in compliance with section 54-59, CAMA (for Nigerian partners);
e) Evidence of filling of company-s current annual returns with CAC;
f) Evidence of Pension Clearance Certificate valid till 31″ December, 2024 (for Nigerian Partners);
g) Evidence of Nigeria Social Insurance Trust Fund (NSITF) valid till 31st December, 2024 (for Nigerian Partners):
h) Evidence of Industrial Training Fund (ITF) Compliance valid till 31st December, 2024 Partners). (for Nigerian partners)
i) Evidence of installation of an aircraft tracker/transponder as confirmed by NCAA;
j) Evidence of company-s income tax clearance certificates for the lasts 3 years (2021, 2022 & 2023) for Nigerian partners valid till valid till 31st December, 2024 with minimum average annual turnover of $150 million;
k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
l) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2024 or valid Certificate issued by BPP;
m) Detailed company-s profile including C.V of key staff and their Academic/Professional certificates;
n) Sworn Affidavit disclosing;
• whether or not any officer of the relevant committee of the Nigerian Christian Pilgrim 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
• That no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
o) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
q) Company-s annual audited account for the last 3 years (2021, 2022 & 2023).
r) Provision of insurance which must meet the minimum third party (hull, passenger, bagged/cargo and third party) liability limit set by NCAA and;
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company-s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head paper must bear the Names and Nationalities of the Directors of the company at the bottom of the page, duly signed by the authorized officer of the firm.

Documents

 Tender Notice