PROJET DE DEVELOPPEMENT RURAL DU MONT MBAPIT has floated a tender for Construction of the Solar Energy Equipment of the Health Centers. The project location is Cameroon and the tender is closing on 27 Sep 2019. The tender notice number is 009/AONO/MINADER/PDRM-II/CSPM/AI/2019, while the TOT Ref Number is 36263018. 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 : Cameroon

Summary : Construction of the Solar Energy Equipment of the Health Centers

Deadline : 27 Sep 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 36263018

Document Ref. No. : 009/AONO/MINADER/PDRM-II/CSPM/AI/2019

Competition : NCB

Financier : Islamic Development Bank (ISDB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : PROJET DE DEVELOPPEMENT RURAL DU MONT MBAPIT
Tel: +237-699679639 Attn: The Coordinator Potouogbounkouo Amadou
Cameroon

Tender Details

Tenders are invited for Construction of the Solar Energy Equipment of the Health Centers in Ndoumkain, Ngouondam, Koundja, Ngouotou, Machoutmbi, Matiapon and Manki for the Rural Development Project of Mont Mbappit Phase II (PDRM -II), Department of the Noun, Western Region (Cameroon).

Type: Open National Invitations to Tender

Closing Date: 2019-09-27

1. Object
As part of the implementation of the Mount Mbappit Rural Development Project Phase II (PDRM II) financed by the Islamic Development Bank, the Project Coordinator, Contracting Authority, launches an emergency procedure on behalf of the Ministry of Development. Agriculture and Rural Development, an Open National Invitation to Tender for solar energy equipment of some health centers Integrated in the Department of Noun.

2. Delivery time
The maximum lead time for each batch is three (03) months.

3. Allotment
This Invitation to Tender includes seven (7) separate lots

4. Participation and origin
Participation in this invitation to tender is open on equal terms to all Cameroonian companies with expertise in the field of solar energy.

5. Financing
The works object of this invitation to tender, are financed by the Islamic Development Bank.

6. Consultation of the file
The Tender File may be consulted during business hours at the headquarters of the PDRM II Management Unit (Office of the Procurement Officer) located in Foumban, Telephone: 699 67 96 39 upon publication of this notice tender.

7. Acquisition of the file
The Tender File can be obtained during business hours at the headquarters of the PDRM II Management Unit (Office of the Procurement Officer) located in Foumban, Telephone: 69967 96 39 against presentation of a receipt payment to ARMP account 97568660001 28 to BICEC, a non-refundable sum of seventy-five thousand (75, 000) CFA francs, representing the acquisition costs of the bidding documents.

8. Submission of bids
Each offer written in French or in English and in seven (07) copies of which one (01) original and six (06) copies marked as such, placed under seal without mentioning the identity of the tenderer, on pain of rejection, shall be to arrive at the headquarters of the PDRM Management Unit (Office of the Procurement Officer) located in Foumban, Phone: 699 67 96 39, no later than SEPTEMBER 27, 2019, at 0900 local time, and must carry the mention the reference :

National Open Invitation to Companies in the PDRM II Databank (IN EMERGENCY PROCEDURE)

009 / AONO / MINADER / PDRM-II / CSPM / AI / 2019 OF AUGUST 30, 2019 FOR THE CONSTRUCTION OF THE SOLAR ENERGY EQUIPMENT OF THE HEALTH CENTERS IN SEPT (07) SEPARATE LOTS IN THE LOCALITIES OF NDOUMKAIN (Lot 1), NGOUONDAM (Lot 2), KOUNDJA (Lot 3), NGOUOTOU (Lot 4), MACHOUTMBI (Lot 5), MATIAPON (Lot 6) AND MANKI (Lot 7) FOR THE RURAL DEVELOPMENT PROJECT OF MONT MBAPPIT PHASE II (PDRM -II), DEPARTMENT OF THE NOUN,

WESTERN REGION (CAMEROON).

"To open only in a counting session."

9. Provisional bond
Each tenderer must attach to his administrative documents a tendering deposit conforming to the annexed template drawn up by a first-rate bank approved by the Ministry in charge of Finance and listed in the DAO, for an amount of two million five hundred four thousand two hundred and fifty (2, 504, 250) for all the lots and valid for 30 days beyond the original date of validity of the offers.

10. Admissibility of tenders
Subject to rejection, the required administrative documents must be produced in original or certified true copies by the competent authority, in accordance with the provisions of the instructions to tenderers contained in this RFP.

They must be less than three (03) months preceding the original date of submission of tenders or have been established after the date of signature of the Invitation to Tender.

Any incomplete tender in accordance with the requirements of the Tender File shall be declared inadmissible. Including the absence of your bid bond issued by a first-rate bank approved by the Ministry of Finance.

11. Opening of the folds
The opening of the folds will be done in a time. The opening of administrative documents, technical and financial offers will take place on 27 AUGUST 2019 at 10 am by the Special Procurement Commission of the PDRM II sitting in the meeting room of the headquarters of the Management Unit of said project located at Foumban

Bidders may attend this opening session or be represented by a person of their choice with a mandate.

12. Evaluation criteria
The eliminatory criteria set the minimum conditions to be met in order to be admitted to the next evaluation which concerns the essential criteria. Failure to comply with these criteria will result in the rejection of the bidder`s offer.

These include:

a) ABSENCE OF THE BID SECURITY:

(b) FALSE DECLARATION, FALSE PARTS;

(c) OMISSION IN THE FINANCIAL OFFER OF A QUANTIFIED PRICE;

(d) BEING A FAILURE OR GUILTY OF A SITE WITHDRAWAL IN THE PAST FIVE (05) YEARS;

(e) ABSENCE OF AN ADMINISTRATIVE PART IN THE OFFER NOT REGULARIZED WITHIN THE PRESCRIBED TIME LIMITS;

f) COMPLIANCE OF THE OFFER WITH TECHNICAL SPECIFICATIONS OF DAO LESS THAN 75%.

2 Essential criteria

The so-called essential criteria are those essential or key to judge the technical-financial capacity of the candidates to execute the works, object of the call for tenders.

The main qualification criteria detailed in the Instructions to Bidders in this RFSO include:

A- GENERAL PRESENTATION OF THE OFFER;

B- STAFF OF THE COMPANY;

C- EXPERIENCE OF THE COMPANY;

D- METHODOLOGY OF EXECUTION OF WORK

E- MATERIALS;

F- CAPACITY OF MOBILIZATION OF FINANCIAL RESOURCES;

13. Attribution
The Contracting Authority will award the contract to the bidder whose bid will be deemed to comply with the Tender File and evaluated the lowest.

A bidder may be awarded all seven (7) lots.

Bidders with Aberrant (Abnormally Low) Offers will be disqualified in accordance with the prescribed regulatory process.

14. Period of validity of the offers
Bidders remain committed to their bids for 90 days from the deadline for submission of bids.

15. Additional information
Additional information can be obtained during working hours at the headquarters of the PDRM II Management Unit in Foumban (Office of the Procurement Officer), Tel: 699 67 96 39/233262902.

Foumban on August 30, 2019
The Coordinator
Potouogbounkouo Amadou

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

Documents

 Tender Notice