National call for tenders for the acquisition of computer equipment at MINTP

MINISTRY OF PUBLIC WORKS

Notice of National Open Call for Tenders N° 008/AONO/MINTP/CIPM-SPIAG/ 2021 of February 09, 2021 under emergency procedure for the acquisition of computer equipment and other communication tools.

Financing : BIP MINTP, Fiscal Year 2021.Allocation: 55 36 470 04 340010 2276.

Source of financing : PUBLIC INVESTMENT BUDGET(BIP)

 

 

1. Subject

Within the framework of the execution of the Public Investment Budget for the financial year 2021, the Minister of Public Works, as project owner, launches on behalf of the Republic of Cameroon a National Open Call for Bids for the implementation of the above mentioned operation.

 

2. Consistency of services

Providers under their Order Letters will have to :

 

For Lot 1: Provide 45 complete desktop computers (desktop), with Intel Core i3 type processor, having the following major characteristics.

- A screen of 19'' minimum;

- A central processing unit of Intel Core I3 processor, processor frequency: 2.4Ghz, Ram 4Gb minimum, 500Gb minimum hard disk, USB, VGA, and/or HDMI ports;

- A USB keyboard and mouse;

- An operating system, Windows10 pro with license and CD provided, antivirus, internet (CD provided);

- Etc.

 

For Batch 2: Provide 10 multifunction copiers, with the following major features.

- Type of multifunction device monochrome laser A3 ;

- Basic functions: printing, copying, scanning and optional sending ;

- Processor and processor speed: Dual custom 400 Mhz frequency processor ;

- Control Panel: 8.9 cm (3.5 inch) monochrome touch screen display ;

- Standard Size: A3, B4, A4, A4R, B5, B5R, A5, A5R, envelope [No.10 (COM10), Monarch, DL, ISO-C5] ;

- Copy speed: 22 ppm (A4), 11 ppm (A3), 11 ppm (A4R), 13 ppm (A5R) ;

- Scan Speed: Single-sided: 23ipm (A4, 300 dpi x 300 dpi) double-sided: 8ipm (A4, 300 dpi x 300 dpi with DADF-AD1);

- Etc....

 

For Lot 3: Provide 37 complete desktop computers (desktop), with Intel Core i5 type processor, with the following major features.

- A LED screen of 19'' minimum;

- A central processing unit of Intel Core i5 processor, 1Tb hard disk minimum, processor frequency: 2,4Ghz, Ram 8Go minimum, USB, VGA, and/or HDMI ports;

- A USB keyboard and mouse;

- An operating system, Windows10 pro with license and CD provided, internet antivirus (CD provided);

- Etc...

 

For Lot 4: Provide 30 laser printers, with the following major features.

- Print volume: 80 000 pages / month ;

- Supplied black starter cartridge: 3100 pages ;

- Processor: 1200 MHz ;

- RAM Memory Capacity (Standard): 128 MB ;

- Memory Capacity (Maximum): 128 MB ;

- Paper size: A4 ;

- Automatic duplex ;

- Etc....

 

NB: In any case, comply with the description of the supply contained in the Tender Documents.

 

3. Estimated cost

A total estimated cost of one hundred million (100,000,000) CFA francs including all taxes.

 

4. Delivery time

The delivery period stipulated by the Client is sixty (60) calendar days.

 

5. Allocation

The services subject of this Call for Tenders are divided into four (04) lots as follows:

N° lots

Désignations

Budget

Forecast TTC

Delay

(days)

 

Batch 1

Acquisition de 45 ordinateurs de bureau complets

(desktop), de processeur de type Intel Core i3

31 124 500 

 

60

Batch 2

 

Acquisition of 10 multifunction copiers

22 725 500 

 

Batch 3

Acquisition of 37 complete desktops

(desktop), Intel Core i5 processor type

 

32 555 500

Batch 4

 

Acquisition of 30 laser printers

13 594 500

TOTAL COST OF THE PROJECT

100 000 000

 

 

6. Participation and origin

Participation shall be open on equal terms to all Cameroonian companies supplying goods and services.

