Présidence de la République SECRETARIAT GENERAL

Similar documents
COMMISSION IN CHARGE OF THE CATEGORISATION OF SERVICE PROVIDERS IN THE BUILDING AND PUBLIC WORKS SECTOR SUB-SECTOR WATER AND SANITATION

COMMISSION IN CHARGE OF THE CATEGORISATION OF SERVICE PROVIDERS IN THE BUILDING AND PUBLIC WORKS SECTOR SUB-SECTOR BUILDING AND URBAN DEVELOPMENT

National Open Invitation To Tender

PRESIDENCE DE LA REPUBLIQUE

Financing: MINTP PIB for the 2017 Financial Year, Line:

REPUBLIC OF CAMEROON PEACE WORK FATHERLAND

OPEN NATIONAL INVITATION TO TENDER

intervention months Reinforcement maintenance

3. ALLOTMENT Services to be rendered are grouped in a single lot.

AVIS D APPEL D OFFRES NATIONAL OUVERT NOTICE FOR AN OPEN NATIONAL INVITATION TO TENDER

DES TELECOMMUNICATIONS REGULATORY BOARD CALL FOR EXPRESSION OF INTEREST

I. BUSINESS INFORMATION

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

FOR SELECTION OF SUPPLIERS OF GOODS AND SERVICES IN CAMEROON AIRLINES CORPORATION

SCHOOL EQUIPMENT PRODUCTION UNIT

Manufacturer. PEC Number Year of Registration Category

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

SELF-CERTIFICATION FORM

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

TENDER SUBMISSION FORM 1

EXPRESSION OF INTEREST (EOI)

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

KENYA LITERATURE BUREAU PRE-QUALIFICATON/ REGISTRATION OF SUPPLIERS FOR GOODS, WORKS AND SERVICES FINANCIAL YEAR PREQUALIFICATION NO:

STATE LEVEL PALLISHREE MELA KENDRAPARA

TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF GS FETC

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN

APPLICATION FOR ADMISSION TO FINAL PROFESSIONAL EXAMINATION OF THE BOARD IN QUANTITY SURVEYING FOR THE YEAR:

STATE BANK OF INDIA OFFICE ADMINISTRATION DEPARTMENT, 2 ND FLOOR, STATE BANK BHAVAN, CORPORATE CENTRE, NARIMAN POINT, MUMBAI

APPLICATION FOR ADMISSION TO FINAL PROFESSIONAL EXAMINATION OF THE BOARD IN ARCHITECTURAL TECHNOLOGIST FOR THE YEAR:

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

Namibia-Windhoek: Security services for the Delegation of the European Union to Namibia, ref. No EEAS-327-DELNAMW- FWC 2014/S

TENDER NO.NPSC.1/11/4/001/

institutions and Public Sector Undertakings for similar works.

GEC GENERAL ENTERPRISE CENSUS In Main findings NATIONAL INSTITUTE OF STATISTICS INSTITUT NATIONAL DE LA STATISTIQUE

SAHARA Petrochemicals Company. Part I

Town of Fredonia. 25 N Main St. * PO Box 217 Fredonia AZ Fax: * Office

KERIO VALLEY DEVELOPMENT AUTHORITY

PREQUALIFICATION DOCUMENT

(hereinafter public invitation to tender) *** I. INVITATION TO TENDER

Upgrade Your Skills in Contemporary Commercial Drafting

NOTICE INVITING QUOTATION

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

PREQUALIFICATION/REGISTRATION OF CONTRACTORS FOR IRRIGATION WORKS, DAMS AND BUILDING CONSTRUCTION, WATER SUPPLY ETC.

National Council for Persons With Disabilities

Vendor Registration Application Form

National Science Foundation Ministry of Science, Technology & Research

Tamil Nadu Energy Development Agency Government of Tamilnadu Enterprise

Belgium-Brussels: HOME/2015/ISFP/PR/DRUG/0062 Waste water analysis report on the stimulant illicit drug markets in the EU 2016/S

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

TENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES

VACANCY DRIVER VACANCY NOTICE FOR INDEFINITE EMPLOYEMENT IN THE EMBASSY OF SPAIN IN ADDIS ABABA.

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Gandhinagar Gandhinagar Ahmedabad City 4047 sq.mts.

