Within the framework of the PPRD-NW/SW Budget for 2025, The Governor of the North-West Region, Delegated Contracting Authority, hereby launches a Request for Quotation for the Supply of Medical Equipment to the IHC NKON - MEMGOM, Ngie Subdivision, Momo Division, North West Region by Emergency Procedure
LOT |
Name of project |
Amount of project |
Amount of bid bond |
Cost of tender file : |
SINGLE |
SUPPLY OF MEDICAL EQUIPMENT TO IHC NKON - MEMGOM |
20 000 000F CFA |
400 000F CFA |
26 000 |
The work to be done consists of the supply of medical equipment to the Integrated Health Centre NKON - MEMGOM, Ngie Sub-Division, Momo Division North West Region.
The estimated cost after preliminary studies is twenty million (20 000 000) CFAF
The supply is in one lot
Participation in this Request for Quotation is open to all registered and qualified enterprises of the Republic of Cameroon, with the necessary financial capability, technical and professional expertise in Supplies (especially Medical Equipment) who are registered in the COLEPS Platform or ARMP website at www.armp.com
Supplies which form the subject of this Request for Quotation shall be financed by the PPRD-NW/SW Budget for 2025, Imputation No 59 B1 976 02 650001 524412.
The tender documents are available for consultation at the North West Governor’s office during working hours. Lower case 108. TEL. 233361941/652582344 as soon as the notice is published.
It can equally be consulted online on COLEPS platform at www.marchepublic.cm Or ARMP website at www.armp.cm
The file may be obtained from the Governor’s office room 108, Tel 233361941/652582344 upon presentation of a receipt showing payment of a non-refundable sum of 26,000 FCFA payable at a public treasury representing the cost of purchasing the tender file. The original copy of this receipt shall be included in the bidder’s documents. On procuring the tender documents (DAO), bidders shall be duly registered with their full addresses indicating: P.O. Box; Fax; and Telephone numbers. It is equally possible to obtain the electronic version of the Tender file by downloading it through the above indicated address
The submission is done electronically. The bid should be forwarded by the tenderer on the COLEPS platform or any other means of electrical communication indicated by the project owner not later than 23/ 07/ 2025 at 11am prompt. A backup copy of the bid registered on USB key should be forwarded in a sealed envelope with the clear and legible indication “backup copy”, in addition to the above label, within the allocated deadline.
NB file size and format
For online bidding, the maximum sizes of the documents that will transit on the platform and constitute the tenderer’s offer are the following;
• 5MB for the Administrative file
• 15MB for the Technical offer
• 5MB for the financial offer
The following formats are acceptable
• PDF format for text documents
• JPEG for images
The applicant shall use compression software to possibly reduce the size of the files to be transmitted according to the sizes indicated above.
NB the original of the BIDs should be presented during the online opening session.
The sealed pack (Backup copy of the bid) shall bear the following inscriptions:
<< REQUEST FOR QUOTATION N° 018/RQ/GOV-NWR/NWRTB/2025 OF 25/JUIN /2025
FOR THE SUPPLY OF MEDICAL EQUIPMENT TO THE IHC NKON - MEMGOM, NGIE SUB DIVISION IN MOMO DIVISION NORTH WEST REGION BY EMERGENCY PROCEDURE>>
“To be opened only during the bid-opening session
The maximum deadline provided by the Delegated Contracting Authority for the execution of the supplies forming the subject of this Request for Quotation is Ninety (90) days.
The bidder must include in his administrative documents, a bid bond that respects the model of this tender file, issued by a banking establishment approved by the Ministry in charge of Finance at an amount of 400,000 FCFA (Four Hundred Thousand CFA). Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided. The validity period for the Bid Bond shall be 30 days
At the risk of being rejected, all documents shall be originals or certified true copies by the authorized issuing service or administrative authorities (Senior Divisional Officers, Divisional Officers) presented in accordance with the Special Regulations of this invitation to tender. None of these should be more than three (3) months old as from the date of submission of offers, without double certification and not falsified. These shall be separated by coloured separators from each other. Any bid that shall not be in conformity with the prescriptions of this notice and tender file shall be declared inadmissible.
NB: The successful bidder shall during site installation present the originals of the respective documents for strict verification of their authenticity.
The bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 23/07/2025 at 12:00 noon local time, in the conference hall of the Regional Tenders’ Board, by its competent Members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files
The bids shall be evaluated according to the main criteria as follows:
1. Failure to produce or replace an element of the administrative file other than the bid bond within forty-eight hours in the case of absence or non-conformity of this document;
2. Deadline for delivery higher than prescribed
3. False declaration or falsified documents
4. Absence or insufficient bid bond
5. A bid with an external envelope carrying a sign or mark leading to the identification of the bidder
6. Incomplete financial file
7. Change of quantity or unit
8. Non respect of 85% of essential criteria
9. Offer above the provisional amount
10. Suspension from public contracts by MINMAP in 2024
11. Non respect of tender model
The evaluation of the technical offers would be based on the criteria outlined in the table below. It shall be done in the following manner positive (YES) or negative (NO).
No |
Criteria |
|
1 |
Attestation of solvability of at least 80% of the financial offer (obtained from a bank recognized by the Ministry of Finance). |
|
2 |
Experience of the bidder (01 Jobbing Order justifying similar supplies and justified by the first and last pages of the Jobbing Order and the Reception Minutes). |
|
3 |
The execution time of this Delivery is fixed at: 90 days from the date of notification of the Service Order to commence works. |
|
4 |
Proof of the acceptance of the Contract conditions. The Rules of the Consultation initialled, signed and dated on the last page. The quotations and Technical specifications initialled, signed and dated on the last page |
|
5 |
Works Director: At least Senior Laboratory Technician (HPD or HND, Diploma and CV signed) with 02 years working experience |
|
6 |
Electronics Team head: At least Electrical technician (BT-EE, Diploma and CV signed and dated) with 02 years working experience |
|
7 |
Furniture Team Head: At least Woodwork technician (BT-MEB, Diploma and CV signed and dated) with 02 years working experience |
|
The Jobbing Order shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest realistic bid and technical quality. (See article 33 of the public contracts code)
Bidders will remain committed to their bids which shall be valid for a period of ninety (90) days with effect from the deadline for the submission.
Complementary technical information may be obtained during working hours from the Governor’s office for the North West Region in Bamenda room 108, TEL: 233361941/652582344