 

7. Financing

The services subject of the present Call for Tenders are financed by the Public Investment Budget of the MINTP, Fiscal Year 2021, Allocation: 55 36 470 04 340010 2276,

 

8. Consultation of the file

The Bidding Documents can be consulted during working hours at the Ministry of Public Works, Contracts Department, Bidding Unit, located on the 2nd floor of the new building R+3 housing some Central Services of the Ministry of Public Works, housed in the enclosure of the Regional Delegation of Public Works of the Center, door 206.

 

9. Acquisition of the file

The Bidding Documents can be obtained from the Ministry of Public Works, Contracts Department, Bidding Unit, located on the 2nd floor of the new building R+3 housing some Central Services of the Ministry of Public Works, housed within the Regional Delegation of Public Works of the Center, bears 206, on presentation of a receipt of payment to the Public Treasury of a non-refundable sum as purchase costs of the file of fifty thousand (50 000) CFA francs.

This receipt shall identify the payer as representing the provider wishing to participate in the consultation.

 

10. Submission of bids

Presentation of the offers :

The documents constituting the offers are divided into three volumes hereafter contained in a closed and sealed envelope of which :

Envelope A containing the administrative documents (volume 1);

Envelope B containing the technical offer (volume 2);

Envelope C containing the financial offer (volume 3).

The three envelopes thus presented will then be placed in a single envelope, closed and sealed, bearing only the mention of the Call for Bids in question.

The different parts of each bid will be numbered in the order of the DAO and separated by dividers of the same color (other than white).

 

Submission of bids :

Each bid, drawn up in English or French, in seven (07) copies, including one (01) original and six (06) copies marked as such, must be deposited at the Ministry of Public Works, Contracts Directorate, Tender Unit, located on the 2nd floor of the new building R+3 housing some Central Services of the Ministry of Public Works, located within the enclosure of the Regional Delegation of Public Works of the Center, door 206, at the latest, on March 10, 2021 at 11:00 am, local time and must bear the mention :

"National Open Call for Tenders N°008/AONO/MINTP/CIPM-SPIAG/2021 of February 09, 2021 in emergency procedure for the acquisition of computer equipment and other communication tools.

Financing : BIP MINTP, Exercise 2021

Allocation: 55 36 470 04 340010 2276

To be opened only during the counting session".

 

 

11. Provisional bond

Bids must be accompanied, for each lot applied for, by a provisional bond (bid bank guarantee) valid for a period of one hundred and twenty (120) days, drawn up in accordance with the model indicated in the bidding documents, by a first class banking institution approved by the Minister in charge of Finance. 

The amount in FCFA of the said guarantee is mentioned in the table below: 

N° Batch

Amount of Bid Bond

Batch 1

620 000

Batch 2

450 000

Batch 3

650 000

Batch 4

270 000

 

The absence of the provisional bond in the Bidding Documents will result in the systematic rejection of the bid at the opening of the bidding process and its non-compliance will give the bidder a maximum period of forty-eight hours (48 hours) to make it compliant.

The provisional bond will be automatically released no later than 30 days after the expiry of the validity of the bids for unsuccessful bidders. If the bidder is awarded the contract, the provisional bond will be released after the constitution of the final bond.

 

12. Admissibility of bids

Bids received after the date and time of submission of bids or those that do not respect the method of separating the financial bid from the administrative and technical bids will be inadmissible.

Under penalty of rejection, the required administrative documents must be imperatively produced in originals or in copies certified true copies by the issuing service, in accordance with the provisions of the Special Bidding Rules.

These administrative documents are valid for a period of three (03) months. This deadline for the validity of the administrative documents must be after the date of launching the Call for Bids.

Each bidder must attach to its administrative documents, a bid bond in the amount as presented above, established by a first class bank approved by the Ministry of Finance and listed in the DAO.

This bond shall be effective from the bid closing date and shall remain valid until the thirtieth (30th) day inclusive after the bid validity period.

Under penalty of rejection, the other required administrative documents must be produced in originals or copies certified by the issuing department, in accordance with the provisions of the Special Bidding Rules. They must be valid in accordance with the regulations in force.