Section IV. Bidding Forms

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry

TO ALL SUPPLIERS SEEKING REGISTRATION ON JOHANNESBURG CITY PARKS AND ZOO DATABASE

MEMBERSHIP APPLICATION FEE, ANNUAL SUBSCRIPTION FEES AND LEVIES (WITH EFFECT FROM 1 JANUARY 2017)

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

MANDATORY GRANT APPLICATION FORM Workplace Skills Plan & WSP Implementation Report

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY ONE NEW MID SIZE TRUCK. Closing: THURSDAY OCTOBER 18, 2018 at 3:00 PM local time

Procurement of Services

Karnataka Housing Board The Chief Engineer, KHB, 3 rd Floor, Cauvery Bhavan, K.G. Road, Bangalore-01

Expression of Interest

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

VISAKHAPATNAM STEEL PLANT Branch Sales Office B-5, Ist Floor, Shree Ravi Shankar Plaza, RDC, Raj Nagar, Ghaziabad

CLOSING DATE: INSETA. Recognition of Prior Learning Portfolio of Evidence for, Level. (Full Names) Identity number:

LETABA TECHNICAL AND VOCATIONAL EDUCATION TRAINING COLLEGE

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

Karnataka Housing Board The Chief Engineer, KHB, 3 rd Floor, Cauvery Bhavan, K.G. Road, Bangalore-01

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

Open Call for Consultancy Services. Reference Number:

First Notice of Claim for Unemployment Benefits

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

Non-exclusive right to handle the marketing and distribution for sale of reference materials from the JRC world-wide

ANNEX III - BID FORMS

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

(Choose one category only - works, supplies or services - which corresponds to the main part of the specific object of your contract)

PART E: SHAREHOLDERS ID Type Nationality

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

The draft Opinion was sent to the DPO for comments on 24 November These were received on 16 January 2012.

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following

Short Term Tender Notification

Annexure-I. Details of Material. Size & Specifications. SIL Material Code. Sl. No. Required In Nos.

MINUTES OF PRE-BID CONFERENCE. INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No:

Procedures for the Development of Professional Standards and Vocational Standards

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

ADVERTISEMENT No. 03/2011

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

THE UNITED REPUBLIC OF TANZANIA PRESIDENT S OFFICE PUBLIC SERVICE RECRUITMENT SECRETARIAT. Ref. No. EA.7/96/01/ st May, 2017

Supply of Digital Rebound Hammer at College of Engineering Pune

Republic of Kosovo Government Ministry for the Kosovo Security Forces CONTRACT NOTICE SUPPLIES Re-tender

ΑΔΑ: 4ΑΛΑ9-5Τ HELLENIC REPUBLIC

TENDER NOTICE. Tender Notice No: NMR-Liquid Nitrogen /18-19/PU /Chemistry/1 Dated:

Project Logistic Officer and Driver

THE ADMISSION COMMITTEE FOR PROFESSIONAL COURSES GUJARAT STATE, INDIA. Price Tender Form (PTF)

Gujarat Technological University (Established Under Gujarat Act No.: 20 of 2007)

Transcription:

REPUBLIC OF CAMEROON REPUBLIQUE DU Peace Work Fatherland CAMEROUN ------ Paix Travail Patrie President of the Republic ------ ------ Présidence de la République SECRETARIAT GENERAL ------ SECRETARIAT GENERAL PUBLIC CONTRACTS REGULATORY AGENCY AGENCE DE REGULATION DES MARCHES PUBLICS COMMISSION IN CHARGE OF THE CATEGORISATION OF SERVICE PROVIDERS IN THE BUILDING AND PUBLIC WORK SECTOR SUB-SECTOR ENERGY CATEGORISATION CRITERIA TECHNICAL STUDIES AND CONTROL 1

TABLE OF CONTENTS 1. BACKGROUND... 4 2. SUBJECT OF THE CALL FOR CANDIDATURES... 4 3. CATEGORISATION CANDIDATURE FILE... 5 3.1. Volume 1: Administrative file... 5 3.2. Volume 2: Technical file... 5 4. EVALUATION CRITERIA... 6 4.1. Rejection criteria:... 6 4.2. Essential criteria:... 7 5. WITHDRAWAL AND SUBMISSION OF FILES... 7 6. COMPLEMENTARY INFORMATION... 8 7. PUBLICATION OF RESULTS... 8 8. FORMS... 9 9. EVALUATION SCALES... 16 9.1 QUALIFICATION CRITERIA... 17 9.2 CLASSIFICATION CRITERIA... 19 2

