Background Image

NIGERIA CIVIL AVIATION AUTHORITY-<p>INVITATION TO TENDER AND EXPRESSION OF INTEREST FOR THE EXECUTION OF PROJECTS

NIGERIA CIVIL AVIATION AUTHORITY
CORPORATE HEADQUARTERS: NNAMDI AZIKWE INTERNATIONAL AIRPORT, DOMESTIC WING, ABUJA.
LAGOS OFFICE: AVIATION HOUSE: MURTALA MOHAMMED INTERNATIONAL AIRPORT, DOMESTIC WING, IKEJA
INVITATION TO TENDER AND EXPRESSION OF INTEREST
UNDER NCAA 2024 IGR BUDGET
REF NO: NCAA/DG/PROC/01/24/015

1. INTRODUCTION
Nigeria Civil Aviation Authority (NCAA), a parastatal under the Federal Ministry of Aviation and Aerospace Development, in pursuance of its statutory oversight functions and in compliance with the Public Procurement Act, 2007, intends to carry out the procurement of goods and works under its 2024 Internally Generated Revenue (IGR) Budget.
The authority therefore invites experienced and competent contractors, suppliers and consultants with relevant experience for consideration for the execution of the projects stated herein;

2. SCOPE OF GOODS/WORKS/SERVICES
The scopes of supplies/works/services for the 2024 fiscal year are categorized as follows:

GOODS
NCAA/G1/24Procurement and installation of 200KVA Generator Set to be delivered at NCAA Kano Regional Office, Kano
NCAA/G2/24Procurement of operational vehicles to be delivered at NCAA Corporate Headquarters
NCAA/G3/24Procurement of Hand Refractometer and VHF fixed mobile radio with handheld walkie-talkie to be delivered at NCAA Corporate Headquarters
NCAA/G4/24Procurement of equipment for Aeromedical standards to be delivered at NCAA Lagos Regional office
NCAA/G5/24Procurement of office furniture for examination building to be delivered at NCAA Corporate Headquarters
NCAA/G6/24Procurement of office furniture for NCAA Kano Prototype Regional office building, Kano
NCAA/G7/24Procurement of office furniture for NCAA Port Harcourt Prototype Regional office building, Port Harcourt
NCAA/G8/24Procurement of office furniture for NCAA Kaduna Prototype Regional office building, Kaduna
NCAA/G9/24Procurement of office furniture for NCAA Abuja Prototype Regional office building, Abuja
NCAA/G10/24Procurement of office furniture for NCAA corporate headquarters (DG, Block) Abuja
NCAA/G11/24Procurement of High-End Laptop for EMPIC Implementation to be delivered at NCAA Corporate Headquarters, Abuja.
WORKS
NCAA/W1/24Construction of Store Building at NCAA Kano Regional Office, Kano
NCAA/W2/24Construction of Store Building at NCAA Port Harcourt Regional office, Port Harcourt Regional
NCAA/W3/24Construction of Store Building at NCAA Abuja regional Office, Abuja
NCAA/W4/24Electrification of NCAA Kano Regional building with 500KVA/11KVA/230V Transformer
NCAA/W5/24Electrification of NCAA Port Harcourt Regional building with 500KVA/11KVA/230V Transformer
NCAA/W6/24 Provision of solar light for  NCAA safety inspectors quarters premises, at Oshodi Lagos
NCAA/W7/24Provision of solar light for  NCAA safety inspectors quarters premises, at Port Harcourt
NCAA/W8/24Provision of solar light for  NCAA safety inspectors quarters premises, at Kano Regional office, Kano
NCAA/W9/24Provision of solar light for  NCAA safety inspectors quarters premises, at Kaduna Regional office, Kaduna
NCAA/W10/24Provision and installation of solar hybrid inverter, compact perimeter solar lighting system and Mini Grids to support at NCAA facilities nationwide.
NCAA/W11/24Provision of training facility with infrastructure at NCAA corporate headquarters, Abuja
NCAA/W12/24Construction of residence hall and guest house at NCAA corporate headquarters, Abuja
NCAA/W13/24Construction and equipping of NCAA Lagos Regional office, Annex Lagos
NCAA/W14/24Construction of Recreational centre with mosque, church and library at NCAA Corporate Headquarters, Abuja
NCAA/W15/24Construction of staff canteen for NCAA regional office, Port Harcourt
NCAA/W16/24Construction of staff canteen for NCAA regional office Kano State
CONSULTANCY
Competent, experienced and reputable consultants firms are required to express interest in;
NCAA/C1/24Engagement of consultants for the production of drawings, architectural designs, approval and supervision (Preliminaries and construction).
NCAA/C2/24Engagement of consultants for Review of Stores Policy and procedural manual
NCAA/C3/24Engagement of consultants for the identification of assets by categories and asset locations at NCAA Corporate Headquarters and Regional offices
NCAA/C4/24 Engagement of Consultants for the Total mitigation from manual (excel) fixed assets registrar (FAR) to real time online fixed assets management systems (FAMMS)
NCAA/C5/24Engagement of consultants for the integration or Handshaking of information technology with any accounting software that Management will want to use as may be necessary

