Invitation for Technical and Financial Bid for Provision of Insurance Cover (2013) For Nigerian Maritime Administration and Safety Agency at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agancy Act, 2007)

 

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail- procurement@nimasa.gov.ng    Website: www.nimasa.gov.ng

 

Invitation for Technical and Financial Bid for Provision of Insurance Cover (2013) For Nigerian Maritime Administration and Safety Agency

 

1.0     Introduction

 

1.1            The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the federal Ministry of Transport hereby invites reputable and competent Underwriting Companies and Insurance Brokers to Bid for the under-listed insurance policies

 

Lot 1: Marine Hull

Lot 2:          Industrial All Risk

Lot 3: Motor Insurance

Lot 4: Group Personal Accident

Lot 5: Aviation Insurance

Lot 6:          Group Life Insurance

 

 2.0     General Requirements:

 

General Requirements:

(a)  Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(b) Copy of Memorandum and Articles of Association.

(c)  Evidence of Tax Clearance Certificate and Tax remittances far the past three years (2010, 2011 & 2012) from the Federal Inland Revenue Service

(d) Evidence of VAT Registration.

(e)  Certification     from    PENCOM    in accordance with the Pension Reform  Act,  2004 which must include evidence of remittance of Employees Pension Contributions/ Deductions or evidence of exemption from the contributory  scheme.

(f)   Evidence of compliance with Industrial Training Fund (ITF) Act, 2011.

(g)  Audited Statement of Account of the Company for the past three years showing annual turnover duly endorsed by a firm of Chartered Accountants.

 

 

  • Failure to submit all documents stated above will lead to disqualification of the Bid.

 

 

3.0     Technical Proposal for Insurance HRMS should include

(a)     Evidence of operating License from National Insurance Commission (NAICOM) and membership of Nigerian Corporation of Insurance Brokers.

(b)     Evidence of NAICOM’s Approval for the Company’s account for year 2001

(c)      Professional Indemnity (Evidence of current cover)

(d)     Company Profile including evidence of similar Insurance jobs handled in the past three years and other major Insurance.

 

Financial Proposal for Insurance and Insurance Brokerage firms should

include:

(a) Premium payable for each Lot;

(b)  Period of insurance/Cover is One (1) years or 365 days.

 

Notation

All bidders in addition to the requirements state above shall:

(a)  Possess the necessary

  1. Professional and Technical qualifications to carry out this contact;
  2. Financial capability

(b) Not be in Receivership, the subject of any from of insolvency or bankruptcy;

(c)  A sworn affidavit that none of the Directors has been convicted in any court of Law for any criminal offence.

(d)  The documents should be arranged in the order listed in the Requirements above and dearly separated by dividers.

 

3.0 Payment of Tender and collection of Bidding Documents

 

3.1     Interested Companies/Firms should collect Bid Documents as from Wednesday 27th March, 2013 from the office of the Director, Procurement, Room 500, 5th Floor, Nigerian Maritime Administration and Safety Agency (NIMASA) No. 4 Burma road, Apapa, Lagos after the payment of non – refundable fee of Ten Thousand (10,000.00) Naira only for each Lot at the Financial Services Department (Revenue Section) of the Agency on the 4th Floor

 

Submission of Technical and Financial Bids

3.1     The applications with all the required supporting documents, (Original and Duplicate) neatly packaged in sealed envelopes and one (1)  Cd- rom stating the project, Lot Number and Company’s Name shall be submitted Not later than Thursday 9th may, 2013 by 12 noon to the office of:

 

The Director (Procurement)

5th Floor (Room 500)

Nigeria   Maritime   Administration   and Safety Agency

4, Burma Road, Apapa

P.M.B 12861, G.P.O Marina, Lagos

 

 

In addition, soft copies should be sent to: procurement@nimasa.gov.ng

 

4.0   Opening of Bids

4.1     The Technical Bids shall be on Thursday, May 9th 2013 at the Nigerian Maritime Resource Development Centre (NMRDC), Multi Purpose Hall, Kirikiri, Lagos By 1.00PM.