CALL FOR CANDIDATURES 3

CALL FOR CANDIDATURES No. /ARMP/CCP-BTP/17 of for the categorisationof engineering companies and consulting firms in the energy sub-sector. 1. BACKGROUND In order to improve the performance of the public contracts system, the Prime Minister, Head of Government by Order No. 016/PM of 1 February 2016 laid down the terms and conditions for the categorisation of service providers in the Building and Public Works (BTP) sector. In this regard, the Director General of the Public Contracts Regulatory Agency hereby calls for candidatures for the classification of engineering companies and consulting firms in the Energy sub-sector. Note: This excludes individual consultants and geotechnical laboratories governed by specific texts. 2. SUBJECT OF THE CALL FOR CANDIDATURES This call for candidatures is aimed at categorising engineering companies, consulting firms and individual consultants governed by Cameroonian law capable of conducting studies and control missions of services performed in the sub-sector concerned, in one of the following five (5) categories: CATEGORY LEVEL OF COMPLEXITY COMPANIES CONCERNED A B C D E Very large-scale services, whatever the level of complexity Large-scale or highly complex services Fairly large-scale or relatively complex services Medium-scale services or services of intermediate complexity Small-scale or low-complexity services Engineering companies and consulting firms having more than twenty (20) employees and which annual turnover before tax of more than 1 billion (1,000,000,000) CFA F Engineering companies and consulting firms having between eleven (11) and twenty (20) employees and with annual turnover before tax greater than one hundred million (100,000,000) CFA F but not exceedingone billion (1,000,000,000) CFA F. Engineering companies and consulting firms having between six (6) and ten (10) employees with annual turnover before tax greater than fifty million (50,000, 000) CFA F but not exceeding one hundred million (100,000,000) CFA F. Engineering companies and consulting firms having between three (3) and five (5) employees with annual turnover before tax greater than fifteen million (15,000,000) CFA F and not exceeding fifty million (50,000,000) CFA F. Engineering companies and consulting firms having more than two (2) employees with annual turnover before tax is more than 15 million (15,000,000) CFA F 4

Engineering companies and consulting firms can be qualified and classified in one or more categories of the following activities sectors: Electricity: -Rural and suburban electrification; -Domestic electrical installations. a- Renewable energy: -Rural, urban and suburban electrification by solar system. 3. CATEGORISATION CANDIDATURE FILE The candidates should submit a bound file comprising two volumes as follows: 3.1. Volume 1: Administrative file The following administrative documents, not older than three (3) months, should be submitted: Compliance of the service provider with legal and regulatory provisions governing access to public procurement: 1. A stamped application on the engineering Company s or consulting firm s letterhead addressed to the Director General of the Public Contracts Regulatory Agency; 2. A Certificate of Non-Exclusion (CNE) from Public Contracts issued by ARMP; 3. A clearance certificate issued by the National Social Insurance Fund (CNPS), indicating the staff number and the payroll reported by the service provider during the last three financial years or since the creation of the engineering company or consulting firm, if the later was created less than three years ago; 4. A Proof of solvency of less than ninety (90) days issued by the issued by the Court Registry of the place where the candidate s head office is located; 5. A debt clearance certificate, attesting that the taxpayer is in good standing with the Tax Administration; 6. Two (2) copies of the Statistical and Tax Declaration of the last three (3) years or since the creation of the engineering company or consulting firm, if is the later was created less than three years ago; 7. A location plan of the engineering company or consulting firm signed by its manager with pictures (external views) of the head office building attached. Administrative and technical structures as well as share capital: 1. A true certified copy of the certificate of registration in the Trade Register; 2. Certificate(s)of ownership and receipt of payment of the property tax or lease contract(s). 3.2. Volume 2: Technical file The candidate should submit the following technical documents: Qualification and experience of permanent staff: List of permanent supervisory and management staff, according to form No. 4, stating their professional skills in the given domain, as well as the required supporting documents, namely: - A curriculum vitae dated and signed by the employee and the various documents justifying his/her experience; - A copy of the diploma (or equivalent): signed by a competent administrative authority (for secondary education); 5

authenticated by the competent academic authority (for higher education). Note: As concerns diplomas obtained abroad, the equivalences delivered by MINESUP are required. Personal technical equipment and logistics related to the activity sector of the service provider: 1- The list of personal technical equipment and logistics with corresponding supporting documents attached according to form No. 5; 2- The descriptive sheet of the technical and administrative sites (number and surface area of offices at the head office, and of branches if any) in accordance with form No. 3 Level of compliance with Quality, Hygiene, Safety and Environment (QHSE) standards, according to the evaluation scale: 1- Curriculum vitae of the QHSE manager; 2- Logistics and equipment devoted to QHSE. Note: Make sure you attach supporting documents. Level of compliance with the labour legislation in force in Cameroon, according to the evaluation scale: 1- Official report of the election of staff representatives ; 2- Third party liability insurance of the engineering company or consulting firm. Experience and references for services delivered in Cameroon: 1- Detailed list of services performed by the engineering company or consulting firm in the given activity sector over the last ten (10) years in accordance with form No. 6; 2- Official reports of provisional and/or final acceptance; 3- Copies of the essential pages (those relating to the subject, the amount and the identification of contractors) of contracts or agreements executed in the Energy subsector. The forms hereinafter, duly filled, dated and signed, should be attached to the candidature file. These are: Form 1: Permanent authorisation to check the veracity of declarations Form 2: Summary of the file documents Form 3: Candidate s identification form Form 4: List of permanent staff Form 5: List of personal technical equipment and logistics Form 6: List of the most relevant experiences and references for the last 10 years 4. EVALUATION CRITERIA 4.1. Rejection criteria: - Absence of a document in the administrative file; - False declaration or forged documents; - Absence of Certificate(s) of Ownership and a receipt indicating payment of the property tax or lease contract(s); 6