3. ELIGIBILITY REQUIREMENTS
a) Evidence of Certificate of Incorporation issued by Corporate Affairs Commission (CAC) including Forms CAC 1.1 or CAC 2 and CAC7 or business name where applicable;
b) Evidence of Company’s Income Tax Clearance Certificates (or personal Income Tax Clearance Certificates for all partners) for the last three (3) years valid till 31st December 2023
c) Evidence of Pension Clearance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 15 and above).
d) Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December, 2023 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above);
e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2023 or valid Certificate issued by BPP;
g) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the Nigerian Civil Aviation Authority or Bureau of Public Procurement (BPP) 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 no director has been convicted in any county for any criminal offence relating to fraud impropriety or criminal misrepresentation of falsification of facts relating to any matter.
• That the company is not in receivership, the subject of any form or bankruptcy proceedings of the subject of any form of winding up petition or proceeding
• That the company does not have existing loan or financial liability with a bank, other financial institutions of third party that is classified as doubtful, non-performance, bad or whose repayment portion has been outstanding for the last four (4) months.
h) Company’s Audited Accounts for the last three years ( 2021, 2022 & 2023);
i) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
j) Company’s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications such as COREN, QSDRBN, ARCON, CORBON etc;
k) Verifiable documentary evidence of at least three (3) similar jobs of not less than Thirty Million Naira (N30,000,000.00) each successfully completed/ongoing within the last five (5) years including copies of letters of awards, job completion certificates and photographs of the projects;
l) For Consultancy services: evidence of firms’ registration with relevant regulatory professional body(ies) such as COREN, QSDRBN, ARCON, CORBON etc;
m) For supply of Equipment: Letter of Authorization as representative of the Original Equipment Manufacturer (OEMs)
n) Electricity jobs: Evidence of current licence issued by Nigerian Electricity Management Services Agency (NEMSA)
o) For Motor Vehicle Procurement: only companies included in the National Automotive design and development council’s approved list of local manufacturers or vehicles or their authorized representatives should bid for the vehicles;
Note: All documents for submission must be submitted with a Covering/Forwarding letter under the Company’s letter head paper bearing amongst others, the Registration Number (RC) as issued by the CAC, Contact Address, Telephone Number (preferably GSM No) fax and email address. The letter head 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. COLLECTION OF TENDER DOCUMENTS (GOODS & WORKS)
Interested companies are to collect the Standard Bidding Document (SBD) from the office of the Head of Procurement, Nigeria Civil Aviation Authority, Procurement Department, Corporate Headquarters, Nnamdi Azikiwe international Airport, FCT. Abuja between 10:00am and 4:00pm Monday to Friday on presentation of evidence of payment of a non-refundable tender fee of N10,000.00 per lot through the following payment instructions below;
• Collect e-invoice from NCAA Commercial Department, Directorate of Transport Regulations (DATR) to generate invoice number.
• Pay to NCAA Remita Account No. 0020093866011/NUBAN No. 3000133034.
• Present Remita invoice to NCAA Treasury Unit, Directorate of Finance and Accounts, to convert it to official receipt.
• Present the official receipt to Procurement Department to collect Tender Document.