 

 

Bidders or their Representative, Relevant Professional Bodies and Non- Governmental Organizations (NGOs) are invited to witness the Public Opening exercise accordingly:

 

Opening of financial bids of Tenders adjudged technically competent shall be done

at a later date that will be communicated to successful Firms.

 

 

 

5.0    Enquiries

All enquiries regarding this advertisement should be directed to the Director of Procurement, Room 500, 5th Floor, No. 4 Burma Road, Apapa, Lagos or through the following  telephone Numbers during official hours (9am – 5p.m) only: 08050765455, 08033737724,  08037807450, 08055350828.

 

 

7.0    Please Note:

(i)     Late submission of pre-qualification documents will not be entertained

(ii)     All CAC, VAT, PENCOM, ITF 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.

(iii)    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 nor shall it entitle any company/Firm submitting documents to claim any indemnity from Agency.

(iv)    The Agency is not bound to accept the lowest tender and Bidders shall be responsible for all costs in preparation and submission of bids.

 

 

Signed:

Management

 

 

Invitation for Pre-Qualification of Facility Managers to Manage the Properties of the Nigerian Maritime Administration and Safety Agency in Lagos, Lagos State at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agancy Act, 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail- procurement@nimasa.gov.ng    Website: www.nimasa.gov.ng

 

Invitation for Pre-Qualification of Facility Managers to Manage the Properties of the Nigerian Maritime Administration and Safety Agency in Lagos, Lagos State

 

 

1.0     Introduction

The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport intends to appoint facility Manager to manage some of its properties located in Lagos. The properties and locations are  listed below.

 

(a)  Nigerian Maritime Administration and Safety Agency, Head Office, No. 4 Burma Road, Apapa;

(b) Nigerian Maritime Resources Development Centre (NMRDC), Kirikiri;

(c)  Nigerian Maritime Administration and Safety Agency, Western Zonal Office, No. 88 Marine Road, Apapa; and

(d) Nigerian Maritime Administration and Safety Agency, Search and Rescue Base Clinic, No.  3 Azare Crescent, Apapa.

 

 

 

1.2     In compliance with the Public procurement Act (PPA), 2007, the Agency hereby invites reputable and interested Facility Manager with proven track records to submit documents for Prequalification

 

2.0     Pre-Qualification Requirements:

Interested Facility Managers are required to submit the following important documents for Pre-Qualification:

(a)  Company profile stating registered office and functional contact address (including e-mail address and telephone numbers).

(b) Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(c)  Copy of Memorandum and Article of Association.

(d) Evidence of Tax Clearance Certificate and tax remittance for the last three years (2010, 2011 & 2012) from the federal Inland Revenue Service.

(e)  Evidence of VAT Registration.

(f)   Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004 which must include evidence of remittance of Employees Pension Contributions/ Deductions.

(g)  Evidence of compliance with Industrial Training Fund (ITF) Act, 2011 for employer having five (5) or more employees in the establishment or having less than five (5) employees but with a turnover of 50 Million Naira and above per annum.

(h) Audited Statement of Account of the Company for the last three years showing annual turnover duly endorsed by a firm of Chartered Accountants.

(i)    List of verifiable documentary evidence of management of facilities within the last three (3) years.

(j)    Evidence of acquisition of equipment required in the management of facilities showing pictures and stating whether the equipment are owned or leased.

(k) list of key personnel required to do the work.

(l)    Reference letter from a reputable Bank of financial will form part of the evaluation criteria.

(m)                       A swron affidavit that none of the Directors has been convicted in any court of law of any criminal offence.

