MILLENNIUM DEVELOPMENT AUTHORITY has floated a tender for HVAC Retrofit (Air-conditioners; Refrigerator; Ceiling Fans). The project location is Ghana and the tender is closing on 25 Jan 2019. The tender notice number is 5620200-01/IFB/CB/11/18-LOT-2, while the TOT Ref Number is 28730195. 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 : Ghana

Summary : HVAC Retrofit (Air-conditioners; Refrigerator; Ceiling Fans)

Deadline : 25 Jan 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 28730195

Document Ref. No. : 5620200-01/IFB/CB/11/18-LOT-2

Competition : ICB

Financier : Millennium Challenge Account (MCA)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MILLENNIUM DEVELOPMENT AUTHORITY
Attn: FRANK MANTE, Procurement Director 4th Floor Heritage Tower, 6th Avenue, Ridge West Accra, GT. ACCRA 233-302 Tel: +233302666619 Fax: +233302666669
Ghana
Email :procurement@mida.gov.gh / paghana@charleskendall.com
URL :http://www.mida.gov.gh

Tender Details

General Procurement Notice for HVAC Retrofit (Air-conditioners; Refrigerator; Ceiling Fans) and to be completed in five (5) calendar months from the start date.

1. The Republic of Ghana and the United States of America acting through the Millennium Challenge Corporation (“MCC”) have entered into a Millennium Challenge Compact on August 5, 2014 under which MCC will provide funding to the Government of Ghana (the “Government”), in an amount not to exceed Four Hundred and Ninety-Eight Million, Two Hundred Thousand United States Dollars (US$498, 200, 000) (“MCC Funding”) to facilitate poverty reduction through economic growth (the “Compact”). Pursuant to the terms of the Compact, the Government committed to provide funding as a Government contribution to support implementation of the Compact in an amount equal to no less than seven and one-half percent (7.5%) of the amount of funding provided by MCC in the Compact (the “Government Contribution”).

2. The Government of Ghana (“GoG”), acting through the Millennium Development Authority(“MiDA”), intends to apply a portion of the MCC Funding to eligible payments under a contract for which this Invitation for Bids (“IFB”) is issued. Any payments made by the MCA Entity under the proposed contract will be subject, in all respects, to the terms and conditions of the Compact and related documents, including restrictions on the use and distribution of MCC Funding. No party other than the Government and the MCA Entity shall derive any rights from the Compact or have any claim to the proceeds of MCC Funding. The Compact and its related documents can be found on the MCC website (www.mcc.gov) and on the website of the MiDA.

3. The goal of the Compact Program is to reduce poverty through economic growth in Ghana. The objectives of the Compact Program are to:

(a) Increase private sector investment and productivity and profitability of micro, small, medium and large scale businesses;

(b) Increase employment opportunities for men and women; and

(c) Raise earning potential from self-employment and improved outcomes for men and women.

The Program consists of six (6) projects: (i) the ECG Financial and Operational Turnaround Project; (ii) the NEDCo Financial and Operational Turnaround Project; (iii) the Regulatory Strengthening and Capacity Building Project; (iv) the Access Project; (v) the Power Generation Sector Improvement Project; and (vi) the Energy Efficiency and Demand Side Management Project.

MCC’s assistance will be provided in a manner that responds to constraints to economic growth by aiming to improve the reliability and quality of power in Ghana.

The Compact Program will be executed over a period of five (5) years upon Entry into Force (EIF) of the Compact on 6th September, 2016.
6. Multiple and combinations of lots and discounts are permitted within this Project package only under this IFB and will be evaluated on the basis of a contract or a combination of contracts or as a total of contracts in order to arrive at the least cost combination for MiDA by taking into account discounts offered by Bidders in case of award of such contracts. If a Bidder submits several successful (lowest evaluated substantially responsive) bids, the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated requirements of all such lots.

7. The Employer now requests interested Bidders to submit sealed Bids for the execution and completion of “Race to Retrofit and Renewables Program (Contractors) - Phase 1”, which is being offered as a unit price contract based on the Bills of Quantities as per Section V Works Requirements.

