NATIONAL EMERGENCY MANAGEMENT AGENCY (NEMA) has floated a tender for Provision of Aviation Insurance Cover. The project location is Nigeria and the tender is closing on 27 Sep 2021. The tender notice number is , while the TOT Ref Number is 56397502. 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 : Provision of Aviation Insurance Cover

Deadline : 27 Sep 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 56397502

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL EMERGENCY MANAGEMENT AGENCY (NEMA)
10, Zambezi Crescent, Maitama, Abuja Phone: +234 704 261 8875
Nigeria

Tender Details

Expression of Interest are invited for Provision of Aviation Insurance Cover

Interested and competent bidders are required to submit the following minimum qualification, which may be subjected to verification and Due Diligence by the Agency:
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Form CAC2 and CAC7;
(b) Evidence of Company-s Income Tax Clearance Certificate for the last 3 (three) years valid till 31st December 2021; with a minimum average turnover of N50, 000, 000 (Fifty Million Naira) only;
(c) Evidence of Pension Clearance Certificate valid till 31st December 2021 (applicable where number of staff is at least 15);
(d) Evidence of Industrial Training Fund (TTF) Compliance Certificate valid till 31st December 2021 (applicable where number of staff is at least 5 or at least N50m turnover);
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2021;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2021 or valid Certificate issued by BPP;
(g) Sworn Affidavit:
• disclosing whether or not any officer of the relevant committees of the National Emergency Management Agency or the Bureau is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirming that all information presented in its bid are true and correct in all particulars; and;
• that the Company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter;
(h) Company-s Audited account for the last three years (2018, 2019, 2020) duly stamped by Licensed Auditors;
(i) Reference Letter from a reputable commercial Bank indicating willingness to provide credit facility for the execution of the project when needed;
(j) Company-s Profile with Curriculum Vitae of key staff to be deployed for the project including copies of their Academic /Professional qualifications;
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years, including Letters of Award, Valuation Certificates, Job Completion Certificates and Photographs of the projects;
(l) For Supply of Equipment: Letter of Authorisation as representative of Original Equipment Manufacturers (OEM);
(m) Lots 3 & 4: Evidence of current registration/accreditation with Computer Professionals Registration Council of Nigeria and National Information Technology Development Agency (NITDA);
(n) Lot 5: Only companies included in the National Automotive Design and Development Council-s approved list of local manufacturers of vehicles or their authorised representatives should bid for the vehicles;
(o) Letter of Authorization from the Original Equipment Manufacturers listed in the Approved Policy for Procurement of Health and Medical Equipment for Tertiary Hospitals in Nigeria, for bidders of Lot 1;
(p) Insurance Companies/Insurers/Underwriters:
- Operational Licence issued by NAICOM
- Valid and adequate re-insurance Treaty arrangement
- Certified True Copy of Audited Accounts approved by NAICOM
(q) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR& Sworn Affidavit are compulsory for each JV partner);
(r) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm-s 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 authorized officer of the firm.

Interested Companies are to collect the Standard Bidding Document (SBD) from the Procurement Unit, NEMA Headquarters, Annex Building, Blocks A, B, and C WAEC Building, 10. Zambezi Crescent, Maitama, Abuja, after providing evidence of payment of a non-refundable tender fee of N 10, 000 only, per Lot, to be paid into NEMA-s Remita account in any reputable commercial bank in Nigeria.

Note: (i) Bids must be in English Language and signed by an official authorised by the bidder;
(ii) Eligibility documents listed in 3.0 should be arranged in the order in which they are listed and separated by dividers.
(iii) Please ensure that you sign the Bid Submission Register in the Procurement Unit, NEMA Headquarters, Abuja, as NEMA will not be held liable for misplaced or wrongly submitted bids.
(iv) Bids submitted after the deadline for submission would be returned un-opened;
(v) 2% bid security is required for goods and services above N 100, 000, 000 and N300, 000, 000 for works;
(vi) All costs in preparation and submission of bids would be borne by the bidders;
(vii) Bidders cannot bid for more than two (2) Lots;
(viii) 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 (link will be sent to bidders) with the presence of two (2) representatives of private-sector professional bodies and Civil Society Organisation in the areas of Anti-Corruption/Transparency;
(ix) Bid documents can also be collected in soft copies and Bidders can submit through Post (Courier Services);
(x) Category A: Only pre-qualified bidders at technical evaluation will be invited at a later date for financial bids opening, while the financial bids of un-successful bidders will be returned un¬opened;
(xi) Category B: Only shortlisted firms will be invited at a later date for collection of Request for Proposals;
(xii) This notice shall not be construed to be a commitment on the part of the National Emergency Management Agency to award any form of contract to any respondent or entitle company/firm submitting document from any indemnity from the Agency;
(xiii) NEMA 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.
(xiv) Bidders are advised to read this solicitation document carefully as failure to follow instructions will lead to disqualification of bids.

Documents

 Tender Notice