Procurement Summary
Country : Nigeria
Summary : International Ship and Port Security (ISPS) Survey
Deadline : 10 Jul 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 84322754
Document Ref. No. :
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Expression of Interest are invited for International Ship and Port Security (ISPS) Survey for National Inland Waterways Authority (NIWA) Terminal Facilities at Baro, Lokoja, Yenagoa, Yola and Oguta.
Eligibility:
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 with form BN1 is also acceptable for services;
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; with a minimum annual turnover of N300m for lots 28 & lot 29.
c) Company-s Audited Accounts for the last three years (2020, 2021 & 2022);
d) Reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed;
e) 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;
f) 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).
g) 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);
h) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December, 2023;
i) Supply of equipment: evidence of being an Original Equipment Manufacturer or its representative.
j) Company-s profile with the curriculum Vitae of key staff to be deployed for the project, including copies of their academic/professional qualifications etc;
k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of awards, valuation certificates, job completion certificates and photographs of the projects;
l) Works; List of plants/equipment with proof of ownership/lease agreement.
m) Sworn affidavit
• disclosing whether or not any officer of the relevant committees of the National Inland Waterways 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.
n) Services: Evidence of firm-s current registration with relevant regulatory professional bodies whose expertise is required for the successful delivery of the project such as NAICOM/INSURANCE, CMD/TRAININGS, NITDA/CPN/INFORMATION TECHNOLOGY, ICAN/ANAN/FINANCIAL REPORTING SERVICES COREN/QSRBN/ARCON/CORBON/SURCON/CONSTRUCTION CONSULTANCY, NSCDC/SECURITY ETC
o) Invitation to tender is adopted when the item to be procured is less than N100 million for Goods & Services and N300 million for Works, Bid Security is not required.
p) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificates, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn affidavit are compulsory for each JV Partner);
q) 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.
Interested companies are to collect the Standard Bidding Document (SBD) from the Procurement department in Room D, NIWA Headquarters Lokoja, Kogi State upon presentation of evidence of payments of a non-refundable tender fee of N10, 000.00 per lot, paid in favour of National Inland Waterways Authority-s Remita account in any commercial bank (for prequalification and invitation to tender only).
Note:
a. Bids must be in English Language and signed by an official authorized by the bidders
b. Bids submitted after the deadline for submission would be returned unopened;
c. Documents not properly bound will be disqualified on the day of opening
d. All bids must be written with indelible ink, those written with a pencil will be rejected.
e. All cost will be borne by the bidders
f. Invitation to tender: 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. Bidders should not bid for more than two (2) lots
h. Due diligence will be observed as all documented claims by the contractors are subject to verification.
i. The EOIs/Technical 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;
j. NIWA not bound to prequalify and bidder 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