The Divisional Delegate of Public Contracts for MOMO, the Contracting Authority, on behalf of the Republic of Cameroon, hereby relaunches an open invitation to tender, emergency procedure for the CONSTRUCTION OF A PORTABLE GRAVITY WATER SUPPLY SCHEME IN OSHIE VILLAGE, MOMO Division, North-West Region. It is a single lot.
> SINGLE LOT: Construction of the OSHIE WATER SUPPLY SCHEME in NJIKWA COUNCIL Area.
The works include the following:
Lot 100: Preparatory works ;
Lot 200: Construction works ;
Lot 300: Rehabilitation works ;
Lot 400:Piping Network ;
Lot 500: Environmental mitigation measures;
Lot 600:Project sustainability.
30 000 0OOF CFA
N/A
Participation is open under the same conditions to all Cameroonian companies and business concerned that have proven experience in the field of building construction and civil engineering in general.
The works, subject of this invitation to tender,shall be financed by the Public Investments Budget for MINEE 2018.
The tender file may be consulted at the Divisional Delegation of Public Contracts for MOMO during working hours,as soon as this tender notice is published.
The tender file may be acquired from the Divisional Delegation of Public Contracts for MOMO upon presentation of a non refundable treasury receipt of 50 000 (fifty thousand) FCFA. Such a receipt shall identify the payer as representing the company that wants to participate in the tender.
Each offer or bid drafted in English or French in seven (07) copies including the original and six(06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a receipt atthe Divisional delegation of Public Contracts MOMO not later than 17/07/2018 at 10a.m local time and should carry the inscription:
"Open National Invitation to Tender, Emergency Procedure"
N°23/ONIT/MINMAP/RDNW/DDMOMO/DTB/2018 OF 22/06/2018
For the CONSTRUCTION OFA PORTABLE GRAVITY WATER SUPPLY SCHEME IN OSHIE VILLAGE, MOMO Division, North-West Region.
«To be opened only during the bid opening session »
The offers orthe bids submitted after the stipulated deadline shall notbe received.
The maximum execution deadline shall be three(03) calender months,including the rainy season and other vagaries, with effect from the date of notification of the administrative order ofwork commencement.
600 OOO FCFA
The bids not respecting the separation mode of the fmancial bid from the administrative and technical bids shall be rejected.Any bid not in conformity with the prescription of this tender notice and tender file shall be declared inadmissible. Especially the absence of a bid bond of a first rate bank approved by the Ministry of Finance and valid fora period of thirty (30) days shallbe rejected. Least theyare rejected, only the originals or certified tme copies bythe issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three (03) months and must be valid during the bid opening session.
The opening of the bids in one phase shall be done on 17/07/2018 at 11a.m in the Conference Hall of the DDMINEPAT MOMO by the competent tender board.
The evaluation of the bids shall be done in three (03) steps:
> 1st step: Verification ofthe conformity of the administrative file;
> 2nd step: Evaluation of the technical file;
> 3rd step: Analysis of the financial file.
The criteria of evaluation are the following
14.1-Eliminatory criteria
14.1.1- Administrative documents
• Any offer not in conformity with the prescriptions of this tender file shall be declared inadmissible. Especially the lack of the provisional guarantee;
• Absence of a document in the administrative file;
• Any company having a 2018 project, notified to commence in 2018 and which has not yet been received;
• False declaration or falsified documents.
14.1.2- Technical file
•Incomplete or non compliant documents;
•False declaration forged or scanned documents;
•Non existence in the technical file of the rubric«organization, methodology and planning»
• Absence of the prefinancing capacity of at least Seven million, five hundred thousand (7 500 000) F CFA,
• Any company having a 2018 project, notified to commence in2018 and which has not yet been received;
• Technical assessment mark lower than 80% of "Yes".
14.1.3- Financial offer
• Incomplete financial offer;
• Non compliant documents;
• Omission of quantified unit price in the financial offer;
• Absence of break down price.
• Modification of the model break down unit price attached.
Essential criteria:
The technical offer of the bidder shall be assesed along the following lines:
S/N | Designation | Marks |
01 | General Presentation of the offer: Document spirally bound, colour sheets separation,table of content,presentation of documents in the order given in this tender file, quality of document. | 01 |
02 | Quality of Requested staff: Qualifications, experience of personnel affected to the project, CV, NIC and attestation of availability. | 05 |
03 | Technical and material affected to the project: The company should justify the property of the necessary material to the execution of works. | 01 |
04 | Reference of the enterprise: • Tumover in the past two years; • Experience in building and/or civil engineering works |
02 |
05 | Presence of the methodology of work execution | 05 |
06 | Presence of the pre financing capacity | 01 |
The note of the technical offer will be botten by addition of marks for every criteria. Only the technical offer having gotten an equal or superior note to 80% of YES will be kept for the financial evaluation.
The jobbing order shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bidand technical quality. (See article 33 of the public contracts code).
The bidders shall remain committed to their bids during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information maybe obtained everyday during working hours from the Divisional Delegation of Public Contracts MOMO.