NATIONAL TENDER N° 009/AONO/MINADER/CIPM/2022 OF 10 JANUARY 2023, RELATING TO THE ACQUISITION AND INSTALLATION OF COMPUTER AND OFFICE EQUIPMENT

Publier le : 11 janvier 2023 Temps de lecture : 0 s

1. Purpose

Within the framework of the implementation of a web and mobile platform for the dematerialization of registration procedures and management of the register of cooperative societies in Cameroon, the Ministry of Agriculture and Rural Development, the contracting authority, is launching a National Open Call for Tenders under an emergency procedure, relating to the acquisition and installation of computer and office automation equipment for the dematerialization of registration procedures, keeping of the register and follow-up of cooperative activities.

2. Consistency of the services

The services, subject of this invitation to tender, include :

      DESIGNATION

QUANTITY

01

Complete desktop computer

32

02

All-in-one desktop computer

8

03

Inverters

40

04

Multifunction printer black on white

22

05

Photocopier

1

06

Protective Surge

40

07

Internet Modem

15

08

Split air conditioner

4

09

32 GB USB keys

32

10

Video projector

3

11

Kapersky Internet Security Antivirus (3 licenses)

44

12

Installation and configuration of workstations in central services

12

13

Installation and configuration of workstations in regional delegations

20

3. Estimated cost

The estimated cost of the operation at the end of the preliminary studies is Sixty-three million six hundred and sixty thousand (63,660,000) CFA francs including tax.

4. Allotment

The present services, subject of this invitation to tender, will be carried out in a single lot.

5. Participation and origin

Participation in this invitation to tender is open on equal terms to companies, firms or groups of firms under Cameroonian law operating in the field of buildings and computer works.

6. Financing

The supplies covered by this National Open Call for Tenders are financed by the FODECC Fund, Fiscal Year 2022, on budget line No.: 411 00 10 22 28 01.

7. Consultation of the File

The File can be consulted during working hours at the Ministry of Agriculture and Rural Development / Direction des Ressources Financières et du Patrimoine / Service des Marchés Publics, Telephone: 222 221 624, 3e chalet), as soon as this notice is published.

8. Acquisition of the File

The File can be obtained during working hours at the Ministry of Agriculture and Rural Development (Direction des Ressources Financières et du Patrimoine/Service des Marchés, Telephone: 222 221 624, 3rd chalet) upon publication of this Notice, against presentation of a receipt for payment of a non-refundable sum of Seventy-three thousand (73,000) CFA francs, payable to the Public Treasury.

9. Submission of tenders

Each tender, written in French or English, in seven (07) copies of which one (01) original and six (06) copies marked as such, must be received by the Directorate of Financial Resources and Heritage/Marketing Department, no later than 2 February 20233 at 2 p.m. and must be marked as follows :

« NATIONAL OPEN TENDER UNDER EMERGENCY PROCEDURE N°009/AONO/MINADER/CIPM /2022 OF 10 JANUARY 2023, RELATING TO THE ACQUISITION AND INSTALLATION OF COMPUTER AND OFFICE AUTOMATION EQUIPMENT FOR THE DEMATERIALISATION OF REGISTRATION PROCEDURES, KEEPING OF THE REGISTER AND FOLLOW-UP OF COOPERATIVE ACTIVITIES.

To be opened only during the counting of votes ».

 

 

10. Delivery time

1. The maximum period allowed by the Employer for the delivery of supplies and the execution of the said works; subject of this invitation to tender is two (02) calendar months. This period shall run from the date of notification of the service order to commence the services and the execution of the works.
2. The services, subject of this invitation to tender, will be delivered in the 10 Regional Delegations of MINADER.

11. Provisional bond

Each tenderer must attach to its administrative documents a bid bond issued by a first class bank or financial institution authorised by the Minister in charge of finance and listed in Exhibit 11 of the tender documents and valid for thirty (30) days from the deadline for the validity of the tenders.
In accordance with Article 90 (7) of the Public Procurement Code, small and medium-sized enterprises with national capital and management, as well as civil society organisations, may produce, in lieu of a bid bond, either a certified cheque, a bank cheque, a legal mortgage, or a bond from a banking establishment or a financial organisation approved in accordance with the texts in force, in the amount of one million two hundred thousand (1 200 000) CFA francs.

