Provision of Port-Based Ballast Water Management System (BWMS)

NigeriaTenders notice for Provision of Port-Based Ballast Water Management System (BWMS). The reference ID of the tender is 46249836 and it is closing on 27 Oct 2020.

100% Secure Payments

Tender Details

  • Country: Nigeria
  • Summary: Provision of Port-Based Ballast Water Management System (BWMS)
  • NGT Ref No: 46249836
  • Deadline: 27 Oct 2020
  • Competition: ICB
  • Financier: Self Financed
  • Purchaser Ownership: -
  • Tender Value: Refer Document
  • Notice Type: Tender
  • Document Ref. No.:
  • Purchaser's Detail :
  • Purchaser : NIGERIAN PORTS AUTHORITY
    26/28 Alakoro Marina St, Lagos Island, Lagos, Nigeria Phone: +234 1 260 0620
    Email :info.procurement@nigerianports.org
    URL :www.nigerianports.gov.ng

  • Description :
  • Expression of Interest are invited for Provision of Port-Based Ballast Water Management System (BWMS) Scope of Service: The scope of service includes but not limited to the provision of Port-Based Ballast Water Management System (WMS) with the underlisted facilities for (6) port locations mentioned above: a. Shore-based Reception Treatment Facilities capable of storing not less than 100,000 cubic meters of water. b. Provision of pumping systems with pumping capacity of not less than 600 cubic meters per hour. Fitted to provide D-2 compliant water to visiting vessels. c. Provision of IMO type-approved (0-2 standard) Mobile Treatment Reception Systems with Treatment capacity of not less than 300 cubic meters per hour. Fitted to provide D-2 compliant water to visiting vessels. More information on the scope of services is contained in the Request for Proposal to be issued to pre-qualified firms. Interested firms should submit bound EOl documents duly signed paginated, separated by dividers and arranged in the order outlined hereunder: Expression of Interest Requirements: 1. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including Forms CAC2 and CAC7 (or CAC 1.1). 2. Evidence of Company-s Income Tax Clearance Certificate for the last three (3) years (2017, 2018 & 2019) valid till 3181 December 2020 with minimum cumulative turnover of N500 Million 3. Evidence of Company-s Audited Accounts for the last three (3) years (2017, 2018 & 2019) duly signed by ANANYA CAN licensed Auditors. 4. Evidence of current Pension Compliance Certificate from National Pension Commission (PENCOM) valid till 31st December 2020. 5. Evidence of current industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2020. 6. Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Compliance Certificate valid till 31st December 2020. 7. Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31/12/2020 or valid Certificate issued by BPP. 8. Sworn Affidavit disclosing: - That the Company does not have any Director who has been convicted in any Country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter. - Whether or not any officer of the relevant committees of the Nigerian Ports Authority (NPA) or Bureau of Public Procurement (BPP) is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars. - That the Company is not in receivership, subject of any form of insolvency or bankruptcy proceeding or the subject of any form of winding up petition or proceedings. 9. 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 (preferably GSM No.), fax and e mail address. The Letter Head Paper must bear the Names and Nationalities of the Directors of the Company/Firm at the bottom of the page 10. Evidence of financial capability to execute the project by submission of reference letter from a reputable commercial bank indicating willingness to provide credit facility for the execution of the project when needed. 11. Company profile to include names, qualification (copies of relevant academic and professional qualifications of such personnel must be attached) and experience of key personnel. - At least 3 Key operational staff technical staff must have minimum of first-degree certificate or its equivalent in related field with evidence of registration with relevant professional body. - Each operational staff should have minimum of five (5) years- experience in Ballast Water Management System (WMS), including operating and monitoring equipment - All staff must be fluent in English language. 12. Evidence of company ISO 14001 certification for Environmental Management System. 13. Verifiable documentary evidence of Ballast Water Management D2 type-approval certificate in line with the BWM Code) 14. Failure to comply with items 1-13 above will lead to disqualification of the bid. (This is applicable for non-Joint Venture submissions) 15. For Joint Venture (JV Partnership, Memorandum of Understanding (MoU) should be provided. (tams 1 12 are compulsory for each national JV partner, while items 1, 2 and 8 (as issued in home country) are compulsory for each international JV partner while item 13 can be provided by any of the JV partner) Aggregate cumulative turnover of both partners is admissible. Submission of Expression of Interest (Eoi) Document: Interested bidders are to submit two (2) bound copies of El documents, paginated and arranged with dividers as indicated above. The EOI documents should be submitted in sealed envelopes and addressed to “EXPRESSION OF INTEREST (EOI) FOR THE PROVISION OF PORT BALLAST WATER MANAGEMENT RECEPTION AND TREATMENT FACILITIES Specifying PUBLIC NOTICE NO: 4134 LOT NO……… (with appropriate description of desired lot) and dropped in the designated Tender Box located on the 3rd floor of NPA annex Building, 1, Joseph Street, off Marina Lagos not later than 11:00am on Tuesday, 27th October 2020. Opening of Expression of Interest (Eoi) Document: All EOI documents received before the deadline for submission will be opened immediately after the deadline for submission at 11:00 am on Tuesday, 27th October 2020 in the Conference room on 3rd floor of NPA Annex building 1, Joseph Street, off Marina, Lagos in the presence of bidders or their representatives. Representatives of Non-Governmental Organizations related to this procurement, transparency and anti-corruption Agencies are hereby invited to witness the bid opening in compliance with Section 19 (b)(ii) of the PPA, 2007 Please ensure that you sign the bid submission register in the bid submission office on the 3rd floor of the annex building, as the Authority will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.org. Bidders are excused from the bid opening, which will be attended by officials of private sector professional organisation and CSOs in the areas of anti-corruption transparency. The event will be fully captured on video and can be provided to bidders on request. General Information: 1. Bids must be in English Language and signed by an official authorized by the bidder. 2. Late submission will be returned unopened. 3. All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies and only short-listed companies will be contacted. 4. Only shortlisted firms will be contacted at a later date for collection of Request for Proposals: 5. Submissions may be made through courier service, in the stipulated format in (D) above and must not be later than the stipulated deadline. 6. The Authority is not bound to pre-qualify any bidder and reserves the right to cancel the Procurement proceedings in the public interest without incurring liabilities to the bidders in accordance with the provisions of Section 28 of the Public Procurement Act 2007
  • Documents :
  •  Tender Notice

If you are registered member, kindly login to view full details of this tender notice:

CLICK HERE TO LOGIN
NigeriaTenders Features

NigeriaTenders Features

Fresh and verified Tenders from Nigeria. Find, search and filter Tenders/Call for bids/RFIs/RFPs/RFQs/Auctions published by the government, public sector undertakings (PSUs) and private entities.

  • 1,000+ Tenders
  • Verified Tenders Only
  • Accurate Tender Information
  • New Tenders Every Day
  • Consultants for RFI/RFP/RFQ
  • Search, sort, and filter Tenders
  • Customer Support
  • Publish your Tenders
  • Consulting Services
  • Export data to Excel or CRM

Get A Call From Tender Experts

Fill out the form below and you will receive a call from us within 24 hours.

Thank You for Contacting ZimbabweTenders !!
Email Id is already exist !!
Invalid Captcha !

Get FREE SAMPLE TENDERS from Nigeria in your email inbox.

  Chat with us