Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 15-05-2019 à 15:31
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE FONFUKA
OPEN NATIONAL INVITATION TO TENDER (BY THE EMERGENCY PROCEDURE)No. 006/ONIT/FC/FCITB/2019 OF 2019 FOR THE REHABILITATION OF WATER SUPPLY SCHEMES IN SOME VILLAGES IN THE FONFUKA MUNICIPALITY LOT 1: NGLN-MBAMLU WATER SCHEMELOT 2: FONFUKA WATER SCHEMELOT 3: BUABUA VILLAGE WATER SCHEME
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework ofPIB 2019 and considering the necessity to improve on the general hygiene, sanitation and health conditions of the local population of the Fontuka municipality, the Mayor ofthe Fonfuka Council, representing the government of Cameroon hereby launches an OPEN NATIONAL INVITATION TO TENDER (BY THE EMERGENCY PROCEDURE) FOR THE REHABILITATION OF WATER SUPPLY SCHEMES IN SOME VILLAGES IN THE FONFUKA MUNICIPALITY.
LOT 1: NGEN-MBAMLU WATER SCHEME
LOT 2: FONFUKA WATER SCHEME
LOT 3: BUABUA VILLAGE WATER SCHEME


2.Consistance des prestations New(Additif)

The works comprise the preliminary studies carried out and the detailed information provided in the technical specification and the quantitative estimates FOR THE REHABILITATION OF WATER SUPPLY SCHEMES IN SOME VILLAGES IN THE FONFUKA MUNICIPALITY Notably:

  • Maintenance catchment and repairs of stand taps
  • Filling of eroded pipelines Deviation of surface running water channels
  • Digging ofpipelines 
  • Replacement of depreciated pipes 
  • Control and prevention of leakages Deviating and adjusting pipelines 
  • Reinforcement of supply and distribution channels
  • Maintain water flow controls and check points
  • Protection of water sources and check points

 

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies are;

LOT 1: Rehabilitation of Ngen-Mbamlu water scheme: 10,000,000 FCFA (Ten Million Francs)
LOT 2: Rehabilitation of Fonfuka water scheme: 10,000,000 FCFA (Ten Million Francs)
LOT 3: Buabua Village: Rehabilitation of Water Scheme: 10,000,000 FCFA (Ten Million Francs)

4.Allotissement New(Additif)

The works are distributed into Three (03) Lots as shown below;

LOT 1: REHABILITATION OF NGEN-MBAMLU WATER SCHEME
LOT 2: REHABILITATION OF FONFUKA WATER SCHEME
LOT 3: BUABUA VILLAGE: REHABILITATION OF WATER SCHEME

5.Participation et origine New(Additif)

Participation in this invitation to tender is opened to duly legalized Cameroonian based Enterprises/Companies that fulfil the requirements of this invitation to tender and exercising in the domain of public works who are categorised as per the 2018 public contract code and has fulfilled their fiscal obligations in accordance with the 2019 finance law.
NB; home based companies are of advantage encouragedto tender Interested contractors should indicate the lots they aregoing-infor. A contract may bid for all the Lots, depending on his capabilities

6.Financement New(Additif)

The Supplies/Works which form the subject of this invitation to tender, shall be financed by Public Investment Budget 2019 financial year, budget HEAD 27, PROGRAMME 351, ACTION 01, PARAGRAPH 2246-09, CODE 2004; MINISTRY OF DECENTRALISATION AND LOCAL DEVELOPMENT

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the Fonfuka Council Main Office (General Secretariat, Door No,210, telephone: 6 77 32 72 36 or 675 32 21 75) as soon as this notice is published.

8.Acquisition du Dossier New(Additif)

The file may be obtained from the Fonfuka Council Main Office (General Secretariat, Door No.210, post box, telephone: 675 32 21 75,fax, e-mail) as soon as this notice is published against of a non-refundable sum of 30,000 CFA Francs (Thirty Thousand Francs), payable at The Fonfuka Council Municipal Treasury.

9.Remises des offres New(Additif)

Each bid drafted in English or French in Seven (7) copies including the original and Six (6) copies marked as such, should reach the FONFUKA COUNCIL INTERNAL TENDERS BOARD Secretariat not later than 06/06/19 at 11:00a.m. and should carry the inscription:

Envelop A: Administrative Documents;

Envelop B: Technical Offer;

Envelop C: Financial Offer.