12. Admissibility of Bids

The administrative documents required must be produced in originals and copies certified as true by the issuing department or a competent administrative authority (Prefect, Sub-Prefect, etc.), in accordance with the provisions of the Special Rules for Invitations to Tender.
They must be dated less than three (03) months before the date of submission of tenders or have been drawn up after the date of signature of the tender notice.
Any bid that does not comply with the requirements of this notice and the tender documents will be declared inadmissible. In particular, the absence of a bid bond issued by a first class bank approved by the Ministry of Finance or failure to comply with the model documents in the bidding documents will result in the rejection of the bid.

13. Opening of bids

The opening of the bids will take place at one time, on 02 February 2023 at 15.00 hours by the Internal Commission for the Award of Contracts of the Ministry of Agriculture and Rural Development (MINADER) in the conference room of the said Ministry.
Only bidders may attend this opening session or be represented by a duly authorised person of their choice.

14. Evaluation criteria

Main eliminatory criteria
– Absence of an administrative document after the 48-hour deadline;
– Absence of the bid bond or non-conformity of the bid bond model;
– False declaration or falsified documents;
– Delay beyond the prescribed time limit;
– Non-compliance with the model documents (Annex 10 documents);
– Lack of after-sales service guarantee;
– Absence of the quantified unit price;
– Absence of a section of the financial offer;
– Failure to meet at least 75% of the essential criteria;
– Justified general references of the company in the field:

The bidder shall produce proof of having already executed at least one (01) similar Contract/Letter Order over the last five years, during the period from 2017 to 2021, for an amount of the said Contract or Letter Order greater than or equal to thirty (30) million CFA francs, the contact details of the project manager or Project Owner as well as the supporting documents (copies of the first page of the Contract or Letter Order, and the last page, the acceptance report certifying the proper execution of the Contract or Letter Order or the release)
NB: All documents must be certified by a competent administrative authority and must be less than three (03) months old.

The Essential Criteria
The criteria for the qualification of the candidates will be as follows :

 ESSENTIAL CRITERIA

POSITIVE
(YES)
NEGATIVE
(NO)

1

Provide evidence of financial capacity equivalent to at least 50% of the financial proposal

 

 

2

Experience of the bidder (at least two (02) deliveries of this nature in the last three (3) years)

 

 

3

Delivery time ≤ one (01) month

 

 

4

Presentation of the tender (summary, parts in order, coloured insert)

 

 

5

CCAP, DF, signed, initialled and dated on the last page

 

 

6

After-sales service

 

 

7

Personnel to be mobilised for related services (installation of equipment and training of users)

 

 

8

Warranty ≥ 06 months

 

 

Bids that do not meet at least 75% of Yes for 100 of these criteria in the technical analysis will be considered technically unqualified and will not be allowed to proceed to the financial analysis.

15. Award

The Employer will award the Contract to the Bidder whose bid is determined to be substantially responsive to the requirements of the bidding documents and to be the lowest evaluated bid, including, if applicable, proposed discounts.

16. Duration Validity of Bids

Tenderers shall remain bound by their tender for ninety (90) days from the deadline for submission of tenders.

17. Additional information

Additional information can be obtained during working hours from the Directorate of Financial Resources and Heritage / MINADER’s Procurement Department, telephone 222 221 624.

Source : ARMP

NATIONAL TENDER N° 009/AONO/MINADER/CIPM/2022 OF 10 JANUARY 2023, RELATING TO THE ACQUISITION AND INSTALLATION OF COMPUTER AND OFFICE EQUIPMENT

Publier le : 11 janvier 2023 Temps de lecture : 0 s

1. Purpose

Within the framework of the implementation of a web and mobile platform for the dematerialization of registration procedures and management of the register of cooperative societies in Cameroon, the Ministry of Agriculture and Rural Development, the contracting authority, is launching a National Open Call for Tenders under an emergency procedure, relating to the acquisition and installation of computer and office automation equipment for the dematerialization of registration procedures, keeping of the register and follow-up of cooperative activities.

