NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA) has floated a tender for Consultancy for Ship Management. The project location is Nigeria and the tender is closing on 22 Apr 2021. The tender notice number is , while the TOT Ref Number is 51693208. 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 : Consultancy for Ship Management

Deadline : 22 Apr 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 51693208

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
Maritime House: 4, Burma Road, Apapa, PMB 12861, Lagos, Nigeria Phone: +234 1 630 9590
Nigeria
Email :procurement@nimasa.gov.ng
URL :www.nimasa.gov.ng

Tender Details

Expression of Interest are invited for Consultancy for Ship Management

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, 22 April, 2021. Late submission will be returned un-opened.

Submitted EOI documents shall be opened immediately after the deadline for submission at 11:00 a.m. on Thursday, 22 April, 2021, at NIMASA Head Office, No4 Burma Road, Apapa, Lagos. Late submission will be returned un-opened.

Prospective bidders are required to submit the following documents:
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including Certified True Copy of Form CAC 7 and CAC 2.1 or CAC 1.1. Business Name is also acceptable for Category B;
(ii) 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 overage annual turnover of N20 Million;
(iii) Evidence of current Pension Clearance Certificate valid till 31 December 2021;
(iv) Evidence of current Industrial training Fund (ITF) Compliance Certificate valid till 31 December 2021;
(v) 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;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 December 2021;
(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 offense 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 (2018, 2019 and 2020);
(ix) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating a 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) Category C: Evidence of registration with relevant professional regulatory body(ies);
(xii) Company-s Profile with the signed Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications;
(xiii) Company-s Signed Health, Safety and Environment (HSE) policy.
(xiv) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firms 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.

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 document stated above shall lead to the disqualification of the Bid;
(iii) No bidder should bid for more than two (2) lots;
(iv) 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;
(v) 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;
(vi) 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 with the presence of two (2) representatives of private sector professional bodies and Civil Society Organisation in the areas of Anti- Corruption/Transparency;
(vii) Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
(viii) Category B: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened:
(ix) Category C: only shortlisted firms will be invited at a later date for collection of Request for Proposals:
(x) Category A: only pre-qualified bidders will be invited at a later date for collection of SBD for submission of financial quotation;
(xi) Bidders shall be responsible for all costs in preparation and submission of Bid;
(xii) Bidders are advised to read this solicitation carefully as failure to follow instructions may lead to rejection of bid.
(xiii) 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.

Documents

 Tender Notice