NIGERIAN PORTS AUTHORITY has floated a tender for Engagement of Dredging Companies. The project location is Nigeria and the tender is closing on 29 Oct 2020. The tender notice number is , while the TOT Ref Number is 46253632. 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 : Engagement of Dredging Companies

Deadline : 29 Oct 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 46253632

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN PORTS AUTHORITY
26/28 Marina, Lagos. P.M.B 12588 Lagos Tel: +234 01463 7496/ +234 01463 7497/ +234 01463 7498
Nigeria
Email :info@nigerianports.gov.ng / helpdesk@nigerianports.gov.ng
URL :www.nigerianports.gov.ng

Tender Details

Expression of Interest are invited for Engagement of Dredging Companies as Technical Partners for the Channel Management of Pilotage Districts International Competitive Bidding.
1 Lagos Pilotage District
2 Bonny/Port Harcourt Pilotage District
3 Warri/Escravos Pilotage District

The objectives of the Channel Management contracts are to increase efficiency in the delivery of Port Services by injecting Private Sector expertise and finance, amongst others into Channel Management functions. The Nigerian Ports Authority is in the process of profiling international dredging companies for consideration in future dredging and channel management for the Authority.

The scope of Services includes but not limited to the following:
(a) Bathymetric Survey
(b) Capital/Maintenance Dredging
(c) Wreck Survey/Wreck Removal
(d) Aid to Navigation (Buoy Maintenance)
(e) Planning & Channel Management.
(f) Environmental Impact Assessment.
More information on the scope of services is contained in the Request for Proposal to be issued to prequalified firms.

Interested companies should submit bound bid documents duly signed, paginated, separated by dividers and arranged in the order outlined hereunder:
(1.0) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms C02 and C07 or its equivalent.
(2.0) Evidence of Company Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) valid till 31 December 2020 with minimum cumulative turnover of N20 Billion.
(3.0) Evidence of Company-s Audited Accounts for the last three (3) years (2017, 2018 & 2019) duly signed by ANAN/ICAN licensed Auditors.
(4.0) Evidence of Current Pension Compliance Certificate valid till 31 December 2020.
(5.0) Evidence of Current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December 2020. (6.0) Evidence of Current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December 2020.
(7.0) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP.
(8.0) Sworn Affidavits disclosing:
(i) That the Company does not have any Director who has been convicted in any Country for any criminal offence relating to fraud of financial impropriety or criminal misrepresentation or falsification of facts relating to any matter
(ii) Whether or not any officer of relevant committees of Nigerian Ports Authority (NPA) or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars.
(iii) That the Company is not in receivership, subject of any form of insolvency or bankruptcy proceeding or the subject of any form of winding up petition or proceedings.
(9.0) All documents for submission must be transmitted with a Covering/Firm-s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC) or its equivalent, contact address, telephone (preferably GSM No.), fax and e-mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company/Firm at the bottom of the page.
(10.0) Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed.
(11.0) Evidence of ownership/availability of relevant equipment/machines.
(12.0) Evidence of valid ISO Quality Assurance Certification (ISO 9001) or equivalent.
(13.0) Evidence of Two (2) similar projects of not less than N2 Billion each with illustration of Channel Management expertise executed in the last Ten (10) years including Letters of Awards, Contract Agreements, Job Completion certificates etc. (Dredging, Channel management & other related works).
(14.0) Company profile to include names, qualifications (copies of relevant academic and professional qualifications of such personnel must be attached) and experience of key personnel:
(i) Key Operational Staff/Technical Staff must have at least first-degree certificate or its equivalent in Civil/Water/Geotechnical Engineering or related fields, with evidence of COREN registration or equivalent.
(ii) Each operational staff must have not less than five (5) years practical experience in service dredging & related works.
(iii) All staff must be fluent in English Language.
(15.0) Failure to comply with items 1 -14 above will lead to disqualification of the bid. (This is applicable for non-Joint Venture submissions)
(16.0) For Joint Venture (JV)/Partnership, Memorandum of Understanding (MoU) should be provided. (Items 1 -10 are compulsory for each national JV partner; items 1, 2 & 8 (as issued in home country), 11 -13 are compulsory for each international JV partner while item 14 can be provided by any of the JV partner). Aggregate cumulative turnover of both JV partners is admissible.
Please, note that personnel quota should comply with the Presidential Executive Order No.5 2018 on Planning and Execution of Projects, Promotion of Nigerian content in Contract and Science, Engineering and Technology.

Interested bidders are to submit two (2) bound copies of EOI documents, paginated and arranged with dividers as indicated above. The prequalification documents should be submitted in sealed envelopes and addressed to “THE SECRETARY TO THE TENDERS BOARD, NIGERIAN PORTS AUTHORITY “and clearly marked “EXPRESSION OF INTEREST(EOI) FOR THE ENGAGEMENT OF DREDGING COMPANIES FOR PILOTAGE DISTRICTS” Specifying PUBLIC NOTICE NO: 4136 LOT NO: (with appropriate description of desired Lot) and dropped in the designated Tender Box located on the 3rd floor of NPA Annex Building, 1, Joseph Street, off Marina Lagos not later than 11:00 am on Thursday, 29 October 2020.

All EOI documents received before the deadline for submission will be opened immediately after the deadline for submission at 11:00am on Thursday, 29 October 2020 in the Conference room, 1 Joseph Street, off Marina, Lagos in the presence of bidders or their representatives. Representatives of Non- Governmental Organizations related to this procurement, transparency and anti-corruption Agencies are hereby invited to witness the bid opening in compliance with Section 19 (b)(ii) of the PPA, 2007. Please, ensure that you sign the bid submission register in the bid submission office on the 3rd floor of NPA Annex Building, as the Authority will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.org. Bidders are excused from the bid opening, which will be attended by officials of private sector professional organisation and CSOs in the areas of anti- corruption/transparency. The event will be fully captured on video and can be provided to bidders on request.

General info:
(1.0) Bids must be in English Language and signed by an official authorised by the bidder.
(2.0) Late submission will be returned un-opened.
(3.0) All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies.
(4.0) Only shortlisted firms will be contacted at a later date for collection of Request for Proposals.
(5.0) Submissions may be made through courier service, in the stipulated format in (D) above and must not be later than the stipulated deadline.
(6.0) The Authority is not bound to pre-qualify any bidder and reserves the right to cancel the Procurement proceedings in the public interest without incurring liabilities to the bidders in accordance with the provisions of Section 28 of the Public Procurement Act 2007.

Documents

 Tender Notice