2. Consistency of the services

The services, subject of this invitation to tender, include :

      DESIGNATION

QUANTITY

01

Complete desktop computer

32

02

All-in-one desktop computer

8

03

Inverters

40

04

Multifunction printer black on white

22

05

Photocopier

1

06

Protective Surge

40

07

Internet Modem

15

08

Split air conditioner

4

09

32 GB USB keys

32

10

Video projector

3

11

Kapersky Internet Security Antivirus (3 licenses)

44

12

Installation and configuration of workstations in central services

12

13

Installation and configuration of workstations in regional delegations

20

3. Estimated cost

The estimated cost of the operation at the end of the preliminary studies is Sixty-three million six hundred and sixty thousand (63,660,000) CFA francs including tax.

4. Allotment

The present services, subject of this invitation to tender, will be carried out in a single lot.

5. Participation and origin

Participation in this invitation to tender is open on equal terms to companies, firms or groups of firms under Cameroonian law operating in the field of buildings and computer works.

6. Financing

The supplies covered by this National Open Call for Tenders are financed by the FODECC Fund, Fiscal Year 2022, on budget line No.: 411 00 10 22 28 01.

7. Consultation of the File

The File can be consulted during working hours at the Ministry of Agriculture and Rural Development / Direction des Ressources Financières et du Patrimoine / Service des Marchés Publics, Telephone: 222 221 624, 3e chalet), as soon as this notice is published.

8. Acquisition of the File

The File can be obtained during working hours at the Ministry of Agriculture and Rural Development (Direction des Ressources Financières et du Patrimoine/Service des Marchés, Telephone: 222 221 624, 3rd chalet) upon publication of this Notice, against presentation of a receipt for payment of a non-refundable sum of Seventy-three thousand (73,000) CFA francs, payable to the Public Treasury.

9. Submission of tenders

Each tender, written in French or English, in seven (07) copies of which one (01) original and six (06) copies marked as such, must be received by the Directorate of Financial Resources and Heritage/Marketing Department, no later than 2 February 20233 at 2 p.m. and must be marked as follows :

« NATIONAL OPEN TENDER UNDER EMERGENCY PROCEDURE N°009/AONO/MINADER/CIPM /2022 OF 10 JANUARY 2023, RELATING TO THE ACQUISITION AND INSTALLATION OF COMPUTER AND OFFICE AUTOMATION EQUIPMENT FOR THE DEMATERIALISATION OF REGISTRATION PROCEDURES, KEEPING OF THE REGISTER AND FOLLOW-UP OF COOPERATIVE ACTIVITIES.

To be opened only during the counting of votes ».

 

 

10. Delivery time

1. The maximum period allowed by the Employer for the delivery of supplies and the execution of the said works; subject of this invitation to tender is two (02) calendar months. This period shall run from the date of notification of the service order to commence the services and the execution of the works.
2. The services, subject of this invitation to tender, will be delivered in the 10 Regional Delegations of MINADER.

11. Provisional bond

Each tenderer must attach to its administrative documents a bid bond issued by a first class bank or financial institution authorised by the Minister in charge of finance and listed in Exhibit 11 of the tender documents and valid for thirty (30) days from the deadline for the validity of the tenders.
In accordance with Article 90 (7) of the Public Procurement Code, small and medium-sized enterprises with national capital and management, as well as civil society organisations, may produce, in lieu of a bid bond, either a certified cheque, a bank cheque, a legal mortgage, or a bond from a banking establishment or a financial organisation approved in accordance with the texts in force, in the amount of one million two hundred thousand (1 200 000) CFA francs.

12. Admissibility of Bids

The administrative documents required must be produced in originals and copies certified as true by the issuing department or a competent administrative authority (Prefect, Sub-Prefect, etc.), in accordance with the provisions of the Special Rules for Invitations to Tender.
They must be dated less than three (03) months before the date of submission of tenders or have been drawn up after the date of signature of the tender notice.
Any bid that does not comply with the requirements of this notice and the tender documents will be declared inadmissible. In particular, the absence of a bid bond issued by a first class bank approved by the Ministry of Finance or failure to comply with the model documents in the bidding documents will result in the rejection of the bid.