- Absence of a minimum of required technical equipment and logistics in the smallest category of the sector concerned; - Number of permanent technical staff inferior to the minimum required for each category; - Absence of absence of a location plan of the engineering company or consulting firm signed by its manager with pictures (external views) of the head office building attached. 4.2. Essential criteria: Candidates shall be evaluated at two (2) levels: i. Qualification ii. Classification In this regard, the following shall be considered: For qualification: - compliance of the service provider with legal and regulatory provisions governing access to public procurement; - administrative and technical structures as well as share capital; - personal technical equipment and logistics related torelated to the activities for which the service provider intends to provide services (refer to the minimum required in the smallest category of the given sector); - (refer to the minimum required in the smallest category of the sector concerned); - experience and references for services already provided in Cameroon; - qualification and experience of the permanent staff; - location plan of the engineering company or consulting firm signed by its manager with pictures (external views) of the head office building attached. For engineering companies or consulting firms created less than three (3) years ago, the experience and references of the founder or technical officials shall be taken into account during the evaluation. For classification: - activities sector(s); - administrative situation (number of staff and payroll); - turnover; - level of expertise of the permanent technical staff; - quantity of technical equipment and logistics; - level of compliance with Quality, Hygiene, Safety and Environment (QHSE) standards; - level of compliance with the labour legislation in force in Cameroon; - maximum amount of contracts for which the service provider can bid; - experience in the delivery of the services concerned. 5. WITHDRAWAL AND SUBMISSION OF FILES The candidature file and the evaluation scales can be obtained every day during working hours from (i) the Commission in charge of the Categorisation of Service providers in the Building and Public Works sector, found in the head office of ARMP located in Mballa II, telephone: 243 00 51 7

66, 243 00 49 78, 243 59 65 62, 243 73 36 49, Ee-mail: ccp-btp@armp.cm, (ii) ARMP Regional Centres or (iii) downloaded from the Commission website (categorisation.armp.cm). Candidature files in English or French in seven (7) copies, including one (1) original and six (6) copies should be submitted against receipt, to the Mail service of ARMP, telephone: 222 201 803, on the ground floor of the head office building in Mballa II, or in ARMP Regional Centres, between 7.30 a.m. and 3 p.m. latest, local time, with the indication: CALL FOR CANDIDATURES No. /ARMP/CCP-BTP/17 of FOR THE CATEGORISATION OF ENGINEERING COMPANIES AND CONSULTING FIRMS IN THE ENERGY SUB-SECTOR. 6. COMPLEMENTARY INFORMATION Complementary information may be obtained everyday during working hours from the Commission in charge of the Categorisation of Service Providers in the Building and Public Works sector, telephone: 243 00 51 66, 243 00 49 78, 243 59 65 62, 243 73 36 49, e-mail: ccpbtp@armp.cm, or ARMP Regional Centres. 7. PUBLICATION OF RESULTS Categorised engineering companies or consulting firms shall be informed of the results by a release from the Director General of ARMP in authorised publications and on the websites of ARMP and the Commission (www.armp.cm and categorisation.armp.cm). Yaounde, DIRECTOR GENERAL, 8

8. FORMS 9

(Letterhead of the engineering company or consulting firm) FORM 1: PERMANENT AUTHORISATION TO CHECK THE VERACITY OF DECLARATIONS Ref. No., on Subject : Permanent authorisation to check the veracity of declarations and references Sir, TO THE DIRECTOR GENERAL OF ARMP P.O.Box 6604 YAOUNDE I the undersigned,national ID No., issued on, General Manager* of the engineering company or consulting firm, tax payer card No., with its head office located in, P.O. Box, Tel., hereby authorise the Commission in charge of the categorisation of service providers in the Building and Public Works sector to carry out, within the framework of the execution of its missions, any check on the veracity of declarations found in the candidature file submitted by the engineering company or consulting firm, in view of its participation in the Call for candidatures No.. In witness whereof this authorisation is issued to serve the purpose for which it is intended./- Signature of the General Manager *Make sure you indicate the function 10