8. All eligible Bidders are encouraged to apply. Please note that no pre-qualification has been undertaken for this procurement. The selection process, as described, includes a qualification step, which shall include a review of past performance, and a reference check and shall be subject to verification prior to the contract award.

9. A Contractor will be selected using the Competitive Bidding procedures as described in the Bidding Document accompanying this Invitation for Bids. Bidders are advised that these procedures are governed by MCC Program Procurement Guidelines which can be found on the MCC website at www.mcc.gov. Although these procedures are similar to those set out in the World Bank Standard Bidding Documents for the Procurement of Works, there are several significant differences and firms are advised to review these instructions carefully.

10. Please note that a Pre-Bid Meeting will be held at the Swiss Spirit Alisa Hotel, 8th Avenue Extension, North Ridge, Accra on 5th December, 2018 at 10:00 hours as described in the Bid Data Sheet (“BDS”), Section II of this Bidding Document. Please note that a site visit will be organized.

11. All Bids must be accompanied by a Bid Security (ies) in the form and amount specified in the BDS at ITB 20.1. Bids must be delivered to the address specified in BDS ITB 23.1 and in the manner specified in the BDS at ITB 21.1, no later than 10:00 Hours local Ghana time on 25th January, 2019. Bids will be opened immediately thereafter in a public Bid opening at the address and time specified in the BDS at ITB 26.1.

12. Submissions from Bidders will be evaluated by a qualified bid review panel. The evaluation will include an assessment of the Bidders’ ability to carry out both the construction of the works and also of the Bidders’ proposed prices, all in accordance with Section III, Bid Review, Evaluation Criteria, and Bidder Qualification Requirements.

13. Prospective Bidders interested in submitting a Bid should request the Bidding Document by sending an e-mail, giving full contact details (full physical address, phone numbers and email address (es)) of the organization and relevant contact person(s) to the MiDA Procurement Agent at procurement@mida.gov.gh and paghana@charleskendall.com. The Bidding Document, and any subsequent information, will be issued on receipt of complete information by the MiDA Procurement Agent.

14. It is not permissible to transfer this Invitation to Bid to any other Contractor. This Bidding Documents consist of the following:

VOLUME I

PART 1 – BIDDING PROCEDURES
Section I Instructions to Bidders (ITB)
Section II Bid Data Sheet (BDS)
Section III Bid Review, Evaluation Criteria, and Bidder Qualification Requirements
Section IV Bidding Forms
PART 2 – WORKS REQUIREMENTS
Section V Works Requirements comprising:
Ø Technical Specifications
Ø Drawings including Utility Relocation Schedule and Drawings
Ø Bills of Quantities (BOQs)

PART 3 – CONDITIONS OF CONTRACT AND CONTRACT FORMS
Section VI General Conditions of Contract (GCC)
Section VII Particular Conditions of Contract (PCC)
Section VIII Notice of Intent to Award, Letter of Acceptance, Contract Agreement, Compliance with Sanctions Certification Form, Self-Certification Forms for Suppliers, Forms of Performance Security, Advance Payment Guarantee and Retention Guarantee

15. Bids will be opened immediately thereafter in the presence of Bidders’ representatives who presented Bids and who choose to attend. Late Bids will be rejected and returned unopened.

16. Bidders should be aware that distance and customs formalities may require longer than expected delivery time. Late Bids will not be accepted under any circumstances and will be returned unopened at the written request and cost of the Bidder.

17. Please note that electronic Bids shall not be accepted.

Yours Sincerely,
Procurement Agent,
For Millennium Development Authority (MiDA)
3rd Floor, Heritage Tower
6th Avenue Ridge West
Accra, Ghana
Tel: +233-302-666 619/621/634542 Extension 301
Fax: +233-302-666579
Email: procurement@mida.gov.gh and paghana@charleskendall.com

SPN Issued Date: 22nd November, 2018.

Documents

 Tender Notice