NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)- INVITATION TO TENDER FOR WORKS AND SERVICES
NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)
(ESTABLISHED UNDER THE NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY ACT, 2007)
MARITIME HOUSE 4 BURMA ROAD, APAPA, PMB 12861, LAGOS
E-MAIL: procurement@nimasa.gov.ng
WEBSITE: www.nimasa.gov.ng
INVITATION TO TENDER
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 for the under-listed projects.
2. SCOPE OF WORKS
PROJECT TITLE: INVITATION TO TENDER
Lot 1 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Otubhi/Elebele in Ogbia, Bayelsa State Removal of Water |
Lot 2 | Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Epie/Oxbow Creek in Yenegoa, Bayelsa State |
Lot 3 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Ijegun- Badagry, Lagos State |
Lot 4 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Ijegun- Badagry, Lagos State |
Lot 5 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Lagos Lagoon, Lagos State |
Lot 6 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at River Majudun, Ikorodu Area, Lagos State |
Lot 7 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Ogun River, Ogun State |
Lot 8 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Opobo- Nkoro, River State |
Lot 9 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Bonny River Estuary, River State |
Lot 10 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Ikot Abasi, Imo River, Akwa Ibom State |
Lot 11 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Nworie/Otamiri River in Imo State |
Lot 12 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Warri- South West Kurutie River, Delta State |
Lot 13 | Removal of Water Hyacinth and Obstructive Aquatic Weeds Impeding Navigation at Ondo River & Estuaries. |
Lot 14 | Marine Litters/Micro Plastic Cleaning Action Plan Implementation at Lagos- Takwa Bay Axis, Lagos |
Lot 15 | Marine Litters/Micro Plastic Cleaning Action Plan Implementation at Apapa- Cowrie Creek- Snake Island, Lagos |
Lot 16 | Marine Litters/Micro Plastic Cleaning Action Plan Implementation at Port Harcourt Harbour- Bonny axis, Rivers State |
Lot 17 | Marine Litters/Micro Plastic Cleaning Action Plan Implementation at Warri – Sapele Axis, Delta State. |
Lot 18 | Marine Litters/Micro Plastic Cleaning Action Plan Implementation at Calabar axis Cross River State |
Lot 19 | Marine Litters/Micro Plastic Cleaning Action Plan Implementation at Ikot Abasi- Jaja Creek, Akwa Ibom/ Rivers State |
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.
(ii) Copy of Company’s Income Tax Clearance Certificate for the last three years (2017, 2018 and 2019) valid till 31st December, 2020, with minimum average annual turnover of N20 Million;
(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 31/01/2021 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 willingness to provide credit facility for the execution of the project when needed:
(x) Documentary evidence of at least there (3) similar jobs successfully executed/ on-going within the last five (5) years including Letters of Award, Valuation/ Job completion certificate e.tc.):
(xi) Evidence of accreditation/ registration with relevant professional body (ies):
(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 for Example: 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
4. COLLECTION OF TENDER DOCUMENTS
Prospective Bidders 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.