These three (03) envelopes containing the bills will be put in a fourth one (Kaki colour) which shall be spiral bound and labelled imperatively as follows:

OPEN NATIONAL INVITATION TO TENDER (BY EMERGENCY PROCEDURE)
No. 006/ONIT/FC/FCITB/2019 OF IS 2019 FOR THE REHABILITATION OF WATER SUPPLY SCHEMES IN SOME VILLAGES IN THE FONFUKA MUNICIPALITY

''TO BE OPENED ONLY DURING THE BID-OPENING SESSION"

 

NB: The fourth envelop shall not bear any identification mark of the bidder or any compromising sign/indication ofthe enterprise. The fourth envelop should be a plane type and carrying no trademark


10.Delai de Livraison New(Additif)

The maximum deadline provided by the Project Owmer or Mayor of Fonfuka Council, Contracting Authority for the execution of the works forming the subject of this invitation to tenderis Three (03) Months as from the date of issuance of service note to start works.

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and recognized by COBAC (Commission Bancaire pour L'Afrique Centrale) whose list is found in document No. 12, of the Tender File, of an amount of 200,000 FCFA (Two Hundred Thousand Francs) per Lot. It is set at 2 % of the estimated amount, all taxes inclusive, of the contract in accordance with the Order in force (Prime Ministerial Order No. 093/CAB/PM of 5/11/2002). The bid bond shall be addressed to the Contracting Authority and following the conditions of the invitation to tender and shall be valid for thirty (30) days beyond the date of validity of bids.

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified 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 be not older than three (3) months preceding the date of submission of bids or may be established after the signature ofthe tender notice. Any bid not incompliance with the prescriptions of the Tender File shall be declared inadmissible. 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 administrative documents, technical and financial bids technical and financial if the opening is single-phased, technical only if the opening is double-phased on 06/06/2019 at 12:00 Noon local time by the FONFUKA COUNCIL INTERNAL TENDERS BOARD situated at the Fonfuka Council Chambers
Only bidders may attend or be represented by a duly mandated person.
(The start of the bid-opening session must not be later than one hour after the time limit for the submission of bids as specified in the Tender File)

14.Critères d'évaluation New(Additif)

There are two types of evaluation criteria:

eliminatory and essential criteria.
i Eliminatory criteria

The non-respect of these criteria leads to the rejection of the bidmade by the bidder. They refer especially to:

♦ Absence of bid bond or false bid bond (amount ofthe bid bond)

♦ False declaration or forged document

♦ Non-compliance with major technical specifications (to be listed)

♦ Non-respect of X essential criteria (X being greater than or equal to 1)

♦ Absence of quantified unit price)

♦ Non-compliance with the model bid.

♦ Absence of attestation of site visit signed by the Contractor or his Representative

♦ Antecedent ofbad execution ofsimilar work or on-going legal suit with Government;
ii Essential criteria

Indicatively, the criteria related to the qualification of candidates will be on:

Methodology; Methodological  approach and relevance of proposed solutions;

 Yes/No

- Experience; References of the bidder (experience of at least two (02) years in similar works)(attach proof)

 Yes/No

- Equipment; Availability of material and essential equipment (attach proof)

 Yes/No

- Personnel; Experience of key supervisory staff (at least technician in with 5 years' experience or Senior Civil/Rural Technician with three (03) years of experience. Proof with duly signed CVs.

 Yes/No

- Financial situation; Turnover, Financial capacity, Access to credit or other financial sources to the tune of 10,000,000 FCFA (Ten Million Francs);

 Yes/No

Planning of works; Deadline of execution. Proof with GANTT and PERT planning

 Yes/No

- Presentation of offer; packaging, binding, clear copies etc.

 Yes/No

NB: The non-compliance with any two (02) criteria out of the Seven (07) above may cause the elimination of the bid.

15.Attribution New(Additif)

The contract shall be award to the bidder whose bid fulfils the technical and financial criteria and is deemed to be the lowest.

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their bids for 90 Days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours from Fonfuka Council Office (General Secretariaty or Technical service, Door No. 210, telephone: 6 77 32 72 36 or 675 32 21 75)

BAMENDA Le 15-05-2019
Le MAYOR
CHIA Philip