NIGERIAN MARITIME ADMINISTRATION AND SAFETY AGENCY (NIMASA)- INVITATION TO TENDER/EXPRESSION OF INTEREST FOR VARIOUS SUPPLIES AND SERVICES
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/SN02
INVITATION TO TENDER/EXPRESSION OF INTEREST
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 appropriated in the Agency’s Budget:
2. SCOPE OF SUPPLIES/SERVICE
CATEGORY A: INVITATION TO TENDER | |
LOT-T1 | Purchase of SME Machinery in Abia State |
LOT-T2 | Purchase of SME Machinery in Adamawa State |
LOT-T3 | Purchase of SME Machinery in Akwa Ibom State |
LOT-T4 | Purchase of SME Machinery in Bauchi State |
LOT-T5 | Purchase of SME Machinery in Benue State |
LOT-T6 | Purchase of Relief Materials for IDP in Ebonyi State |
L0T-T7 | Purchase of Relief Materials for IDP in Edo State |
LOT-T8 | Purchase of Relief Materials for IDP in Imo State |
LOT-T9 | Purchase of SME Machinery in Kano State |
LOT-T10 | Purchase of SME Machinery in Kebbi State |
LOT-T11 | Purchase of SME Machinery in Kogi State |
LOT-T12 | Purchase of SME Machinery in Nasarawa State |
LOT-T13 | Purchase of SME Machinery in Ogun State |
LOT-T14 | Purchase of Relief Materials for IDP in Ondo State |
LOT-T15 | Purchase of Relief Materials for IDP in Osun State |
LOT-T16 | Purchase of Relief Materials for IDP in Oyo State |
LOT-T17 | Purchase of Relief Materials for IDP in Plateau State |
LOT-T18 | Purchase of Relief Materials for IDP in Taraba State |
LOT-T19 | Purchase of Relief Materials for IDP in Zamfara State |
LOT-T20 | Purchase of Educational Materials to Primary/Secondary School in North Central Geo-political Zone |
CATEGORY B: EXPRESSION OF INTEREST | |
LOT-T21 | Engagement of Consultant for the conduct of 2020 Management Performance Review (MPR) |
3. ELIGIBILITY REQUIREMENTS
Prospective bidders are required to submit the following documents:
(i) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission including Certified True Copy of Form CAC7 and CAC 2.1 or CAC1.1. 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 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 31/12/2021 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 registration with relevant professional regulatory 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;
(xiii) For Supply of Equipment: Letter of Authorisation as representatives of the Original Equipment Manufacturers (OEMs);
(xiv) 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 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 remita 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 11:00 a.m. on Thursday, 4 March, 2021 to the address below: