MERCY CORPS has floated a tender for Tender For Diesel Generator 20 KVA. The project location is Liberia and the tender is closing on 07 Feb 2020. The tender notice number is Lot 1- PR MNR-4087, while the TOT Ref Number is 40198067. 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 : Liberia

Summary : Tender For Diesel Generator 20 KVA

Deadline : 07 Feb 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 40198067

Document Ref. No. : Lot 1- PR MNR-4087

Competition : ICB

Financier : Agence Francaise De Development (AFD)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MERCY CORPS
The Operations Department Sophie Junction, Congo Town Opposite SOS Medical Clinic Tubman Boulevard
Liberia
Email :mc-liberia-tender-questions@mercycorps.org

Tender Details

Quotation are invited for Diesel Generator 20 KVA.

Mercy Corps started operations in Liberia in 2002 in response to the humanitarian crisis brought on by the two Liberian civil wars which took place from 1989-1997and 1999-2003. Since then, Mercy Corps’ interventions have evolved based on the context and needs of Liberian people. Based on the changing needs, Mercy Corps Liberia has implemented programs in renewable energy, food security, agricultural livelihoods, financial inclusion, nutrition, water and sanitation, infrastructure, and in youth economic empowerment.

Mercy Corps Liberia implementing services and activities offered by the AFD-funded Liberia Employment and Entrepreneurship Program (LEEP) (2019-2023) which promotes employment, entrepreneurship and life skills outcomes among youth.

LEEP Program will need a quality diesel generator for its new Youth Center location in Bushrod Island, Jamaica Road. See detail specify in table below:

Lot 1- PR MNR-4087

Qty Unit Description/Specifications

1 Pc Diesel Generator 20 KVA, similar or of its equivalent to specs below

? High quality, reliable and complete power unit

? Compact design

? Easy start and maintenance

? Every generator set is subject to a comprehensive test program which includes full load testing and checking and providing of all control and safety shut down functions testing

? Full engineered with a wide range of options and accessories:

? Sound Attenuated Enclosure

? Trailer with fuel tank

? UL Listed Fuel Tank

? Permanent Magnet Generator

? Electronic Governor

Tier Rating -Tier 1

Engine Speed RPM -1500

Engine Power Output at rated rpm kWm -20.6 HP 27.6

Cooling- Radiator Cooled

Aspiration- Natural

Total Displacement(Liter)- 2.216

No. of Cylinders and Build - 4-Inline

Bore and Stroke (mm x mm) 84 x 100

Compression Ratio -23.3:1

Governor -Mechanical

Fuel Consumption (L/hr) Full Load (5.3)

75% Load -4.0

50% Load) -2.9

Fuel Tank Capacity (Non-UL) Liter 90 Open / 100 SAE

Oil Capacity Liter 10.6

Coolant Capacity Liter 7

Radiator Cooling Air m³/min 70

Compact, Efficient Power

? 400 Series is the result of an intensive period of customer research that has guided the development of the range.

? The new 2.2-liter cylinder block ensures bore roundness is maintained under the pressures of operation. It also ensures combustion and mechanical noise is lowered.

? A new cylinder head has re-established Perkins mastery of air control.

Quality by Design

? Product design and Class A manufacturing improvements enhance product reliability while maintaining Perkins legendary reputation for durability.

