NIGERIAN MARITIME ADMINISTRATION has floated a tender for Provision of Insurance Cover of Augusta AW109 Grand New (Helicopters). The project location is Nigeria and the tender is closing on 27 Feb 2020. The tender notice number is , while the TOT Ref Number is 40301239. 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 Insurance Cover of Augusta AW109 Grand New (Helicopters)

Deadline : 27 Feb 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 40301239

Document Ref. No. :

Competition : ICB

Financier : Other Funding Agencies

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN MARITIME ADMINISTRATION
Office the Head Procurement 5th Floor, The Nigerian Maritime Administration and Safety Agency (NIMASA), No. 4 Burma Road, Apapa, Lagos, Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos, Attn: Management Tel: +234-8153860922 & 08062691690
Nigeria
Email :procurement@nimasa.gov.ng
URL :www.nimasa.gov.ng

Tender Details

Tenders are invited for Provision of Insurance Cover for 2 No of Augusta AW109 Grand New (Helicopters).

3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents:
i. Certificate of Incorporation issued by the Corporate Affairs Commission(CAC), including Certified True Copy of Form CAC7 and CAC 2.1.
ii. Copy of Company’s Income Tax Clearance Certificate for the last three years (2016, 2017 and 2018) valid till 31st December, 2019, with minimum average annual turnover of N100 Million
iii. Evidence of current Pension Compliance Certificate valid till 31st December 2019;
iv. Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2019;
v. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 30/01/2020 or valid Certificate issued by BPP;
vi. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) compliance certificate valid till 31st December, 2019;
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 offence 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 20162017 and 2018);
ix. Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating 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. Evidence of accreditation/registration with relevant professional body(ies): NITDA, CMD etc. as the case may be;
xii. Company 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 Health, Safety, and Environment (HSE) policy:
xiv. Underwriters and Brokers Firm shall include Valid Operating License from National Insurance Commission (NAICOM);
xv. Underwriters and Brokers firms shall include NAICOM Approval for the Company`s account for year 2019/2020 (NAICOM);
xvi. -Underwriters shall include valid Reinsurance /Treaty cover;
xvii. Brokers shall include evidence of membership of Nigerian Corporation of Insurance Brokers;
xviii. Brokers shall include valid Professional Indemnity:
xix. Premium payable for Marine Hull shall be in Naira and US Dollars applicable:
xx. Period of Insurance/Cover is one (1) year or 365 days
xxi. 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 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.

4. SUBMISSION OF TENDER DOCUMENTS
EOI documents shall be dearly marked “EXPRESSION OF INTEREST stating the company name and the “Project Title: The EOI shall be submitted in duplicate on or before 11:00 a.m. on Thursday, 27th February, 2020 to the address below: The Head Procurement, 5th floor, Nigerian Maritime Administration and Safety Agency, No 4 Burma Road, Apapa, Lagos. Submission on the last day shall be done at the BID OPENING Venue before the closing time. Late submission will be returned unopened.

5. OPENING OF THE TENDER DOCUMENTS
The EOI shall be opened immediately after the submission deadline at11:00am on Thursday, 27th February, 2020 at Multi-Purpose Han of NMRDC, Kirikiri, Apapa. Bidders or their representatives, Relevant Professional Bodies and Non-Governmental Organizations (NGOS) are invited to witness the opening exercise and shall register evidencing attendance on the date of the bid opening. Only pre-qualified bidder will be invited at a later date to submit technical and financial proposal

6. ENQUIRIES
Enquiries regarding this advertisement should be directed to the Office the Head Procurement 5th Floor, The Nigerian Maritime Administration and Safety Agency (NIMASA), No. 4 Burma Road, Apapa, Lagos, or through the following telephone numbers during official hours (9am -5pm) only 08153860922 & 08062691690

7. NOTATION:
i. The document should be arranged in the order listed at 3.0 above and clearly separated by dividers;
ii. No Tender fee is required at this stage;
iii. Failure to submit all the required documents stated above shall lead to the disqualification of the Bid;
iv. 2%bid security would be required for Services above N100, 000, 000.00at Request for Proposal (RFP) stage if pre-qualified;
v. No bidder should bid for more than two (2) lots;
vi. 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;
vii. Margin of preference will be accorded to local goods and services. Details areas contained in the Standard Bidding Document (SBD);
viii. This notice shall not be construed to be 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,
ix. Bid document shall be submitted in person and not through post. Any bid submitted through post shall not be accepted;
x. Bidders shall be responsible for all costs in preparation and submission of Bid
xi. Bidders are advised to read this solicitation carefully as failure to follow instructions may lead to rejection of bid.
xii. NIMASA 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