(Letterhead of the engineering company or consulting firm) FORM 2: SUMMARY OF THE FILE DOCUMENTS No. DOCUMENTS YES NO Administrative file Compliance of the service provider with legal and regulatory provisions governing access to public procurement Stamped application on the engineering company s or consulting firm s letterhead addressed to the Director General of the Public Contracts Regulatory Agency Certificate of Non-Exclusion (CNE) from public contracts issued by ARMP Clearance certificate issued by the National Social Insurance Fund (CNPS), mentioning the number of employees and the payroll reported by the service provider during the last three financial years or since the creation of the engineering company or consulting firm, if the later was created less than three years ago Proof of solvency of less than ninety (90) days issued by the Court Registry of the place where the candidate s head office is located Debt clearance certificate, attesting that the tax payer is in good standing with the Tax Administration Copies of the Statistical and Tax Declaration of the last three (3) years or since the creation of the engineering company or consulting firm, if the later was created less than three years ago Location plan of the engineering company or consulting firm signed by its manager with pictures (external views) of the head office building attachedengineering company or consulting firm Administrative and technical structures as well as share capital True certified copy of the certificate of registration in the Trade Register Certificate(s)of ownership and receipt indicating payment of the property tax or lease contract(s) Technical file Personal technical equipment and logistics related to the activity sector of the service provider List of personal technical equipment and logistics with corresponding supporting documents Descriptive sheet of the technical and administrative sites (number and surface area of offices at the head office, and of branches if any) Experience and references for services delivered in Cameroon Detailed list of services performed by the engineering company or consulting firm in the given activity sector over the last ten (10) years Official reports for provisional and/or final acceptance Copies of the essential pages (those relating to the subject, the amount and the identification of contractors) of contracts or agreements executed in the Energy sub-sector. Qualification and experience of permanent staff List of permanent supervisory and management staff, stating their professional skills in the given domain, as well as required supporting documents Level of compliance with Quality, Hygiene, Safety and Environment (QHSE) standards Curriculum vitae of the QHSE manager List of technical equipment and logistics devoted to QHSE Level of compliance with the labour legislation in force in Cameroon Official report of the election of staff representatives Third party liability insurance of the engineering company or consulting firm Total number of documents Signature of the General Manager 11

(Letterhead of the engineering company or consulting firm) FORM 3: CANDIDATE S IDENTIFICATION FORM Name of the engineering company or consulting firm:...... Head office address:... Telephone:...... Fax:..... Website:... E-mail:... Corporate form: Ets Ltd PLC Activities:.... Date of creation: (dd)/ (mm)/ (yyyy) RCCM No.:. Tax payer No.: Is the engineering company or consulting firm bound by a National or Professional Collective Agreement? YES NO If YES, which one?... Does the engineering company or consulting firm have a third party liability insurance? YES NO Does the engineering company or consulting firm have staff representatives? YES NO If YES, how many? Does the engineering company or consulting firm have an occupational hygiene and safety committee? YES NO Is the engineering Company or consulting firm bound by an agreement with a medical centre or an occupational medical doctor? YES NO Does the engineering Company or consulting firm hold a register of its staff medical checks? YES NO General Manager*: Names and Surnames:........ Deputy General Manager: Names and Surnames:........ Manager**: Names and Surnames:........ *Make sure you indicate the function **If any Permanent staff of the engineering company or consulting firm (number) Category Men Women Senior staff Supervisory staff Executing staff Others TOTAL Turnover of the engineering company or consulting firm Years Amount (CFA F) 2016 financial year 2015 financial year 2014 financial year Description of the workplace Offices Yes No if Yes, Number: Surface: m 2 Workshops Yes No if Yes, Number: Surface: m 2 Warehouses Yes No if Yes, Number: Surface: m 2 Internal infirmary Yes No Firefighting equipment Extinguishers Sand boxes Smoke detectors Fire safety system and installations Automatic fire extinguishing system Fire hose cabinet Dustbins Yes No if Yes, Number: Capacity: litres Utilities Water Facilities (WC, toilets, etc.) Electricity Telephone Internet Signature of the General Manager 12

(Letterhead of the engineering company or consulting firm) FORM 4: LIST OF PERMANENT MANAGEMENT AND SUPERVISORY STAFF No. NAME AND SURNAME DIPLOMA EXPERIENCE CURRENT POSITION CONTRACT REFERENCE CNPS REFERENCE Note: Make sure you attach true certified or authenticated copies of certificates or diplomas, ID photocopies, CV and supporting documents for the experience mentioned. Signature of the General Manager 13

