NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
MARITIME HOUSE: 4 BURMA ROAD, APAPA, P.M.B. 12861, LAGOS.
EMAIL: procurement@nimasa.gov.ng; WEBSITE: www.nimasa.gov.ng
PROC. 01/21/SN01
INVITATION TO TENDER/EXPRESSION OF INTEREST (EOI)
1. INTRODUCTION
The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transportation in compliance with the Public Procurement Act (PPA) 2007, invites reputable contractors/firms/companies with proven records of accomplishment to tender/Express for the underlisted projects appropriated in the Agency’s Budget.
2. SCOPE OF WORKS/SUPPLIES/SERVICES
CATEGORY A: INVITATION TO TENDER | |
LOT-1 | Rehabilitation of NMRDC Guest House and Landscaping, Lagos |
LOT-2 | Remodeling of Administrative Building at NMRDC, Lagos |
LOT-3 | Renovation of the Multipurpose Hall at NMRDC, Lagos |
LOT-4 | Landscape Upgrade of NMRDC Complex, Lagos |
LOT-5 | Supply and Installation of Furniture at NMRDC Guest House, Lagos |
LOT-6 | Supply of Office Equipment at NMRDC Guest House, Lagos |
LOT-7 | Cladding of the Administrative Building at NMRDC, Lagos |
LOT-8 | Re-construction of collapsed fence at Diamond Hill Transit Quarters, Calabar, Cross River State |
LOT-9 | Furnishing of 1st Floor Western Wing NIMASA Head Office Building, Apapa, Lagos |
LOT-10 | Sundry Works at the NIMASA Global Maritime Distress and Safety System (GMDSS) Satellite Base, Takwabay, Lagos |
LOT-11 | Procurement of Mobile Phones |
LOT-12 | Supply and Sundry Work at Head Office Canteen |
LOT-13 | Remodeling of Nigerian Ship Registration office |
LOT-14 | Renovation of 3rd Floor and Relocation of Units |
LOT-15 | Remodeling of 1st – 9th Floor Lift Lobbies and Internal Staircase of NIMASA Head Office |
LOT-16 | Construction of Block of 3 Classrooms at Apapa Junior High School |
LOT-17 | Establishment of Mini Fire Station and Fire Truck Deployment |
LOT-18 | Designations of Marine Protected Area, Western Zone |
LOT-19 | Designations of Marine Protected Area, Eastern Zone |
LOT-20 | Designations of Marine Protected Area, Central Zone |
LOT-21 | Supply and Installation of 200KVA Generator Set at Takwa-bay |
LOT-22 | Construction of Generator House at Takwa-bay |
LOT-23 | Sundry Works at Federal Ministry of Transportation, Abuja |
LOT-24 | Purchase of Operational Vehicles |
LOT-25 | Dredging of Continental Shipyard |
LOT-26 | Movement of Modular Floating Dock from Naval Dockyard to Continental Shipyard |
LOT-27 | Renovation of Continental Shipyard |
LOT-28 | Construction of Gangways |
LOT-29 | Re-construction of Continental Shipyard Jetty |
LOT-30 | Re construction of Dolphin Structure |
CATEGORY B: EXPRESSION OF INTEREST | |
LOT-31 | Engagement of Transaction Adviser for Offshore Waste Reception Facility |
LOT-32 | Consultancy for the Development of Designs for Building of Zonal Offices |
LOT-33 | Consultancy for the Development of Strategy Document on the Agency’s Performance Tripod |
LOT-34 | Consultancy for the Development of Maritime Strategy for 2030 |
LOT-35 | Consultancy for Deep Blue Economy |
LOT-36 | Dockworkers Training on Modern Cargo Handling and Attitudinal Change for Dockworkers at Western Zone |
LOT-37 | Dockworkers Training on Modern Cargo Handling and Attitudinal Change for Dockworkers at Eastern Zone |
LOT-38 | Dockworkers Training on Modern Cargo Handling and Attitudinal Change for Dockworkers at Central Zone |
LOT-39 | Cyber Security Implementation |
LOT-40 | Automation of the Nigerian Ship Registration |
LOT-41 | Provision of Electronic Archiving and Record Management (EDARMS) Towards ISO 9001:2015 Certification and Lloyd’s Register |
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 or CAC 1.1, Business Name is also acceptable for Category B;
(ii) Copy of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificate of all the Partners in case of Business Name) for the last three years (2017, 2018 and 2019) valid till 31st December 2020, with a minimum average annual turnover of N50Million for works.
(iii) Evidence of current Pension Compliance Certificate valid till 31st December 2020;
(iv) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31st 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 31/12/2021 or valid Certificate issued by BPP;
(vi) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020;
(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 (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 a 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) Category B: Evidence of current registration with relevant regulatory professional body(ies);
(xii) Company’s Profile with the signed 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 (Works);
(xiv) Company’s Signed Health, Safety and Environment (HSE) policy (Works);
(xv) 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;
(xvi) For Supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturers (OEMs);
(xvii) 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.
4. COLLECTION OF TENDER DOCUMENTS (CATEGORY A)
Prospective Bidders for Lots 1 -36 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 a non-refundable tender fee of Ten Thousand Naira (N10,000.00) only per lot. Payment shall be made to NIMASA’s remitta account in any reputable Commercial Bank in Nigeria. After payment, Teller shall be taken to the NIMASA Revenue Unit for issuance of a receipt for collection of Bidding Documents. Note that payment of Tender fee is not required at this stage for Category B.
5. SUBMISSION OF TENDER DOCUMENTS (CATEGORY A)
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, 25 February 2021 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 unopened.
6. OPENING OF THE TECHNICAL BIDS (CATEGORY A)
Only Technical bids shall be opened immediately after the submission deadline at 11:00a.m. on Thursday, 25 February, 2021 at Multi-Purpose Hall of NMRDC, Kirikiri, Apapa, Lagos while the financial bids shall be kept un opened.
7. EXPRESSION OF INTEREST (CATEGORY B)
All EOI with supporting documents (ORIGINAL AND DUPLICATE) neatly packaged in sealed envelope, stating Expression of Interest shall be submitted to the office of Head Procurement on or before 11:00 a.m. on Thursday, 21 January, 2021. Late submission will be returned unopened.
8. OPENING OF EXPRESSION OF INTEREST (CATEGORY B)
Submitted EOI documents shall be opened immediately after the deadline for submission at 11:00 a.m. on Thursday, 21 January, 2021, at NIMASA Head Office, No4 Burma Road, Apapa, Lagos. Late submission will be returned un-opened.
9. ENQUIRIES
Enquiries regarding this advertisement should be directed to the Office of 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: 08062691690; 08155775757
10. 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) No bidder should bid for more than two (2) lots;
(iv) 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;
(v) 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;
(vi) Bidders shall be responsible for all costs in preparation and submission of Bid;
(vii) Bidders are advised to read this solicitation carefully as failure to follow instructions may lead to rejection of bid;
(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 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) NIMASA is not bound to pre-qualify/shortlist 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.
SIGNED
MANAGEMENT