ABT ASSOCIATES has floated a tender for Acquisition and Delivery of Infection Prevention and Control Equipment. The project location is DR Congo and the tender is closing on 21 Aug 2020. The tender notice number is DAO/003/ IHP/KLZ/2020, while the TOT Ref Number is 44973796. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : DR Congo

Summary : Acquisition and Delivery of Infection Prevention and Control Equipment

Deadline : 21 Aug 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 44973796

Document Ref. No. : DAO/003/ IHP/KLZ/2020

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : ABT ASSOCIATES
USAID IHP, 4 Avenue des Citronniers | Gombe, Kinshasa
DR Congo
Email :procurement@ihp-prosani.com / facture@ihp-prosani.com

Tender Details

Quotation are invited for acquisition and delivery of infection prevention and control equipment in the province of Lualaba.

Category: Supplies Market

Location: KOLWEZI

Closing Date: 21-08-2020

Reference: RF No: DAO / 003 / IHP / KLZ / 2020

Subject: Call for tenders relating to the acquisition and delivery of infection prevention and control equipment in the province of Lualaba

PROSANI intends to use part of its funds to provide health facilities with basic equipment for the Prevention and Control of infection in the province of Lualaba.

Section A: Instructions to Offerors Article A : Les Instructions aux Proposants

1. General overview

The Integrated Health Program (PROSANI - USAID) is a US Government Prime Contract that aims to strengthen the capacity of Congolese institutions and communities by providing high quality integrated health services to sustainably improve the health status of the Congolese population. This program is funded by USAID and implemented by Abt Associates Inc. and other national and international partners.


The program will be implemented in nine provinces, grouped into three regions which are Eastern Congo, Kasai and Katanga.


In the context of this Prime Contract, Abt Associates intends to use part of the funds allocated to this financing to supply and deliver the materials for the prevention and control of infection in health facilities in the province of Lualaba for IHP-USAID.

In doing so, offerors will ensure that their offers are submitted in accordance with the instructions, terms and conditions described in this invitation to tender. Failure to follow these instructions may be grounds for disqualification.

Offerors must submit both a technical offer and a financial offer, in accordance with the instructions, terms, and conditions described in this RFQ. In addition to these two offers, offerors must include in their files administrative and tax documents proving their ability to operate in the DRC and payment of taxes.



2. Offer deadline and protocol

Offers must be received no later than August 21, 2020 at 12.00 a.m. Offers received after the deadline will not be accepted. All offers must be written in French.

The offer may be sent electronically to the following address: procurement@ihp-prosani.com or sent in a closed envelope and deposited at the following address:

Number 4, Avenue des Citronniers, Golf district, Municipality of Gombe; City of Kinshasa in the Democratic Republic of Congo.


3. Objective of the contract and details of the technical specifications

The purpose of this contract is to provide health facilities in the Province of Lualaba with the materials for the prevention and control of infection.





4. Quotations

Quotations in response to this RFQ must be priced on a fixed-price per Kg, all-inclusive basis, including delivery and all other costs.

Price quotes must be presented in USD. Offers must remain valid for not less than forty-five (45) calendar days after the offer deadline.


5. Delivery location

The delivery locations for the materials will be delivered to the following addresses: Poivrier Street, 137 PROSANI Office





6. Taxes and VAT:

The agreement under which this procurement is financed does not permit the financing of any taxes, VAT, tariffs, duties, or other levies imposed by any laws in effect in the Democratic Republic

7. Warranty

Warranty coverage must be valid until full delivery.

8. Eligibility:

By submitting an offer in response to this RFQ, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. Abt Associates will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.

9. Source of Funding, Authorized Geographic Code, and Source and Origin

Any subcontract resulting from this RFQ will be financed by USAID funding and will be subject to U.S. Government and USAID regulations.
All goods and services offered in response to this RFP or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228, available at: http://www.gpo.gov/fdsys/pkg/CFR-2012-title22-vol1/pdf/CFR-2012-title22-vol1-part228.pdf.
The cooperating country for this RFP is the Democratic Republic of the Congo.
Offerors may not offer or supply any products, commodities or related services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria. Related services include incidental services pertaining to any/all aspects of this work to be performed under a resulting contract (including transportation, fuel, lodging, meals, and communications expenses).




10. Evaluation and Award

Abt Associates intends to issue a purchase order resulting from this RFQ to the responsible offeror(s) whose proposal follows the RFQ instructions, meets the source/nationality requirements, meets the eligibility requirements, and is determined via a lowest price technically acceptable analysis LPTA.

However, Abt Associates reserves the right to negotiate with and / or request clarification from all bidders, before awarding the contract.

While preference will be given to the candidate whose offer is deemed the most satisfactory, Abt Associates may also grant a partial award or divide the contract between different suppliers, if it is in their best interest. Abt Associates may also cancel this tender at any time.


In responding to this RFQ, the Bidder understands that USAID is not a party and accepts that any concerns under this contract must be presented, in writing with full explanations at the sole discretion of Abt Associates.


11. Terms and Conditions

This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Abt Associates or USAID to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer.

Any award of this contract will be governed by the following general conditions:

(a) Payment in favor of the successful tenderer will be made by bank transfer, after proper reception of the equipment;
(b) The price resulting from RFQ will be fixed by an order form or by a Purchase Order based on the model of Abt Associates;
(c) Any product or service manufactured or assembled in the following countries: Burma (Myanmar), Cuba, Iran, North Korea, Sudan, Syria, will be accepted.
(d) US law prohibits transactions with individuals and organizations related to terrorism.
(e) The ownership of all goods supplied under this RFQ will be transferred to Abt Associates after delivery and proper receipt.
(f) The risk of loss, damage or destruction of the goods rests with the supplier until the correct reception by Abt Associates.


11. Professional ethics requirements

Abt Associates guarantees the integrity of its award procedure and selects suppliers only according to objective criteria.

Abt Associates expects suppliers to be able to comply with its standards of professional conduct and does not tolerate fraud, collusion between candidates, falsification of offers / proposals, bribery or bribery.


Any company or individual who violates these standards will be disqualified from this process and excluded from future contractual possibilities with Abt Associates. Employees and agents of Abt Associates are strictly prohibited from requesting or accepting any money, fees, commission, credit, donation, tip, valuables from vendors or suppliers in exchange for service or as a reward related to this market.



Bidders responding to this RFQ must include the following in the proposal:

o Disclosure of any close, family or financial relationship with Abt Associates or with project staff. For example, if the Bidder`s cousin is employed by the project, it is better to indicate this.
o Disclosure of any family or financial relationships with other bidders who will submit proposals. For example, if the bidder`s father owns a business that makes another proposal.
o Certification that the price of the offer has been set independently, without consultation, communication or agreement with any other candidate or competitor in order to restrict the competition.
o Certification that all the information in the proposal and all the supporting documents are authentic and correct.
o Commitment to abiding by the rules of Abt Associates against conflict of interest, fraud and corruption.


Section B: Offer checklist

The RFQ must include the following elements:

o Cover letter for the offer, signed and sealed by an authorized representative of the company (see article D for the model)
o An official quote, highlighting information on the availability of equipment; the total price ; delivery time and payment terms,
o Copy of registration license (RCCM) or other official documents
o Identity documents for individual bidders.
o Past performance (two similar and well executed market contracts).



Section C: Specifications and Technical Requirements

The table below contains the technical requirements of the products. Bidders are requested to submit price offers containing the information below on official letterhead in "Word" format.


Offers received in a format other than this will not be accepted or considered.

[Disclaimer: The above text is machine translated. For accurate information kindly refer the original document.]

Documents

 Tender Notice