NATIONAL INLAND WATERWAYS AUTHORITY (NIWA) has floated a tender for Procurement of 1 no. Tug Boat. The project location is Nigeria and the tender is closing on 04 Nov 2019. The tender notice number is , while the TOT Ref Number is 36666211. 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 : Procurement of 1 no. Tug Boat

Deadline : 04 Nov 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36666211

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL INLAND WATERWAYS AUTHORITY (NIWA)
Aliyu Obaje Road, Via Hydro Junction, PMB 1004, Lokoja, Adankolo
Nigeria
Email :procurement@niwa.gov.ng

Tender Details

Tenders are invited for Procurement of 1 no. Tug Boat

ELIGIBILITY REQUIREMENTS
• Evidence of Certificate of Incorporation with CAC including form CAC2 and CAC7;
• Evidence of Company Income’s Tax Clearance Certificate for the last 3 years (2016, 2017 & 2018) valid till 31st December, 2019;
• Company’s Audited Account for the last 3 years (2016, 2017 & 201 8);
• Evidence of Financial Capability to execute the project including Reference letter from a reputable commercial bank in Nigeria indicating willingness to provide credit facility for the execution of the project when needed;
• Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of the Interim Registration Report (IRR) expiring on 31/1/2020 or valid Certificate issued by BPP;
• Evidence of current ITF Compliance Certificate valid till 31st December, 2019;
• Evidence of current Pension Compliance Certificate valid till 31st December, 2019;
• Evidence of current Registration with the Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2019;
• Company profile with the CVs of key Staff to be deployed for the project, including copies of their Academic/Professional qualifications.
• Verifiable documentary evidence of at least 3 similar jobs executed in the last 5 years including Letters of Awards, Valuation Certificates, Job completion Certificates and Photographs of the Projects;
• List of Plants/Equipment with proof of Ownership/Lease (where applicable);
• Sworn Affidavit disclosing whether or not any officer of the relevant committees of the Authority or BPP 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;
• Evidence of registration with relevant professional bodies whose expertise is required for the successful delivery of the project such as NAICOM/Insurance, NITDA/ CPN/Information Technology, ICAN/ ANAN/Financial Reporting Services, COREN/QSRBN/ARCON/ CORBON/SURCON/Construction/Consultancy, NSCDC/Security etc. where applicable;
• Tender for Goods & Works when the item to be procured is less than N100million of Goods and N300million for Works, Bid Security is not needed;
• For Joint Venture/Partnership, Memorandum of Understanding should be provided (all the eligibility requirements are compulsory for each JV partner);
• All documents for submission must be transmitted with a Covering/ Forwarding letter under the Company/Firm’s Letterhead Paper bearing amongst others, the Registration Number (RC) as issued by the 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.

4.0 COLLECTION OF TENDER DOCUMENTS
Interested companies are to collect the Standard Bidding Document (SBD) from the Procurement Department, NIWA HQ Lokoja, Kogi State on evidence of payment of a non-refundable fee of N10, 000.00 per Lot, paid into National Inland Waterways Authority’s remita account in any commercial bank.

5.0 SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the Lot desired, two (2) hard copies 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 ’Technical Bid” or “Financial Bid”.
Thereafter, put the two sealed envelopes together in a bigger sealed envelope addressed to The Managing Director, National Inland Waterways Authority, Headquarters, Adankolo New Layout, Lokoja, Kogi State and clearly marked with the name of the project and Lot number.
Furthermore, the reverse of each sealed envelope should have the name and address of the bidder and drop in the designated “Tender Box” at NIWA Headquarters, Lokoja, Kogi State not later than 12:00noon on 4 November, 2019.

6.0 OPENING OF BID
The Technical bids will be opened immediately after the closure of submission on 4 November, 2019 at 12:00 noon at the Conference Hall of NIWA Headquarters, Lokoja in the presence of bidders or their representatives, while the Financial bids will be kept un- opened.
Please, ensure that you sign the Bid Submission Register in the Procurement Department of the Authority, as NIWA will not be held liable for misplaced or wrongly submitted bids.
For further enquiries, please contact the General Manager (Procurement) on e-mail: procurement@niwa.gov.ng

7.0 GENERAL INFORMATION
(a) Bids must be in English Language and signed by an official authorized by the bidder;
(b) Bids submitted after the deadline for submission would be returned un-opened;
(c) Documents not properly bound will be disqualified on the day of opening;
(d) All costs will be borne by the bidders;
(e) Only pre-qualified bidders at technical evaluation will be contacted at a later date for financial bids opening, while financial bids of unsuccessful bidders will be returned unopened;
(f) Due diligence will be observed as all documented claims by the Contractors are subject to verification;
(g) NIWA is not bound to pre-qualify 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