13. Opening of bids

The opening of the bids will take place at one time, on 02 February 2023 at 15.00 hours by the Internal Commission for the Award of Contracts of the Ministry of Agriculture and Rural Development (MINADER) in the conference room of the said Ministry.
Only bidders may attend this opening session or be represented by a duly authorised person of their choice.

14. Evaluation criteria

Main eliminatory criteria
– Absence of an administrative document after the 48-hour deadline;
– Absence of the bid bond or non-conformity of the bid bond model;
– False declaration or falsified documents;
– Delay beyond the prescribed time limit;
– Non-compliance with the model documents (Annex 10 documents);
– Lack of after-sales service guarantee;
– Absence of the quantified unit price;
– Absence of a section of the financial offer;
– Failure to meet at least 75% of the essential criteria;
– Justified general references of the company in the field:

The bidder shall produce proof of having already executed at least one (01) similar Contract/Letter Order over the last five years, during the period from 2017 to 2021, for an amount of the said Contract or Letter Order greater than or equal to thirty (30) million CFA francs, the contact details of the project manager or Project Owner as well as the supporting documents (copies of the first page of the Contract or Letter Order, and the last page, the acceptance report certifying the proper execution of the Contract or Letter Order or the release)
NB: All documents must be certified by a competent administrative authority and must be less than three (03) months old.

The Essential Criteria
The criteria for the qualification of the candidates will be as follows :

 ESSENTIAL CRITERIA

POSITIVE
(YES)
NEGATIVE
(NO)

1

Provide evidence of financial capacity equivalent to at least 50% of the financial proposal

 

 

2

Experience of the bidder (at least two (02) deliveries of this nature in the last three (3) years)

 

 

3

Delivery time ≤ one (01) month

 

 

4

Presentation of the tender (summary, parts in order, coloured insert)

 

 

5

CCAP, DF, signed, initialled and dated on the last page

 

 

6

After-sales service

 

 

7

Personnel to be mobilised for related services (installation of equipment and training of users)

 

 

8

Warranty ≥ 06 months

 

 

Bids that do not meet at least 75% of Yes for 100 of these criteria in the technical analysis will be considered technically unqualified and will not be allowed to proceed to the financial analysis.

15. Award

The Employer will award the Contract to the Bidder whose bid is determined to be substantially responsive to the requirements of the bidding documents and to be the lowest evaluated bid, including, if applicable, proposed discounts.

16. Duration Validity of Bids

Tenderers shall remain bound by their tender for ninety (90) days from the deadline for submission of tenders.

17. Additional information

Additional information can be obtained during working hours from the Directorate of Financial Resources and Heritage / MINADER’s Procurement Department, telephone 222 221 624.

Source : ARMP

APPEL D’OFFRES NATIONAL N° 009/AONO/MINADER/CIPM/2022 DU 10 JANVIER 2023, RELATIF A L’ACQUISTION ET L’INSTALLATION D’EQUIPEMENTS INFORMATIQUES ET BUREAUTIQUES

Publier le : 11 janvier 2023 Temps de lecture : 0 s

1.Objet

Dans le cadre de la mise en place d’une plateforme web et mobile pour la dématérialisation des procédures d’immatriculation et de gestion du registre des sociétés coopératives au Cameroun, le Ministère de l’Agriculture et du Développement Rural, Maître d’Ouvrage, lance un Appel d’Offres National Ouvert en procédure d’urgence, relatif à l’acquisition et l’installation d’équipements informatiques et bureautiques pour la dématérialisation des procédures d’immatriculation, de tenue du registre et du suivi des activités coopératives.

2.Consistance des prestations

Les prestations, objet du présent Appel d’Offres comprennent :

      DESIGNATION

QUANTITE

01

Ordinateur de bureau complet

32

02

Ordinateur de bureau tout en un

8

03

Onduleurs

40

04

Imprimante multifonction noir sur blanc

22

05

Photocopieur

1

06

Surge de protection

40

07

Modem Internet

15

08

Climatiseur Split

4

09

Clés USB 32 Go

32

10

Vidéo projecteur

3

11

Antivirus Kapersky Internet Security (3 licenses)

44

12

Installation et configuration des postes dans les services centraux

12

13

Installation et configuration des postes dans les délégations régionales

20

 
3.Cout Prévisionnel

Le coût prévisionnel de l’opération à l’issue des études préalables est de Soixante-trois millions six cent soixante mille (63 660 000) francs CFA TTC.

