The Divisional Delegate of Public Contracts for BUI, (Contracting Authority) hereby representing the State of Cameroon within the frame-work of the 2018 Public Investment Budget (PIB 2018), launches an opened national invitation to tender under Emergency Procedure for the Construction of Two (02) Boreholes Equipped with a Manual Pump each at Mbinon and Ngeptang in Nkor Council
Area, Bui Division.
The services involved in this invitation to tender shall require the Construction of Two (02) Boreholes Equipped with a Manual Pump Each at Mbinon and Ngeptang Nkor Council in Bui Division, North West Region.
17 000 000 FCFA
N/A
Participation in this Invitation to tender is open to all Cameroonian Companies that have experience in the execution of Boreholes equipped with manual pumps.
The said works shall be financed as per the programmed budget head below through the 2018 Public Investment Budget (PIB 2018) of the Republic of Cameroon under the Ministry of MINES AND ENERGY (MINEE).
The Tender documents may be consulted and obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority {Service in charge of the award of contracts) during working hours at the Divisional Delegation of Public Contracts Bui, Kumbo.The document shall be obtained upon presentation of a receipt testifying to the payment of a non- refundable sum of Thirty four thousand (34000) francs CFA payable to the Public Treasury.
The Tender documents may be consulted and obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority {Service in charge of the award of contracts) during working hours at the Divisional Delegation of Public Contracts Bui, Kumbo.The document shall be obtained upon presentation of a receipt testifying to the payment of a non- refundable sum of Thirty four thousand (34000) francs CFA payable to the Public Treasury.
Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (7) copies,that is one(01) original and six (06) copies labelled as such. These shall be submitted in one external sealed envelope containing three (3) envelopes, that is.Envelope A: Administrative Documents, Envelope B: Technical file and Envelope C: Financial file. The sealed external envelope shall bear noinformation about the company and shall reach the Divisional Delegation of Public Contracts for Bui, Divisional Servicein charge of the award of contracts not later than 12th JULY 2018 at 10am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic.The sealed pack (outer envelope) shall bear the following inscriptions:
OPEN NATIONAL INVITATION TO TENDER
N° 13/ONIT/MINMAP/RDNW/DDB/BDTB/2018 OF THE 20th JUNE2018
FOR THE CONSTRUCTION OF TWO (02) BOREHOLES EQUIPPED WITH A MANUAL PUMP EACH AT MBINON AND NGEPTANG IN NKOR COUNCIL AREA, BUI DIVISION
(To be opened only during bids opening session)
The maximum deadline for the execution provided for by the Contracting Authority shall be ninety (90 calendar days) with effect from date of notification of the Service Order to start works.
340 000 FCFA
Each bidder shall enclose in his administrative documents a bid bond (provisional guarantee) that respects the model in this tender file of Three hundred and Forty thousand (340,000) francs CFA issued by a first-rate bank approved by the Ministry in charge of Finance featuring onthe list in document 10 of the tender file and valid for thirty (30) days beyond the validity of the tenders. Subject to rejection, only originals or true copies certified by the issuing services of the required administrative documents (Senior Divisional Officer,Taxation Officials, etc.) including the bid bond, must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three(03) months or must be produced after the signing of the tender
file.Double certification shall not be accepted. Any bid that shall not be inconformity with the prescriptions of this tender shall be declared inadmissible.
The provisional guarantee will be released not later than thirty (30)days after the period of bid validity for unsuccessful bidders. For the bidder who is awarded the contract, the provisional
guarantee will be released after constitution of the final guarantee.
NB: The successful bidder shall during site installation present the originals of the respective documents for strict verification of their authenticity.
Bids shall be opened by the Divisional Tenders Board for in a single phase on the 12th JULY 2018 at 11am local time in the hall provided in the Divisional Delegation of Public Contracts Bui.Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Any bid which shall not comply with the requirements of the tender the shall be rejected. Bids shall be openedand assessed in a single (01) phase of two stages where.
a) Stage I shall involve:
i) Opening and appraisal of validity, authenticity and completeness
ii) Opening of envelopes containing technical documents to appraise and evaluate technical proposals
NB:Any bids which shall not obtain 80% score in the technical evaluation shall simply be eliminated.
A. Eliminatory criteria
1. Absence of a document in the administrative file;
2. Bids submitted after the deadline for submission;
3. False declaration or falsified documents;
4. Absence of or insufficient bid bond;
5.A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
6. Incomplete financial file;
7. Technical score of less than 80% in the essential criteria;
8. Bidders who have been suspended from public procurement.
9. Bidders with overdue, ongoing or abandoned projects
B. Essential criteria
1- General presentation of the bids;
2- Financial capacity;
3- References of the company in similar domains;
4- Quality of personnel;
5- Technical organization of works;
6- Attestation and report of site visit;
7- Logistics;
8- Special Technical Clauses initialed on all the pages and signed on the last page;
9- Special Administrative Clauses completed and initialedonall the pages and signed on the last page.
The preliminary evaluation shall be the binary method (YES/NO) based onthe following essential criteria: .
EVALUATION CRITERIA
> Main Criteria
The evaluation will be based on pre-defined criteria, which will be scored on a tota lof 36 Yes. These criteria are presented according to headings, as follows:
N° | Criteria | Evaluation |
1 | General Presentation | 05 Yes/No |
2 | Equipment of the enterprise | 07 Yes/No |
3 | Reference of the enterprise in the domain of Equipped Boreholes construction works (Equipped Borehole with a manual pump). | 03 Yes/No |
4 | Reference of the enterprise in the domain of Equipped Boreho construction works (Equipped Borehole with a manual pump). |
03 Yes/No |
5 | Site selection Methodology | 04 Yes/No |
6 | Methodology for executing the works | 08 Yes/No |
7 | Knowledge of the locality (Hydro-geology, Hydrology. Geomorphology, etc.) |
02 Yes/No |
8 | Capacity to pre-finance the project | 03 Yes/No |
TOTAL | 36 Yes/No |
-Any Bid that shall not obtain 80% evaluation shall simply be rejected.
- Details of these main qualification criteria are specified in the assessment grid found in the Special Tender Regulations (RPAO).
The contract shall be awarded to the lowest feasible bidder, who fulfils the technical, financial and administrative requirements.
Bidders will remain committed to their offers for a period of ninety (90) days from the last date of submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.
Additional (supplementary) technical information maybe obtaine dduring working hours from the service for the award of contracts at the Divisional Delegation of Public Contracts for Bui (Telephone N°: 233 221 574).