5. SUBMISSION OF BID DOCUMENTS (GOODS & WORKS)
Prospective bidders are to submit two (2) hard copies each of the technical and financial bids with softcopy of the financial bid in MS Excel format, packaged separately in sealed and clearly marked as “Technical Bid” and “Financial Bid”. Thereafter, the two sealed envelopes should be put together in a bigger sealed envelope addressed to the Secretary Tenders Board, Nigeria Civil Aviation Authority, Corporate Headquarters, Nnamdi Azikwe International Airport, FCT, Abuja and clearly marked with the name of the project and lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box at the Ground Floor, Nigeria Civil Aviation Authority, Corporate Headquarters, Nnamdi Azikwe International Airport, FCT, Abuja between 10am – 4pm daily, not later than 12:00 noon on Monday 29th July, 2024.

6. SUBMISSION OF EOI DOCUMENTS (CONSULTANCY)
Interested firms are to submit Two (2) bound copies of EOI documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to the Secretary Tenders Board, Nigeria Civil Aviation Authority, Corporate Headquarters, Nnamdi Azikwe International Airport, FCT, Abuja and clearly marked with the name of the project and lot number. Furthermore, the reverse of each sealed envelope should bear the name and address of the bidder and dropped in the designated tender Box at the Ground Floor, Nigeria Civil Aviation Authority, Corporate Headquarters, Nnamdi Azikwe International Airport, FCT, Abuja not later than 12:00 noon on Monday 8th July, 2024.

7. OPENING OF TECHNICAL BIDS AND
The Expression of interest and Technical bids will be opened immediately after the deadlines for submission 12:00 noon on Monday 8th July, 2024 and 12:00 noon on Monday 29th July, 2024, respectively, at the conference hall, Nigeria Civil Aviation Authority, Corporate Headquarters, Nnamdi Azikwe International Airport, FCT, Abuja in the presence of bidders or their representatives, while the financial bids will be kept un-opened. Please, ensure that you are sign the EOI/bid submission register at the Ground Floor, Nigeria Civil Aviation Authority, Corporate Headquarters, Nnamdi Azikwe International Airport, FCT, Abuja, as the Nigeria Civil Aviation Authority will not be held liable for misplaced or wrongly submitted EOIs/Bids. For further enquiries, please contact the Director of Corporate services, Head of procurement or assistant General Manager (procurement) on the following telephone numbers 0803481192, 08035614093 or 080231641 respectively between 10:00am to 4:00pm Monday to Friday

8. GENERAL INFORMATION
a. EOIs/Bids documents must be English Language and signed by an official authorized by the bidder;
b. EOIs/Bids submitted after the deadline for submission would be returned un-opened;
c. Bidders should not bid for more than two (2) lot;
d. All cost will be borne by the bidders;
e. The EOIs/Technical bids will be opened in the presence of bidders or their representatives, CSOs in the areas of Anti-corruption and Transparency and private professional bodies; and will be covered by video recording; invitation link will be sent to bidder who chooses to join the bid opening online;
f. Goods & Works: Only pre-qualified bidders at technical evaluation will be invited at later date for virtual financial bids opening, while the financial bids of un-successful bidders will be returned un-opened;
g. Consultancy services: Only shortlisted consultants will be invited at a later date for collection of Request for proposals;
h. NCAA reserves the right to verify the authenticity of any claims made on the documents submitted by bidders.
i. Bidders are required to allow their bids to be scanned by NCAA Security Personnel and sign Bids Return Register located at the security duty post before submission. Failure to comply with this security arrangement disqualifies a bidder(s).
j. Failure to submit any or all eligibility requirement(s) documents shall automatically result in disqualification.
k. Originals of all the documents submitted must be produced for sighting at any time requested.
l. The award of contract for any lot is subject to availability of funds. The Authority reserves the right to prioritize the implementation of its projects.
m. In all correspondences, please quote the reference number shown above,
n. The list of the successful and unsuccessful bidders shall be pasted on the notice board at NCAA Corporate Headquarters Abuja and NCAA, website (www.ncaa.gov.ng )
o. This advertisement shall not be construed as a commitment on the part of Federal Ministry of Aviation, NCAA or its staff nor shall it entitle a bidder to make any claim whatsoever and or seek any indemnity from NCAA by virtue of such der having responded to the advertisement.
p. The Nigeria Civil Aviation Authority is not bound to pre-quality 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
DIRECTOR GENERAL OF CIVIL AVIATION
NIGERIA CIVIL AVIATION AUTHORITY

Tags
admin

admin@publicprocurement.ng

No Comments

Post a Comment

Verified by MonsterInsights