INVITATION TO TENDER FOR THE ACQUISITION AND INSTALLATION OF DATA COLLECTION EQUIPMENT FOR THE

INVITATION TO TENDER NO. 003/AONO/MINADER/PADFA II/ACREGIR/CSPM/CT/SPM/2024 OF 04 JULY 2024 FOR THE ACQUISITION AND INSTALLATION OF DATA COLLECTION EQUIPMENT, COMMUNICATION EQUIPMENT, DATA STORAGE AND MANAGEMENT SYSTEMS, AND COMPUTER HARDWARE, ON BEHALF OF THE "ACREGIR" PROJECT.

1.Purpose

 Context: The Ministry of the Environment, Nature Protection and Sustainable Development (MINEPDED) is implementing the project entitled "Increasing the resilience of local communities to climate change through youth entrepreneurship and integrated natural resource management" (ACREGIR) with funding from the Climate Change Adaptation Fund (CAF) and IFAD as Multilateral Executing Entity.

The aim of the project is to increase the resilience of local communities to climate change through resilient livelihoods and integrated natural resource management. The paradigm shift involves moving away from 'business as usual', characterised by unsustainable management of natural resources and agricultural practices that are not climate resilient or environmentally friendly.

The project's areas of intervention (North-West, Far-North and North) are vulnerable to climate change: an increase in temperature plus the occurrence of extreme climatic events (droughts, floods, violent winds, etc.), poor rainfall distribution and changes in seasonal patterns have been observed in recent years.

These changes are affecting communities, particularly young people, who are already suffering from a lack of opportunities and services, often leading them to engage in illegal activities.

Subject: The purchaser now invites eligible entities (bidders) to submit sealed bids for the procurement and installation of data collection equipment, communications equipment, data storage and management systems, and IT hardware.
Further information regarding these goods and related services can be found in the Schedule of Quantities/Delivery Schedule included in these Tender Documents.

2.Allocation

The goods and related services and the contract to be awarded are allocated to a single lot.

Applicable regulations: It has been decided, for this contract, to issue a Request for Quotation, with tenders to be evaluated according to the procedure described in the dossier, in accordance with IFAD's Practical Guide to Procurement, which can be consulted at www.ifad.org/fr/project-procurement.

The tendering process will include, as indicated, an examination and verification of qualifications and previous performance; in particular, references will be checked prior to the award of the contract.

The tendering process will be conducted in accordance with the National Tendering procedures specified in the IFAD Practical Guide to Procurement of September 2021 and the Public Procurement Code of 20 June 2018.

3.Participation and origin

 The Tender Documents are open to anyone who wishes to respond, provided they meet the required conditions. Subject to the restrictions set out in the Tender Documents, eligible entities may associate with other tenderers in order to increase their capacity to successfully complete the procurement process.


4.Purchase of the tender dossier

Candidates wishing to submit a tender must obtain the Tender File sold at the price of Fifty Thousand (50,000) CFA francs, a non-refundable sum. The method of payment will be in cash, into the ARPM Account N°33598800001-89 opened for this purpose by the Agence de Régulation des Marchés Publics, with the branches of the Banque Internationale pour l'Épargne et le Crédit (BICEC).

5.Submission of tenders

 Tenders, written in French or English, in seven (07) copies, including one original and six (06) copies marked as such, and an electronic and scanned version of the said Tenders on one (01) USB key (plus the Excel/Word file of the Financial Offer), shall be sent in sealed envelopes to the Projet d'Appui au Développement des Filières Agricoles Phase II (PADFA II); Unité de Coordination et de Gestion du Projet (UCGP), located in Yaoundé, in the Bastos district, behind the Chinese Embassy. Telephone: (+237) 222 20 74 44. Email padfacameroun@gmail.com ; www.padfa.net without any indication of the identity of the bidder, under penalty of rejection, and must be deposited in return for a receipt at the Procurement Unit or the PADFA II secretariat no later than 06 August 2024 at 13.00 hours (local time) and must bear the words :


"ACQUISITION AND INSTALLATION OF DATA COLLECTION AND COMMUNICATION EQUIPMENT, DATA STORAGE AND MANAGEMENT SYSTEMS, AND IT HARDWARE FOR THE "ACREGIR" PROJECT".
 (To be opened only at the opening session)
NB: Tenders received after the deadline will not be accepted under any circumstances.

6. Delivery time

The expected delivery time for the acquisition and installation of data collection and communication equipment, data storage and management systems, and computer hardware at the intervention sites is : Sixty (60) days from the date of notification of the Service Order to deliver the supplies.

7.Provisional bond

All tenders must be accompanied by a bid bond issued by a bank or insurance company approved by MINFI in the amount of One Million (1,000,000) CFA francs.

Electronic bids: Please note that electronic bids are not accepted. 

8. Opening of bids

 Tenders will be opened in one (1) session on 06 August 2024 at 2 p.m. by the PADFA II Special Contract Award Committee (CSPM), located in the Bastos district, behind the Chinese Embassy.
Tenderers may attend this tender opening session or be represented by an authorised person with full knowledge of their file.

9. Assessment criteria

Main qualification criteria
8.1 Eliminatory criteria
These include
- Non-production, within 48 hours of the opening of the bids, of a document in the administrative file deemed to be non-compliant or missing (except for the bid bond);
- False declarations, fraudulent manoeuvres or falsified documents;
- Failure to satisfy at least 10/12 "Yes" essential criteria;
- Absence of the bid bond (in the case of a group, the bid bond must be made out in the name of the group);
- Manufacturer's authorisation;
- Non-compliance of the technical specifications with the description of the supply and accessories.
8.2 Essential criteria
- Presentation of the offer (01 criterion) ;
- Similar references (at least 02 references for similar contracts carried out over the last five years (through acceptance reports and photocopies of the first and signature pages of the contract for a cumulative amount including tax of Twenty Million (20,000,000) CFA francs. (02 criteria) ;
- Financial capacity of the company issued by a bank approved by the Ministry of Finance in the amount of Twenty Million (20,000,000) CFA francs (01 criterion); 
- Delivery time and schedule and warranty period (03 criteria) ;
- After-sales service (declaration on honour and photo of spare parts shop) (1 criterion)
- Work methodology (04 criteria).
In order to be declared technically compliant, each tender must have satisfied all the eliminatory criteria and obtained at least 10/12 "Yes" for the essential criteria in accordance with the Technical Tender Marking Grid (see appendix).

10. Award

 The contract will be awarded to the tenderer who, having submitted an administrative file in accordance with the Tender Documents, has provided a technical offer with an evaluation of at least 10/12 "Yes", a financial offer with the lowest evaluation and has satisfied all the post-selection criteria.

11. Duration Validity of Tenders

Tenderers shall remain bound by their tenders for a period of one hundred and twenty (120) days from the date fixed for the receipt of tenders.

Place of delivery and security: The places of delivery and installation are the National Parks of Waza (Far North), Benue (North) and Kimbi-Fungom (North West). 

Source : ARMP

Les commentaires


Poster un commentaire