Cost Effective Power
? Compact size and low noise.
? Lower fuel consumption and oil use.
? 500-hour service intervals.
? 1-year warranty.
Product Support
? Total worldwide service is provided through a network of 4, 000 distributors and dealers.
? TIPSS - The Integrated Parts and Support System enables customers to specify and order parts
electronically as well as service engines with on-line guides and service tools.
SOUND ATTENUATED GENERATOR
DIMENSIONS (LxWxH) mm 2142 x 865 x 1369
DRY WEIGHT kg 940
FEATURES AND BENEFITS OF ENCLOSURE:
? All enclosure parts are modular
? No welding to reduce corrosion
? Doors on both sides for easy maintenance
? All metal parts are powder coated
? Critical Exhaust Silencer Included
? Thermally insulated exhaust system
? Emergency stop located on exterior
? Easy Lifting and Moving
Evaluation Criteria-
? Detailed Data sheet for Generator and photo must be attached.
? Offerors delivery terms must be within 2 weeks upon receiving of Purchase Order(PO)
? Reference list, past contracts or Past Purchase Order copy from at least three INGOs that supply
the similar item (Require to be attached)
? Minimum 2 years’ warranty statement from the supplier a
? 1 yr. free Service Maintenance cost
Eligibility Criteria
? Submission of valid business registration certificate.
? Copy of Tax Clearance Certificate
Deadline for submission: Your submission must be received by hard copy no later than 4 PM Monrovia
local time on February 7, 2020.
Submission requirements:
All quotations must be submitted by hard copy label on the envelope:
“Request for Quotation (RFQ) for 20 KVA Generator”
The Operations Department
Mercy Corps Head Office
Sophie Junction, Congo Town
Opposite SOS Medical Clinic
Tubman Boulevard.
If you have any technical question (s), please don’t hesitate to send your questions to
mc-liberia-tender-questions@mercycorps.org
Appendix 1 -
Statement of Integrity, Eligibility and Social and Environmental
Responsibility
Reference name of the bid or proposal: (The "Contract")
To: (The "Contracting Authority")
1) We recognize and accept that Agence Française de Développement ("AFD") only finances
projects of the Contracting Authority subject to its own conditions which are set out in the
Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a
matter of consequence, no legal relationship exists between AFD and our company, our joint
venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The
Contracting Authority retains exclusive responsibility for the preparation and implementation
of the procurement process and performance of the contract. The Contracting Authority
means the Purchaser, the Employer, the Client, as the case may be, for the procurement of
goods, works, plants, consulting services or non-consulting services.
2) We hereby certify that neither we nor any other member of our joint venture or any of our
suppliers, contractors, subcontractors, consultants or subconsultants are in any of the
following situations:
2.1) Being bankrupt, wound up or ceasing our activities, having our activities
administered by the courts, having entered into receivership, reorganisation or being in
any analogous situation arising from any similar procedure;
2.2) Having been:
a. convicted within the past five years by a court decision, which has the force of res
judicata in the country where the Contract is implemented, of fraud, corruption or of
any other offense committed during a procurement process or performance of a
contract (in the event of such conviction, you may attach to this Statement of Integrity
supporting information showing that this conviction is not relevant in the context of
this Contract);
b. subject to an administrative sanction within the past five years by the European
Union or by the competent authorities of the country where we are constituted, for
fraud, corruption or for any other offense committed during a procurement process or
performance of a contract (in the event of such sanction, you may attach to this
Statement of Integrity supporting information showing that this sanction is not
relevant in the context of this Contract);
c. convicted within the past five years by a court decision, which has the force of res
judicata, of fraud, corruption or of any other offense committed during the
procurement process or performance of an AFD-financed contract;
2.3) Being listed for financial sanctions by the United Nations, the European Union and/or
France for the purposes of fight-against-terrorist financing or threat to international peace
and security;
2.4) Having been subject within the past five years to a contract termination fully settled
against us for significant or persistent failure to comply with our contractual obligations
during contract performance, unless this termination was challenged and dispute
resolution is still pending or has not confirmed a full settlement against us;
2.5) Not having fulfilled our fiscal obligations regarding payments of taxes in accordance
with the legal provisions of either the country where we are constituted or the Contracting
Authority's country;
2.6) Being subject to an exclusion decision of the World Bank and being listed on the
website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach
to this Statement of Integrity supporting information showing that this exclusion is not
relevant in the context of this Contract);
2.7) Having created false documents or committed misrepresentation in documentation
requested by the Contracting Authority as part of the procurement process of this
Contract.
3) We hereby certify that neither we, nor any of the members of our joint venture or any of our
suppliers, contractors, subcontractors, consultants or subconsultants are in any of the
following situations of conflict of interest:
3.1) Being an affiliate controlled by the Contracting Authority or a shareholder controlling
the Contracting Authority, unless the stemming conflict of interest has been brought to
the attention of AFD and resolved to its satisfaction;
3.2) Having a business or family relationship with a Contracting Authority's staff involved
in the procurement process or the supervision of the resulting Contract, unless the
stemming conflict of interest has been brought to the attention of AFD and resolved to its
satisfaction;
3.3) Being controlled by or controlling another bidder or consultant, or being under
common control with another bidder or consultant, or receiving from or granting subsidies
directly or indirectly to another bidder or consultant, having the same legal representative
as another bidder or consultant, maintaining direct or indirect contacts with another
bidder or consultant which allows us to have or give access to information contained in
the respective applications, bids or proposals, influencing them or influencing decisions of
the Contracting Authority;
3.4) Being engaged in a consulting services activity, which, by its nature, may be in conflict
with the assignments that we would carry out for the Contracting Authority;
3.5) In the case of procurement of

Documents

 Tender Notice