Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 17-04-2019 à 09:11
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BALI
TENDER NOTICE OPENED NATIONAL INVITATION TO TENDER N° 04/ONIT/BALI COUNCIL/BCITB/2019 OF 16/04/2019 FOR THE CONSTRUCTION OF A PORTABLE GRAVITY WATER SUPPLY SCHEME IN NGWADIKANG - BALI SUB DIVISION, MEZAM DIVISION OF THE NORTH-WEST REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2019 Public Investment Budget, the Senior Divisional Officer for Mezam, the Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an Opened National Invitation to tender, for the CONSTRUCTION OF A PORTABLE GRAVITY WATER SUPPLY SCHEME IN NGWADIKANG- BALI, MEZAM Division, North-West Region. It is a single lot.
> SINGLE LOT: Construction of the NGWADIKANG WATER SUPPLYSCHEME in the BALI COUNCIL Area,

2.Consistance des prestations New(Additif)

The works include the following:

Lot 100: Preparatory works ;

Lot 200: Construction works ;

Lot 300: Piping Network ;

Lot 400: Environmental mitigation measures;

Lot 500: Project sustainability.

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies is 45,000,000(forty five million frances)FCFA

4.Allotissement New(Additif)

The work is in unique lot: The construction of portable gravity water supply in Ngwadikang

5.Participation et origine New(Additif)

Participation is open under the same conditions to all Cameroonian companies and business concerned that are in compliance with the Cameroon laws.

6.Financement New(Additif)

The works, subject of this invitation to tender, are financed by the Public Investments Budget MINEE 2019 budget head No 32 423 02 641608 2246 224602

7.Consultation du Dossier New(Additif)

The tender file may be consulted at the Bali Council Office Secretariat, during working hours, as soon as this tender notice is published.

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the Bali Council Office Secretariat, Contract Award Service upon presentation ofa non refundable treasury receipt of 65 000 (sixty five thousand) FCFA payable at the Bali council Treasury representing the cost of the tender file. Such a receipt shall identify the payer as representing the company that wants to participate in the tender.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Bali Council Office Secretariat not later than 09/05/2019 at 12:00 noon local time and should carry the inscription:

« OPENED NATIONAL INVITATION TO TENDER N° 04/ONIT/BALI COUNCIL/BCITB/2019 OF 16/04/2019 FOR THE CONSTRUCTION OF APORTABLE GRAVITY WATER SUPPLY SCHEME IN NGWADIKANG - BALI SUB DIVISION, MEZAM DIVISION OF THE NORTH-WEST REGION.».

''To be opened only during the bid-opening session"

10.Delai de Livraison New(Additif)

N/A

11.Cautionnement Provisoire New(Additif)

N/A

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or certified true copies signed by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of the Invitation to Tender. They must obligatorily not be older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice Any bid not in compliance with the prescriptions of the Tender File shall be rejected. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.

13.Ouverture des Plis New(Additif)

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 09/05/2019 at 1: 00PM local time, in the conference hall of the Bali Council, 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 flies.

14.Critères d'évaluation New(Additif)

The bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria

1. Absence or non-conformity of an element in the administrative file;

2. Deadline for delivery higher than prescribed;

3. Absence or insufficient bid bond;

4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;

5. Incomplete financial file;

6. Change ofquantity or unit;

7. Non respect of 75% ofessential criteria;

8. Non completion ofany project in the previous years in the North West Region and suspended by MINMAP in 2018

B. Essential criteria

1- General presentation of the Tender Files;

2- Financial capacity;

3- References of the company in similar achievements;

4- Quality of the personnel;

5- Technical organization ofthe works;

6- Safety measures on the site;

7- Logistics;

8- Attestation of site visit duly signed by honour of the bidder.

9- Special Technical Clauses initialed in all the pages;

10- Special Administrative Clauses completed and initialed in all the pages.

15.Attribution New(Additif)

This evaluation will be done in a binary way (yes) or (no) with an acceptable minimum of 37/43 (75%) ofthe essential criteria taken in account. The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75% of the essential criteria.

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their offers for one hundred and eighty (180) days from the deadline set for the submission of tenders.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours from the Bali Council, Bali Sub Division.

BAMENDA Le 16-04-2019
Le MAYOR
NGOH AJOUNG Slyvanus Dobgima