4.Allotissement

Les présentes prestations, objet du présent Appel d’Offres seront effectuéesen un lot unique.

5.Participation et origine

La participation au présent Appel d’Offres est ouverte à égalité de conditions aux Sociétés, Entreprises ou Groupement d’Entreprises, de droit Camerounais exerçant dans le domaine des bâtiments et travaux informatiques.

6.Financement

Les fournitures objet du présent Appel d’Offres National Ouvert sont financés par le Fonds du FODECC, Exercice 2022, sur la ligne d’imputation budgétaireN° : 411 00 10 22 28 01.

7.Consultation du Dossier

Le Dossier peut être consulté aux heures ouvrables au Ministère de l’Agriculture et du Développement Rural / Direction des Ressources Financières et du Patrimoine / Service des Marchés Publics, Téléphone : 222 221 624, 3e chalet), dès publication du présent avis.

8.Acquisition du Dossier

Le Dossier peut être obtenu aux heures ouvrables au Ministère de l’Agriculture et du Développement Rural (Direction des Ressources Financières et du Patrimoine/Service des Marchés, Téléphone : 222 221 624, 3e chalet) dès publication du présent Avis, contre présentation d’une quittance de versement d’une somme non remboursable de Soixante-treize mille (73 000) francs CFA, payable au Trésor Public.

9.Remises des offres

Chaque offre rédigée en français ou en anglais en sept (07) exemplaires dont un (01) original et six (06) copies marquées comme telles,  devra être parvenue à la Direction des Ressources Financières et du Patrimoine/Service des Marchés, au plus tard le 02 février 20233 à 14 heures et devra porter la mention suivante :

« APPEL D’OFFRES NATIONAL OUVERT EN PROCEDURE D’URGENCE N°009/AONO/MINADER/CIPM /2022 DU 10 JANVIER 2023, RELATIF A L’ACQUISTION ET L’INSTALLATION D’EQUIPEMENTS INFORMATIQUES ET BUREAUTIQUES POUR LA DEMATERIALISATION DES PROCEDURES D’IMMATRICULATION, DE TENUE DU REGISTRE ET DU SUIVI DES ACTIVITES COOPERATIVES.
A n’ouvrir qu’en séance de dépouillement »

 
 
10.Delai de Livraison

1. Le délai maximum accordé par le Maitre-d ’ouvrage pour la livraison des fournitures et l’exécution desdits travaux ; objet du présent Appel d’Offres est de deux (02) moiscalendaires. Ce délai court à compter de la date de notification de l’ordre de service pour commencer les prestations et l’exécution des travaux.
2. Les prestations, objet du présent Appel d’Offres seront livrés dans les 10 Délégations Régionales du MINADER.

11.Cautionnement Provisoire

Chaque soumissionnaire doit joindre à ses pièces administratives, un cautionnement de soumission établi par un Etablissement bancaire de premier ordre ou organisme financier habilité par le Ministre chargé des finances et dont la liste figure dans la pièce 11 du DAO et valable pendant trente (30) jours à compter de la date limite de validité des offres.
Conformément à l’Article 90 (7) du Code des Marchés Publics, les petites et moyennes entreprises à capitaux et dirigeants nationaux, ainsi que les organismes de la société civile peuvent produire, à la place du cautionnement de soumission, soit un chèque certifié, soit un chèque de banque, soit une hypothèque légale, soit un cautionnement d’un Etablissement bancaire ou d’un organisme financier agréé conformément aux textes en vigueur, d’un montant d’un million deux cent mille (1 200 000) Francs CFA.