(Letterhead of the engineering company or consulting firm) FORM 5: LIST OF PERSONAL TECHNICAL EQUIPMENT AND LOGISTICS No. DESIGNATION QUANTITY Note: Make sure you attach true certified or authenticated copies of vehicle registration documents and receipts of other equipment and logistics. Signature of the General Manager 14

(Letterhead of the engineering company or consulting firm) FORM 6: LIST OF THE MOST RELEVANT REFERENCES FOR THE LAST 10 YEARS No. CRITERIA SERVICE 1 SERVICE 2 SERVICE 3 SERVICE 4 SERVICE 5 1 Subject of the contract 2 Sources of financing 3 Nature of services 4 Project Owner 5 Contract holder 6 Amount including taxes 7 Official report of provisional or final acceptance 8 Additional clauses, if any Note: Make sure you attach photocopies of the first and last pages of contracts concerned and other supporting documents (reports, etc.). Signature of the General Manager 15

9. EVALUATION SCALES 16

9.1 QUALIFICATION CRITERIA 17

No. CRITERIA SUB-CRITERIA YES/NO Stamped application addressed to the Director General of 1.1.1 ARMP 1.1.2 Certificate of non-exclusion from public contracts Clearance certificate issued by the National Social Insurance Fund (CNPS), mentioning the number of employees and the payroll reported by the service 1.1.3 provider during the last three (3) financial years or since the creation of the engineering company or consulting firm, if the later was created less than three (3) years ago 4 5 1 2 3 Compliance of the service provider with legal and regulatory provisions governing access to public procurement Administrative and technical structures as well as share capital Personal technical equipment and logistics related to the activity sector of the service provider Experience and references for services delivered in Cameroon Qualification and experience of the permanent staff 1.1 Administrativ e file 2.1 Administrativ e, technical and financial aspects 3.1 Personal technical equipment and logistics 4.1 The experience and references of the founder or technical officials shall be taken into account for engineering companies or consulting firms created less than three (3) years ago. 5.1 Permanent technical staff 1.1.4 Proof of solvency of less than ninety (90) days issued by the Court Registry of the place where the candidate s head office is located 1.1.5 Debt-clearance certificate Two (2) copies of the Statistical and Tax Declaration of the last three (3) years or since the creation of the 1.1.6 engineering company or consulting firm, if the later was created less than three (3) years ago Location plan of the engineering company or consulting 1.1.7 firm signed by its manager with pictures (external views) of the head office building attached True certified copy of the certificate of registration in the 2.1.1 Trade Register Certificate(s)of ownership and receipt indicating payment 2.1.2 of the property tax or lease contract(s) 3.1.1 4.1.1 Check the list of technical equipment and logistics of the smallest category related to the activity sector concerned(rural, urban and suburban electrification; Interior electric facilities; Rural, urban and suburban electrification by solar system) See the references of the smallest category related to the activity sector concerned(rural, urban and suburban Electrification; Interior electric facilities; Rural, urban and suburban electrification by solar system.) Existence of the following permanent staff 5.1.1 Check the list of technical staff of the smallest category related to the activity concerned(rural, urban and suburban Electrification; Interior electric facilities; Rural, urban and suburban electrification by solar system.) TOTAL TOTAL 18

9.2 CLASSIFICATION CRITERIA 19

9.2-1. ENERGY 20

CATEGORY CRITERIA SUB-CRITERIA YES/NO All research study and/or controls of projects services for rural electrification 1. Activity sector 1.1 and public lighting, interior electric and renewable solar energy whose amount is above 1 billion. TO 2. Administrative situation (checkcnps document) 5. Personal technical equipment and logistics 2.1 Number employees More than twenty (20) employees 2.1 Payroll At least equal to 20% of the average turnover of the last three (3) years 3. Turnover 3.1 Annual turnover before tax above one billion (1,000,000,000) CFA F 4.1 1 Electrical engineer (GCE A level +5) +8 years of experience or (GCE A level +3) +10 years of experience or equivalent 1 Civil, rural or mechanical engineer (GCE 4. Permanent technical staff A level +5) +8 years of experience or 4.2 (GCE A level +3) +10 years of experience or equivalent 4.3 1 SeniorSurveys Technician (GCE A level +2) +7 years of experience or equivalent 5.1 2 Tellurometers 5.2 1 Software licence for electrical projects study 5.3 1 Software licence for electrical projects management 6. Level of compliance with QHSE standards 7. Level of compliance with the labour legislation in force in Cameroon 5.4 Grounding device 5.5 1 Total station 5.6 2 light metres 5.7 6 Decametres 5.8 3 Pedometers 5.9 1 Plotter 5.10 1 camera 5.11 3 Computers 5.12 3 Printers 5.13 2 Photocopy machine 5.14 2 Temperature sensor probe 5.15 2 Solarimeters 5.16 1 isolation controller 5.17 2 Liaison vehicle (4x4) 5.18 Offices surface area above or equal to 80 6.1 Equipment and logistics square metres 6 sets of individual protection equipment (helmets, hearing protective helmet, respiratory protection mask, chasuble, safety shoes, gloves) 1 Lot of collective protection equipment (triangle, cones, marking tape) 7.1 Third-party liability insurance 7.2 Report of election of staff representatives 8. Maximum amount of contracts for which the service provider can bid 8.1 Threshold Unlimited 21