(n) All documents to be arranged in the order above, i.e, (a) to (m) sequentially:

 

 

3.0    Submission Of Documents

3.1     The Pre-qualification applications with all the required supporting documents, Original and Duplicate), neatly package in sealed envelopes and one (1) set of cd-rom stating the Company’s Name must be submitted on or before the closing date 30th April, 2013 by 12 Noon in the Office of:

 

The Director (Procurement)

5th Floor (Room 500)

Nigeria   Maritime   Administration   and

Safety Agency

4, Burma Road, Apapa

P.M.B 12861, G.P.O Marina, Lagos

 

 

5.0   Opening of Prequalification:

4.1     All Pre-qualification documents received shall be opined on the same day and time specified below and all bidders /representatives, relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the public opening exercise accordingly:

 

Date:          30th April 2013

Venue:        Nigerian Maritime Resource Development Centre (NMRDC),

Multi-Purpose Hall, Kirikiri, Lagos.

 

 

Time: 2:00 pm prompt

 

 

 

5.0    Enquiries

5.1     All enquiries regarding this advertisement should be directed to the Office of the Director Procurement, Room 500, 5th Floor, No. 4 Burma Road, Apapa, Lagos or through the following  telephone Numbers: 08050765455, 08023055758 and 08088524788.

 

 

6.0    Please Note:

6.1     All prospective contractors should please note the following

(i)      Late submission of pre-qualification documents will not be entertained

(ii)     All C.A.C, V.A.T, PENCOM, I.T.F and Tax Clearance Certificates Submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF), National Pension Commission and other relevant bodies for verification.

(iii)    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 nor shall it entitle any company/Firm submitting documents to claim any indemnity from Agency.

(iv)   Contractors are expected to adhere strictly to ALL instructions as non-compliance may constitute a ground for dis-qualification.

 

 

Signed:

Management

 

 

Expression of Interest (EOI): Invitation to Bid for Pre-Qualification for the Provision of a Training Vessel to Serve As an Operational Platform For Sea-Time Training Of Nigerian Cadets at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agancy Act, 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail- procurement@nimasa.gov.ng    Website: www.nimasa.gov.ng

 

Expression of Interest (EOI): Invitation to Bid for Pre-Qualification for the Provision of a Training Vessel to Serve As an Operational Platform For Sea-Time Training Of Nigerian Cadets

 

 

1.0       Introduction

The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport in line with its Maritime Capacity Building Program intends to HIRE a Vessel for the purpose of Cadet Sea-time Training,

 

 

2.0     Scope and Specification

The required vessel shall have the following Specifications and be able to provide needed services on hire for a minimum period of Five (5) years (2013 -2018).

Specifications which must be met by the vessel include:

(1)     Capacity to accommodate minimum of fifty (50) Cadets;

(2)     Capacity to accommodate ten (10) Instructors;

(3)     A Ship-Medical Hospital capable of accommodating the following:

(i)      One (1) Doctor

(ii)     One (1) Nurse

(iii)    One (1) Laboratory Technician

 

(4)     Three (3) Lecture Rooms;

(5)     Minimum speed of the vessel – 15 knots;

(6)     Navigation Bridge must be in full compliance with SOLAS/STCW 2012.

(7)     Vessel must be capable of self-loading stores

(8)     Vessel must have been built not earlier than 1997

 

 

3.0      General Requirements:

Prospective bidders are required to submit the following documents:

 

(i)      Company profile stating the current office address, e-mail and telephone numbers,

(ii)     Evidence         of         Incorporation/ Registration with Corporate Affairs Commission (CAC);

(iii)    Copy of  Memorandum and Articles of Association of the Company

(iv)    Evidence of Tax clearance Certificate for the past three (3) years (2010, 2011 and 2012)

(v)     Evidence of VAT Registration with Tin No. and remittance far the last three years;

(vi)    Evidence of Remittance of Employees Pension Contribution

 

 

Deduction or evidence of exemption from PENCOM in accordance with

Pension Reform Act 2004, where applicable;

(vii)   Evidence of compliance with Industrial Training Fund (TTF) Act 2011;

(viii)  Company’s Audited Accounts for the past three (3) years (2010, 2011 and 2012) duly endorsed by a firm of Chartered Accountants;

(ix)    List of Vessels owned including minimum manning list of each vessel.