12.Recevabilité des Offres

Sous peine de rejet, les pièces administratives requises devront être impérativement produites en originaux et copies certifiées conformes par le service émetteur ou une autorité administrative compétente (Préfet, Sous-préfet, …), conformément aux stipulations du Règlement Particulier de l’Appel d’Offres.
Elles devront obligatoirement être datées de moins de trois (03) mois précédant la date de dépôt des offres ou avoir été établies postérieurement à la date de signature de l’Avis d’Appel d’Offres.
Toute offre non conforme aux prescriptions du présent avis et du Dossier d’Appel d’Offres sera déclarée irrecevable. Notamment l’absence de la caution de soumission délivrée par une banque de premier ordre agréée par le Ministère chargé des finances ou le non-respect des modèles des pièces du Dossier d’Appel d’Offres, entraînera le rejet de l’offre.

13.Ouverture des Plis

L’ouverture des offres aura lieu en un temps, le 02 février 2023 à 15 heures par la Commission Interne de Passation des Marchés du Ministère de l’Agriculture et du Développement Rural (MINADER) dans la salle de conférence dudit ministère.
Seuls les soumissionnaires peuvent assister à cette séance d’ouverture ou s’y faire représenter par une personne de leur choix dûment mandatée.

14.Critères d’évaluation

Principaux critères éliminatoires
–          Absence d’une pièce administrative au- delà du délai de 48 heures;
–          Absence de la caution de soumission ou non-conformité du modèle de caution de soumission ;
–          Fausse déclaration ou pièces falsifiées ;
–          Délai supérieur au délai prescrit;
–          Non-respect des modèles des pièces (pièces de l’annexe 10) ;
–          Absence de garantie du service après – vente ;
–          Absence du prix unitaire quantifié ;
–          Absence d’une rubrique de l’offre Financière ;
–          Non satisfaction d’au moins 75% des critères essentiels ;
–          Références générales justifiées  de l’entreprise dans le domaine :

Le soumissionnaire produira la preuve d’avoir déjà exécuté au moins un (01) Marché/Lettre Commande similaire sur cinq dernières années, durant la période allant de 2017 à 2021, d’un montant dudit Marché ou de ladite Lettre Commande supérieur ou égal à trente (30) millions de francs CFA, les coordonnées du  responsable du projet ou du Maître d’Ouvrage ainsi que les documents justificatifs (copies du marché ou de la lettre commande première page, et dernière page, PV de réception certifiant la bonne exécution du Marché ou de la Lettre Commande ou la Mainlevée).
NB : Toutes les pièces certifiées conformes par une autorité administrative compétente et datant de moins de trois (03) mois.

Les Critères essentiels
Les critères relatifs à la qualification des candidats porteront sur :

CRITERES ESSENTIELS

POSITIF
(OUI)
NEGATIF
(NON)

1

Fournir les preuves d’une capacité financière équivalant au moins à 50% de la proposition financière

 

 

2

Expérience du soumissionnaire (Avoir fait au moins deux (02) livraisons de cette nature pendant les 03 dernières années)

 

 

3

Délai de livraison ≤ un (01) mois

 

 

4

Présentation de l’offre (sommaire, pièces dans l’ordre, intercalaire en couleur)

 

 

5

CCAP, DF, signés, paraphés et datés à la dernière page

 

 

6

Service après-vente

 

 

7

Personnel à mobiliser dans le cadre des services connexes (installation du matériel et formation des utilisateurs)

 

 

8

Garantie ≥ 06 mois

 

 

Les offres n’ayant pas satisfait à au moins 75% de Oui pour 100 de ces critères lors de l’analyse technique, seront jugées techniquement non qualifiées et ne pourront pas accéder à l’analyse financière.

15.Attribution

Le Maître d’Ouvrage attribuera le Marché au Soumissionnaire dont l’offre a été reconnue conforme pour l’essentiel aux prescriptions du Dossier d’Appel d’Offres et évaluée la moins-disante en incluant le cas échéant les rabais proposés.

16.Durée Validité des Offres

Les soumissionnaires restent engagés par leur offre pendant  quatre-vingt-dix (90) jours à partir de la date limite fixée pour la remise des offres.

17.Renseignements Complémentaires

Les renseignements complémentaires peuvent être obtenus aux heures ouvrables à la Direction des Ressources Financières et du Patrimoine / Service des Marchés du MINADER, téléphone 222 221 624.

Source : ARMP

Retour en haut