 

13. Fold opening

The opening of administrative, technical and financial bids will take place on March 10, 2021 from 12 noon in the meeting room of the Internal Commission for the Procurement of Services, Intellectual Property and General Supplies (CIPM-SPIAG) located at the Regional Delegation of Public Works of the Center in Yaounde.

The opening of bids will be done in one step and in three stages:

- 1st stage: Opening of envelope A containing the administrative documents (volume 1);

- 2nd stage: Opening of envelope B containing the technical offers (volume 2);

- 3rd step: Opening of envelope C containing the financial offers (volume 3).

Only the bidders attend this opening session or may be represented by a single person of their choice, duly authorized and having a good knowledge of the file.

 

14. Evaluation criteria

1- Qualifying criteria :

a) Incomplete administrative documents for : 

Absence of the original provisional bond (bid bond);

Absence 48 hours after opening of at least one of the documents in the administrative file, except for the bid bond;

Non-compliance 48 hours after the opening of at least one of the documents in the administrative file with the exception of the bid bond;

b) Incomplete or non-compliant technical offer for :

Absence of a sworn statement attesting that the bidder has not abandoned a contract in the last three years, and that it is not on the list of defaulting companies established by MINMAP;

Absence of the authorization established by the manufacturer or its Authorized Dealer for the following main supplies :

- Batch 1: Complete desktop computers with Intel Core i3 processors;

- Batch 2: Multifunction copiers;

- Batch 3: Complete desktop computers with Intel Core i5 processors;

- Batch 4: Laser printers.

 

Absence of manufacturers' data sheets;

Absence of a formal commitment in the form of a warranty certificate signed by the bidder for technical assistance during the warranty period, showing the list or description of spare parts and the frequency of intervention on site;

Absence or non-conformity of the proposed equipment;

Financial capacity of the bidder less than ten million (10 000 000) CFA francs for lot 1, seven million (7 000 000) CFA francs for lot 2, ten million (10 000 000) CFA francs for lot 3 and four million (4 000 000) CFA francs for lot 4;

c) Incomplete financial offer for :

 

Absence of the stamped, signed, sealed and dated bid letter;

Absence of the price schedule (BP) duly completed, initialed on each page, signed, dated and sealed on the last page;

Absence of the Quantitative and Estimated Details (QED) duly completed, signed, dated and sealed on the last page;

Absence of the price sub-detail initialled on each page;

Omission in the financial offer (Price Schedules, RFQ and Price Sub-detail) of a quantified price;

d) False declaration, falsified or not authentic document;

 

2. Essential Criteria :

The scoring of the following essential criteria, the details of which are contained in the evaluation grid, will be done in binary mode by assigning to each criterion the positive (yes) or negative (no) value: 

 

- Presentation on 01 criteria ;

- Delivery schedule on 01 criteria ;

- Warranty on 02 criteria ;

- After-sales service on 01 criteria;

- Bidder's references on 02 criteria ;

N.B.: Only bidders who will have met all the eliminatory criteria and totaled at least 5 criteria out of the set of 7 essential criteria will be eligible for the financial evaluation.

 

15. Award

The Employer will award the Contract to the Bidder whose bid has been determined to be substantially responsive to the Bidding Documents and has been evaluated as the lowest evaluated bid.

In addition, the Employer reserves the right not to award the Contract under this Invitation for Bids to a Bidder that has previously been a co-contractor on a supply contract at MINTP and whose performance has been found to be unsatisfactory or has been found to be in default or terminated.

No more than one (01) lot per bidder will be awarded under this Invitation for Bids. 

 

16. Period of Bid Validity

Bidders will be bound by their bids for a period of ninety (90) days from the deadline for submission of bids.

 

17. Additional information

Additional information can be obtained during working hours from the Contracts Department, Tender Unit, located on the 2nd floor of the new building R+3 housing certain Central Services of the Ministry of Public Works, housed in the compound of the Regional Delegation of Public Works of the Center, door 210.

YAOUNDE on February 09, 2021

The MINISTER

NGANOU DJOUMESSI Emmanuel

Source: ARMP

Source : ARMP