(x)     Also include list of Technical Staff and Qualifications.

 

Notation:

  • The documents should be arranged in the order listed above and clearly separated by  dividers
  • Failure to submit all documents stated above will lead to disqualification of the Bid.

 

 

Deadline for Submission

All bids should he submitted in an envelope with one (1) set of CD-ROM.   The envelop should   be  clearly   marked,   stating   the project, Company’s Name and submitted BEFORE the closing date of Thursday, 9th May, 2013 by 12 noon in the office of:

The Director (Procurement)

5th Floor (Room 500)

Nigeria   Maritime   Administration   and

Safety Agency

4, Burma Road, Apapa

PM.B 12861, G.P.O Marina, Lagos

 

In addition, soft copies should  be sent to: procurement@nimasa.gov.ng

 

5.0   Opening Of Bids

Opening of bids shall be on Thursday, May 9th 2013 at the Nigerian Maritime Resource Development

NIGERIAN MARITIME RESOURCE DEVELOPMENT CENTRE (NMRDC), Multi Purpose Hall, Kirikiri, Lagos By 1.00PM.

 

6.0    Enquiries

All enquiries regarding this advertisement should be directed to the Office of the Director (Procurement) or call telephone Numbers: 08050765455, 08023055758 and 08088524788.

 

 

7.0    Please Note:

(i)      Late submission of bids will not be entertained

(ii)     All C.A.C, V.A.T, PENCOM, I.T.F and Tax Clearance Certificates Submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), Industrial Training Funds, National Pension Commission and other relevant bodies for verification.

(iii)    This notice shall not be construed to be a committment on the part of the Agency to engage any Consultant nor shall it entitle any firm submitting documents to claim any indemnity.

(iv)    Bidders shall    be    responsible for all costs in preparation and submission of bids.

 

 

Signed:

Management

 

Invitation for Pre-Qualification for 2013 Capital Projects at National Directorate of Employment

National Directorate of Employment

Plot 1529, Nouakchott Street, Zone 1, Wuse District, Abuja

 

Invitation for Pre-Qualification for 2013 Capital Projects

 

Introduction:

 

The National Directorate of Employment, an Agency of Federal Government charged with the responsibility of creating jobs for unemployed Nigerians, hereby invites competent and reputable Contractors to submit pre-qualification documents as a pre-requisite to participate in the Bidding for 2013 Capital Projects stated below:

 

Lot A:       Supply of Resettlement Tools and Equipment for different Skills/Trades.

Lot B:       Construction at Model Agricultural Skills Training Centres in Bauchi, Imo and Plateau States.

Lot C:       Production/ Printing of Periodic Reports, Manuals and Registration/

Documentation materials.

Lot D:       Procurement of ICT Equipment and Consumables.

Lot E:       Rehabilitation of Structures in six states (Oyo, Ebonyi, Cross River, Kebbi, Borno and Kwara)

Lot F:       Supply and Installation of Furniture, Training Tools and Equipment for different Trades in a Skills Centre

Lot G:       Provision of Motorized Borehole, Installation of Overhead Water Storage Tank and Reticulation in a Skills Centre.

Lot H:       Construction of Skills Acquisition Centre at:

i)     Obanliku LGA, Cross River State, ii) Akoko- Edo, Edo State. iii) Imo East, Imo State, iv) Bakassi LGA, Cross River State.

Lot I:        Construction of Community Hall at Otor- Ude, Udu LGA, Delta State.

Lot J:       Architectural Consultant to take on related services such as Structural Engineering, M&E, etc. in execution of projects.

 

Lot K:     Management Service Consultant with vast knowledge in the field of Employment, Skills Training and Empowerment of women and youths.

