NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA) has floated a tender for Remediation of a Degraded Environment. The project location is Nigeria and the tender is closing on 15 Oct 2020. The tender notice number is , while the TOT Ref Number is 45897296. 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 : Remediation of a Degraded Environment

Deadline : 15 Oct 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 45897296

Document Ref. No. :

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
Maritime House: 4 Burma Road, Apapa, P. M. B. 12861, Lagos. Phone: +234 700 070 0010
Nigeria
Email :procurement@nimasa.gov.ng
URL :www.nimasa.gov.ng

Tender Details

Tenders are invited for Remediation of a Degraded Environment in the Niger Delta (Central Zone- Forcados and Escravos)

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 or CAC1.1.
(ii) Copy of Company-s Income Tax Clearance Certificate for the last three years (2017, 2018 and 2019) valid till 31 December, 2020, with minimum average annual turnover of N50 Million for Works;
(iii) Evidence of current Pension Compliance Certificate valid till 31 December, 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2020;
(v) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of valid Interim Registration Report (IRR) expiring 30/06/2020 or valid Certificate issued by BPP;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31 December, 2020;
(vii) A Sworn Affidavit
(a) 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;
(b) that none of the company-s directors has been convicted in any law court for any criminal offence including fraud and financial impropriety; and
(c) that the company is not in receivership, bankrupt or insolvent.
(viii) Audited Accounts of the company for the last three years (2017, 2018 and 2019);
(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 Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications (in case of construction: COREN, QSRBN, ARCON, CORBON etc.);
(xiii) List of Plants/Equipment with proof of Ownership/Lease (where applicable);
(xiv) Company-s Health, Safety and Environment (HSE) policy;
(xv) 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 authorised officer of the firm.

Prospective Bidders for Lots l -23 are requested to collect Bid Documents from the office of the Head Procurement, 5th Floor, Maritime House No.4 Burma Road, Apapa, Lagos, upon presentation of evidence of payment of non-refundable tender fee of Ten Thousand Naira (N10, 000.00) only per lot. Payment shall be made to NIMASA-s remita account in any reputable commercial Bank in Nigeria (Log in to NIMASA Account on Remita, select other income as name of service/purpose, select others as item and input a unit price of 10, 000.00 for each Lot). After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Lots 9-14.

Technical documents shall be enclosed in a separate envelope (marked Technical) and Financial Bid in another envelope (marked Financial). The two separate envelopes shall be enclosed in one sealed outer envelope clearly marked “INVITATION TO TENDER” stating the Lot No” company name and the “Project Title” The technical bid and the financial bid shall be submitted in duplicate on or before 11:00a.m. on Thursday, 15 October, 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 Multi-Purpose Hall of NMRDC, Kirikiri, Apapa, Lagos.
Late submission will be returned un-opened.

Only Technical bids shall be opened immediately after the submission deadline at 11:00a.m. on Thursday, 15 October, 2020 at Multi-Purpose Hall of NMRDC, Kirikiri, Apapa, Lagos while the financial bids shall be kept un-opened. Bidders or their representatives, Relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the opening exercise and shall register evidencing their attendance on the date of the bid opening. Only pre-qualified bidders will be invited at a later date for financial bids opening, while the financial bids of unsuccessful bidders will be returned un-opened.

Notation:
(i) The document should be arranged in the order listed at 3.0 above and clearly separated by dividers;
(ii) Failure to submit all the required documents stated above shall lead to the disqualification of the Bid;
(iii) 2% bid security is required for Goods and Services above N 100, 000, 000.00 and N300, 000, 000.00 for works;
(iv) No bidder should bid for more than two (2) lots;
(v) 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;
(vi) Margin of preference will be accorded to local goods and services. Details are as contained in the Standard Bidding Document (SBD);
(vii) This notice shall not be construed to be a 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;
(viii) Bid document shall be submitted in person and not through post. Any bid submitted through post shall not be accepted;
(ix) Bidders shall be responsible for all costs in preparation and submission of Bid;
(x) Bidders are advised to read this solicitation carefully as failure to follow instructions may lead to rejection of bid.
(xi) 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