CATEGORY CRITERIA SUB-CRITERIA YES/NO Reference of a similar contract, of an amount at least equal to 600 million or two 9. Experience in the provision of 9.1 (2) contracts which cumulative value is services concerned less than or equal to 800 million, within the last ten years. All research study and/or controls of projects services for rural electrification 1. Activity sector 1.1 and public lighting, interior electric and renewable solar energy whose amount is above 100 billion. B 2. Administrative situation (checkcnps document) 2.1 Number of employees Between eleven (11) and twenty (20) employees 2.2 Payroll At least equal to 20% of the average turnover of the last three (3) years 3. Turnover 3.1 Annual turnover beforetax above one hundred million (100,000,000) CFA F not exceeding one billion (1,000,000,000) CFA F 4.1 1 Electrical engineer ( GCE A level +5) +6 years of experience or (GCE A level +3) +8 years of experience or equivalent 4. Permanent technical staff 4.2 1 Civil, rural or mechanical engineer (GCE A level +5) +6 years of experience or (GCE A level +3) +8 years of experience or equivalent 5.1 1 Software licence for electricity projects management 5.2 Software licence for electricity projects study 5.3 1 Tellurometer 5.4 Grounding device 5.5 1 Total station 5.6 2 light metres 5.7 4 measuring tape 5.8 2 Pedometers 5. Personal technical equipment and 5.9 1 Plotter logistics 5.10 1 camera 5.11 2 Computers 5.12 2 Printers 5.13 1 Photocopy machine 5.14 2 Temperature sensor probe 5.15 1 isolation controller 5.16 2 Liaison vehicle (4x4) 5.17 2 Solarimeters 5.18 Surface area of offices above or equal to 40 metres square 4 sets of individual protection equipment ( helmets, hearing protective helmet, 6.1 6. Level of compliance with QHSE respiratory protection mask,chasuble, Equipment standards safety shoes, gloves) and logistics 1 set of collective protection equipment (triangle, cones, marking tape) 7. Level of compliance with the labour legislation in force in Cameroon 7.1 Third-party liability insurance 22

CATEGORY CRITERIA SUB-CRITERIA YES/NO B C 8. Maximum amount of contracts for which the service provider can bid 9. Experience in the provision of services concerned 8.1 Threshold 9.1 1.Activity sector 1.1 2 billion Reference of a similar contract, of an amount at least equal to 60 million or two (2) contracts with cumulative value less than or equal to 80 million, within the last ten years. - Study and/or control of an MT/BT three-phase network conversion with H59 or H61 station, MT/BT singlephase network, underground MT/BT network with H59 station, conversion of single-phase networks into three-phase expansion networks, central+ BT network, light Points, control cabinet, MT/BT station, BT and light Points network expansion, control cabinet, BT network expansion ; - Interior electric facilities (building for offices, housing, laboratory) - Electrification through solar station, solar street light 2. Administrative situation (check CNPS document) 2.1 Number of employees Between six (6) and ten (10) employees 2.2 Payroll At least equal to 20% of the average turnover of the last three (3) years 3. Turnover 3.1 Annual turnover before tax above fifty million (50,000,000) CFA F and not exceeding one hundred million (100,000,000) CFA F 4. Permanent technical staff 4.1 1 Electrical engineer (GCE A level +5) 4 years of experience or (GCE A level +3) 6 years of experience or equivalent 5.1 1 Software licence for electricity projects management 5.2 Software licence for electricity projects study 5.3 Computer 5.4 1 Tellurometer 5.5 1 Photocopy machine 5.6 1 Printer 5. Personal technical equipment and logistics 5.7 1 Pedometer 5.8 1 Theodolite 5.9 3 measuring tape 5.10 1 camera 5.11 Temperature sensor probe 5.12 1 liaison vehicle 5.13 1 light metre 5.14 1 Solarimeter 23

