NATIONAL OIL SPILL DETECTION AND RESPONSE AGENCY (NOSDRA) has floated a tender for Dredging of Flood Reservoir. The project location is Nigeria and the tender is closing on 22 Aug 2022. The tender notice number is LOT W2, while the TOT Ref Number is 70272227. 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 : Dredging of Flood Reservoir

Deadline : 22 Aug 2022

Other Information

Notice Type : Tender

TOT Ref.No.: 70272227

Document Ref. No. : LOT W2

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL OIL SPILL DETECTION AND RESPONSE AGENCY (NOSDRA)
Agency-s Conference Room, 5th floor, NAIC House, Abuja
Nigeria
Email :procurement@nosdra.gov.ng

Tender Details

Tenders are invited for Dredging of Flood Reservoir in Aguku, Ezinifite Aguata Federal Constituency, Anambra State

Eligibility:
i. Evidence of Certificate of incorporation with Corporate Affairs Commission (CAC) including forms CA22 and CAC7 Business Name is also acceptable.
ii. Evidence of Company-s Income Tax Clearance Certificate for Personal Income Tax Clearance Certificate of at the Partners in case of Business Name) for the last three (3) years (2019, 2020, 2021), valid December 31st, 2022;
iii. Evidence of Pension Clearance Certificate valid till December 31st, 2022 (this requirement is only applicable to bidders whose number of staffs 15 and above);
iv. Evidence of Industrial Training Fund (TF) Compliance Certificate valid till December 31st, 2022. (this requirement is only applicable to bidders who number of staff is 5 and above or the bidder-s annual turnover is N50m and above;
v. Evidence of Nigerian Social Insurance Trust Fund (NSITF) Clearance Certificate valid till December 31st, 2022;
vi. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2022 or valid Certificate issued by BPP;
vii. A Sworn Affidavit
• disclosing whether or not any officer of relevant committees of the National Oil Spill Detection and Response Agency or the Bureau of Public Procurement is a former or present Director, shareholder or has any peculiar interest in the bidder and to confirm that information presented in its bid are corrected in a particulars;
• that none of the company 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;
viii. Company-s Audited Accounts for the last three years (2019, 2020, 2021) duly acknowledged by the Federal Inland Revenue Service (FIRS);
ix. Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
x. Company-s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSRBN, ARCON, CORBON;
xi. 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;
xii. For Supply of Equipment: Letter of Authorization as representatives of the Original Equipment Manufacturers (OEMs)
xiii. Services: Evidence of firm-s current registration with relevant regulatory professional body(ies) as evidence of current registration/accreditation with computer Professionals registration council of Nigeria and National Information Technology Development Agency (NITDA) for ICT jobs
xiv. Works: List of Plants/Equipment with proof of Ownership/Lease agreement;
xv. 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);
xvi. 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.

Interested companies are to collect Standard Bidding Documents (SBD) from the Procurement Unit, Right Wing 5th floor of the National Oil Spill Detection and Response Agency (NOSDRA), Abuja on evidence of payment of a Non- refundable tender fee of ten thousand naira (N10, 000.00) only per lot, paid into the NOSDRA, Abuja remita account in any commercial Bank in Nigeria, using GIFMIS code: 1000016734.

Prospective bidders are to submit bid for each of the lot desired, one (1) hard copy each of the Technical and Financial bids with soft copy of financial bid only in MS Excel format, packaged separately in sealed envelopes and clearly marked as “Technical Bid” or “Financial Bid”. Thereafter, put the sealed envelope together in a bigger sealed envelope addressed to: the Director-General/CEO NOSDRA NAIC house, 5th Floor, plot 590, Zone AO, Central Business District, Abuja and clearly marked with “PROJECT NAME & LOT NO” furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and drop in the designated Tender box at Right Wing 5th Floor of NOSDRA, not later than 12:00 noon Monday, 5th September, 2022.

Note:
i. Bids must be in English Language and signed by an official authorized by the bidder;
ii. The documents should be arranged in the order listed 3 above and clearly separated by dividers;
iii. Bids submitted after the deadline for submission would be returned unopened;
iv. Bidders should not bid for more than one (1) lot
v. Soft copy of submission should be in flash drive
vi. All cost will be borne by the bidders;
vii. Attendees at the bids opening shall be required to wash hands, use hand sanitizer, wear mask and observe physical distancing. The Bids Opening will recovered by video recording and invitation link will be sent to bidders who choose to join the bid opening online.
viii. Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services)
ix. Goods & Work: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
x. Services: only shortlisted consultants will be invited at a later date for collection of Request for Proposals
xi. NOSDRA is not bound to prequalify and bidder 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