 

Lot L:      Electrical Works in Kwara and Oyo States

Lot M:     The NDE Intends to go into Public Private Partnership with a competent Contractor to carry out Specialized Training on Mobile Payment Employment Scheme in line with cash-less policy of the Central Bank of Nigeria, which is geared towards employment and training of youths. The Company must possess the following:

i)    Evidence of available support of Margento Point of Sale (POS) Terminals in Nigeria.

ii)   Pictures of Kiosk sample in coloured print

iii)  Security Solution for the Kiosk and POS Terminal Equipment.

iv) Evidence of Licence by Central Bank of Nigeria to operate as Mobile Money and Electronic Payment Agent.

 

Pre-qualification Requirements

Application for pre-qualification should be accompanied with the following documents:

i)       Evidence of Registration with Corporate Affairs Commission (CAC).

ii)      Evidence of Registration with Pension Commission and compliance with Pension Act.

iii)     Evidence of Registration with Financial Reporting Council of Nigeria.

iv)     Evidence of Registration with Industrial Training Fund.

v)      Evidence of Registration with LECAN for Lot L.

vi)     Verifiable Evidence of similar and other jobs successfully executed in the past.

vii)    The Company must have an up to-date Tax Clearance/ VAT Certificate for at least three years (201 0, 201 1 & 201 2) and a Tax Identification Number (TIN).

viii)   Details of Company Profiles and list of Equipment for Construction and

Rehabilitation.

ix)     Letter of Recommendation from the Company’s Bankers indicating the financial capacity of the Company.

 

Failure to submit any of the listed documents may result in disqualification.

 

Submission of the Pre-Qualification Documents

Your submission should reach the above address not later than two (2) weeks from date of this publication,

The Director General,

National Directorate of Employment

Plot 1529 Nouakchott Street,

Zone 1, Wuse District Abuja.

 

Your submission should reach the above address on or before 11th April 2013.

 

Please note that:

i)       The above procedures must be followed strictly for your submission to be processed.

ii)      This is not an invitation to tender for the Job.

iii)     Only qualified contractors/companies will be shortlisted and invited to tender on payment of prescribed Tender Fee.

 

Signed:

Management

 

 

Invitation for Pre-Qualification and Tender of Contractors for 2012 TETFUND Intervention Project at Federal University of Petroleum Resources

Federal University of Petroleum Resources

PMB 1221 Effurun, Delta State, Nigeria

 

Invitation for Pre-Qualification and Tender of Contractors for 2012 TETFUND Intervention Project

 

Notice Reference: FUPRE/TETFUND/2013/EQ/Vol.1/01

 

A.      Introduction

The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State, has received normal intervention fund from the Tertiary Education Trust Fund (TETFUND) and it intends to use part of these funds for the supply, installation, commissioning and maintenance of Engineering Teaching Equipments and related Goods and Services for its Workshops and Laboratories for the College of Technology.

 

FUPRE is desirous of executing the Projects on contract and wishes to invite reputable contractors with good track record for pre-qualification and financial bidding.

 

B.      Location of Project    

FUPRE’s permanent site at Ugbomro in Uvwie Local Government Area of Delta State.

C.      Scope of Work– The goods to be procured are:

 

Petroleum Engineering

Lot 1:          Drilling Mud Practical and Equipment

Lot 2:          Core Analysis and Reservoir Engineering Practicals and Equipment

Lot 3:          Production Engineering & EOR Practicals and Equipment

 

Electrical & Electronics Engineering

Lot 4:          Basic Electronics and Electricity

Lot 5:          Electrical Machines

Lot 6:          Digital/Analogue Communications, Process Emulators and Controllers

 