CATEGORY CRITERIA SUB-CRITERIA YES/NO 5.15 Grounding device 5.16 1 isolation controller Surface area of offices above or equal to 5.17 20 metres square C 3 sets of individual protection equipment (helmets, hearing protective helmet, 6.1 6. Level of compliance with QHSE respiratory protection mask, chasuble, Equipment Standards safety shoes, gloves) and logistics 1 set of collective protection equipment (triangle, cones, marking tape) 7. Level of compliance with the labour legislation in force in Cameroon 7.1 Third-party liability insurance 8. Maximum amount of contracts for which the service provider can bid 8.1 Threshold 200 million 9. Experience in the provision of services concerned 9.1 1. Activity sector 1.1 Reference of a similar contract, of an amount at least equal to 30 million or two (2) contracts with cumulative value less than or equal to 40 million, within the last ten years. - Study and/or control of a single-phase network into three-phase network conversion and BT network expansion, central + BT network, light Points, control cabinet, MT/BT station, BT and light Points network expansion, control cabinet, BT network expansion ; - Interior electric facilities (building for offices, housing, laboratory; renewable solar energy) - Electrification by solar station, solar street light D 2. Administrative situation (check CNPS document) 2.1 Number of employees Between three (3) and five (5) employees 2.2 Payroll At least equal to 20% of the average turnover of the last three (3) years 3. Turnover 3.1 Annual turnover before tax above fifteen million (15,000,000) CFA F and not exceeding fifty million (50,000,000) CFA F 4. Permanent technical staff 4.1 1 Electrical engineer (GCE GCE A level +5) +2 years of experience or (GCE A level +2) +4 years or advanced technician (GCE A level +2) +7 equivalent years of experience 5.1 1 Tellurometer 5.2 1 Pedometer 5. Personal technical equipments and 5.3 Temperature sensor probe logistics 5.4 Computer 5.5 1 Printing-copy machine 24

CATEGORY CRITERIA SUB-CRITERIA YES/NO 5.6 1 Software licence for electricity projects management 5.7 1 Software licence for electricity projects study 5.8 1 camera 5.9 1 isolation controller 5.10 2 measuring tape 5.11 Grounding device 5.12 1 light metre 5.13 1 Theodolite 5.14 1 Solarimeter D 5.15 1 Transport means 5.16 Offices surface area above or equal to 12 metres square 2 sets of individual protection equipment (helmets, hearing protective helmet, 6.1 6. Level of compliance with QHSE respiratory protection mask, chasuble, Equipment Standards safety shoes, gloves) and logistics 1 set of collective protection equipment (triangle, cones, marking tape) 7. Maximum amount of contracts for which the service provider can bid 7.1 Threshold 100 million 8. Experience in the provision of services concerned 8.1 1. Activity sector 1.1 Reference of a similar contract, of an amount at least equal to 9 million or two (2) contracts with cumulative value less than or equal to 12 million, within the last ten years. - Study and/or control of a single-phase network into three-phase network conversion and BT network expansion, central + BT network, light Points, control cabinet, MT/BT station, BT and light Points network expansion, control cabinet, BT network expansion ; - Interior electric facilities (building for offices, housing, laboratory) E 2. Administrative situation (check CNPS document) 2.1 Number of employees At most two (2) employees 2.2 Payroll At least equal to 20% of the average turnover of the last three (3) years 3. Turnover 3.1 Annual turnover before tax not exceeding fifteen million (15,000,000) CFA F 4. Permanent technical staff or Promoter 4.1 1 Senior Civil Engineering Technician (GCE A level +7 years of experience) or equivalent 5.1 1 Computer 5.2 1 printing copy machine 5. Personal technical equipment and 1 Software licence for electricity projects logistics 5.3 study 5.4 1 Software licence for electricity projects management 25

CATEGORY CRITERIA SUB-CRITERIA YES/NO 5.5 1 Solarimeter 5.6 1 Pedometer 5.7 1 Motorized transport means 5.8 1 camera 5.9 1 measuring tape 5.10 Grounding device 5.11 1 Temperature sensor probe 5.12 1 Tellurometer 5.13 1 Theodolite 5.14 1 light metre 1 set of individual protection equipment 5.15 (helmets, hearing protective helmet, respiratory protection mask,chasuble, safety shoes, gloves) E 1 set of collective protection equipment 5.16 (triangle, cones, marking tape) 5.17 Surface area of offices above or equal to 12 square metres 6. Maximum amount of contracts for which the service provider can bid 6.1 Threshold 30 million 26