The General Manager of the Hydrocarbons Prices Stabilisation Fund hereby launches a Request for Expressions of Interest for the pre-selection of a qualified company to carry out studies and implement a geolocation system for trucks transporting LPG, with the aim of securing its distribution network.
The project will be carried out in two (02) phases:
Phase 1: study for the design and specification of the solution.
Phase 2: implementation and testing of the sample.
The services include:
- scope and design of the solution
- preliminary design reports
- development and installation
- test reports
- assessment and prospects for going full-scale
- supply and commissioning of the geolocation modules
- connectivity and subscription costs for the modules and the system
- obtaining the necessary authorisations and certificates
- producing a user guide (in English and French)
- producing an administrator guide (in English and French)
- training users and administrators
- maintenance and logistics of the equipment installed
The execution period for the services is nine (09) months.
Participation in this Notice to tender is open to companies and establishments under Cameroon law with proven experience in supplying the required services.
Works subject of this Notice of Request for the Manifestation of Interest will be financed by the Investment Budget of the HPSF for the 2024 financial year.
Files of bidders, written in English or French, must be submitted in four (04) copies, including the original and three (03) copies marked as such, in a closed and sealed envelope void of a stamp or any indication of the bidder’s identity. These documents must reach the HPSF Contract Service, Room 339 of the head office building, Telephone 222 50 30 00, PO Box 501, no later than 10/06/2024at 10.00 a.m. local time, labelled as such:
NOTICE OF REQUEST FOR EXPRESSIONS OF INTEREST NO. __________/24/ASMI/CSPH/DG/DRHMG/SDMG/SM OF________________FOR STUDIES AND THE IMPLEMENTATION OF A GEOLOCATION SYSTEM FOR TRUCKS TRANSPORTING LPG
Bidders shall provide the following documents, presented in two (02) sets:
Envelope A – Set 1: Administrative file
Set 1 will contain the following documents, in originals or certified true copies, dated less than three (03) months and valid for the current financial year:
a. a declaration of expression of interest duly signed by the bidder
b. a certificate of non-bankruptcy issued by the relevant authorities and dated less than three (03) months before the date of submission of bids
c. a certificate of bank domiciliation of the bidder issued by a first-rate bank approved by the Cameroon Ministry of Finance
d. a certificate of non-exclusion from public contracts issued by the Public Contracts Regulatory Agency (PCRA)
e. a certificate issued by the relevant services of the National Social Insurance Fund certifying that the Bidder has fulfilled his obligations to the NSIF, dated less than three (03) months ago;
f. a certificate of tax compliance, which also serves as proof of payment of taxes, a tax certificate and a tax situation slip, issued by the relevant services of the Tax Department, certifying that the Bidder has made the statutory tax declarations for the current financial year, stamped and dated less than three (03) months ago;
g. an attestation of registration
h. a copy of the trade register
i. a certificate of non-conviction dated less than three (03) months
j. a certificate of non-indebtedness
Envelope B – Set 2: Technical bid
The technical file must include information and documents justifying the references attesting to the performance of similar contracts:
B.1. Information on the Bidder’s qualifications:
His references, substantiated by at least two (02) similar projects over the last five (05) years, (enclose copies of the first and last pages of the Contracts or Order Letters, acceptance reports or certificates of satisfactory performance).
B.2. Technical proposals consisting of:
Documents or explanations presenting the characteristics of the proposed solution (enclose the manufacturer's prospectus and technical data sheet).
B.3. Technical staff:
Head of mission, holder of a degree in computer or software engineering, with at least five (05) years’ experience in the field of computer system development;
Monitoring and development engineers, holders of a degree in computer or software engineering, experts in organisational systems, instrumentation and information systems, with at least three (03) years’ experience in similar projects;
Expert engineer in the petroleum industry, holder of a degree in petroleum engineering, with at least three (03) years’ experience in a similar project.
To be accepted, each reference must be justified by a dated and signed CV, a certified copy of the diplomas and a certificate of presentation of the original diploma.
B.4. Computer equipment:
Proof of ownership or lease of the IT equipment needed to complete the project:
high-performance computers with a secure, up-to-date operating system
peripheral accessories: printers, photocopiers, external hard drives, scanners, etc.
high-speed Internet connection
high-performance server to meet the establishment’s storage needs
B.5. Financial capacity:
Documents proving access to a credit line or other financial resources enabling the Contract to be financed (production of a certified statement of financial capacity confirming the availability of financing – of an amount equal to or greater than fifty million CFAF (50,000,000) - issued by a bank approved by the Ministry of Finance.
The quality of the technical bids will be assessed based on the following criteria:
A. Elimination criteria
The elimination criteria are as follows:
Analysis of Administrative Documents:
a) Absence or non-compliance or non-presentation of a document in the Administrative file after the 48-hour deadline granted to the bidder;
b) False declaration or forged document;
c) Absence of the bid bond.
Analysis of the Technical Bid:
a) Incomplete or non-conforming Technical file in line with the specifications of this Notice;
b) Absence of the manufacturer’s leaflets and data sheets for each supply;
c) Failure to obtain at least 70 % of "YES" at the end of the technical analysis;
d) False declaration or forged document;
e) Absence in the Technical bid of a sworn declaration by which the bidder not only certifies the non-abandonment of a Contract during the last three (03) years but also that he/she does not feature on the list of defaulting companies established annually by the Ministry of Public Contracts.
B. Essential criteria
The quality of the technical bids will be assessed based on the following criteria:
No. |
DESCRIPTION |
Items |
1 |
General presentation of the bids |
10 |
2 |
Bidder’s references for similar assignments: at least two |
15 |
3 |
Technical staff |
30 |
4 |
Technical proposals |
25 |
5 |
Computer equipment |
10 |
6 |
Financial capacity |
10 |
|
Total |
100 |
Only bidders with a total score of 70% or higher in the evaluation of the technical bids will be pre-selected.
Further information may be obtained during working hours from the Director of Human Resources and General Options of the HPSF, Tel: 2 22 50 30 00 / 222 50 30 10; P.O Box: 501 Yaounde, Fax 222 50 30 05 / 222 50 30 03. Email contact@csph.cm.
The General Manager of the Hydrocarbons Prices Stabilisation Fund will publish, through an official release, the list of short-listed bidders to whom he will forward the Tender Documents relating to the execution of the required services. It should be noted that interest expressed by a bidder does not imply any obligation on the part of the HPSF to have the bidder shortlisted.