Mechanical Engineering

Lot 7:                    Mechanics of Machines Laboratory

Lot8:                     Strength of Materials Laboratory

Lot 9:                    Thermodynamics, Heat and Mass Transfer Laboratory

Lot 10:        Fluid Mechanics & Aerodynamics Laboratory

Lot 11:        Materials and Metallurgy Laboratory

Lot 12:        CAD/CAM and Drawing and Design Studios

Lot 13:        Refrigeration and Automotive Workshops

Lot 14:        Fitting, Welding and Fabrication Workshops

Lot 15:        Other Wood & Metal Workshops

Note: Bidders may bid for any or all the Lots

 

F.   Pre-Qualification Requirements for Contractors

Technically Qualifying bids must include the following, as well as any other requirements of the Tender Documents.

1.       Certificate of Incorporation with Corporate Affairs Commission

2.       Current tax clearance certificate for the Last three (3) years

3.       VAT registration certificate

4.       Audited company account with minimum annual turnover of N 150 million in any of the Last three (3) years.

5.       Bank reference letter indicating evidence of accessibility to credit facilities.

6.       Consent to allow for verification of firm’s financial standing with the bankers

7.       Compliance with the Technical Tender Requirements, including Manufacturers Authorization and Products Brochures.

8.       Company profile reflecting Executive and Technical Capacity and evidence as Original Equipment Manufacturer (OEM) or Accredited Distributor who can take responsibility for OEM with evidence of existing technical and operational capabilities in Nigeria.

9.       Evidence of previous experience in supplies of Engineering Equipment in Nigeria in the Last five (5) years:

10.     Evidence of payment of Tender Bid fee of N100, 000.00 for each Lot.

11.    Submission of 2% Bid Security.

12.    Certified true Copy of Memorandum and Articles of Association duly endorsed by the Corporate Affairs Commission.

13.     Evidence of compliance with the provisions of the Pension Reform Act, 2004.

14.              Evidence of compliance with the provisions of the Industrial Training Fund (Amendment) Act 2011

15.              A sworn affidavit that none of the Directors has been convicted in any country

 

Method and Submission of Application

A complete set of bidding documents should be obtained from the Office of the Ag. Registrar after the payment of a non refundable fee of N1 00, 000.00 for each Lot at any branch of Access Bank A/c No. 0002747923 or Wema Bank A/c No. 0101810294 in favour of Federal University of Petroleum Resources, Effurun.

 

Interested Contractors are expected to submit both Technical and Financial Bid documents in accordance with the bidding documents prepared by FUPRE. Five (5) sets of each (comprising of one original and four copies) should be submitted in 2 Separate Sealed Envelopes, clearly marked “Confidential: Technical Prequalification as Contractor (2012 Tetfund Project) LOT …. and “Confidential: Financial Tender as Contractor (2012 Tetfund Project) LOT … The name and mailing address of the Company shall be clearly stated at the back of each envelope and the Lot number clearly indicated on the top left hand side of the envelope.

 

Bids shall be valid for a period of 120 days after the deadline of submission and must be accompanied by a Bid security of 2% of the total bid value.

 

Failure to comply with the above requirements will automatically result in disqualification. All submissions are to be addressed to:

 

The Ag Registrar

Federal University of Petroleum Resources

PMB 1221

Effurun, Delta State

 

2.       Deadline for Submission

The Technical and Financial Bid documents should be submitted in the “Tender Box” at the office of the Ag. Registrar on or before 25th April, 2013 at 12.00 noon.

 

3.       Opening of Pre-Qualification Bids

The Technical pre-qualification documents will be opened at 2 00 pm on the 25th April, 2013 and Tenderers are invited to attend the ceremony for the opening of the

Lots at the University Auditorium.

 

CAVEAT

Response to this invitation shall not oblige the University to consider any responding Firm for qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Firm.

 

Only pre-qualified Contractors would have their Financial Bid Documents opened. Contractors that are not pre-qualified will have their Financial Bid Documents returned to them unopened.

 

Signed:

Chief (Mrs.)R. A. Egborge

Ag. Registrar