Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 14-08-2019 à 09:59
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BATIBO
TENDER NOTICE  OPEN NATIONAL INVITATION TO TENDER, IN EMERGENCY PROCEDURE N°03/ONIT/BC/BCITB/2019 OF 13/08/2019 FOR THE CONSTRUCTION OF A POTABLE GRAVITY WATER SUPPLY SCHEME AT OSHUM – BATIBO SUB DIVISION, MOMO 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 Mayor of Batibo Council, the Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an Opened National Invitation to tender in emergency procedure, for the construction of at potable gravity water supply scheme in OSHUM- Batibo, Momo Division, North-West Region. It is a single lot.  
  SINGLE LOT: CONSTRUCTION OF A POTABLE WATER SUPPLY SCHEME IN OSHUM -BATIBO 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)

 

 

Lot

 

Name of project

 

Amount of project

Amount of bid bond

 

AUTHORIZATION N°

 

1

 

EXECUTION WORKS   FOR THE CONSTRUCTION OF OSHUM WATER SUPPLY SCHEME (BATIBO SUB DIVISION)

 

21 400 000

 (Twenty one million, four hundred thousand)

F CFA

 

428 000

(Four hundred and twenty eight thousand)

 F CFA

53 27 6416 14 2246 821

Imputation N°

 

IU03977

 

4.Allotissement New(Additif)

 

Lot

 

Name of project

 

Amount of project

Amount of bid bond

 

AUTHORIZATION N°

 

1

 

EXECUTION WORKS   FOR THE CONSTRUCTION OF OSHUM WATER SUPPLY SCHEME (BATIBO SUB DIVISION)

 

21 400 000

 (Twenty one million, four hundred thousand)

F CFA

 

428 000

(Four hundred and twenty eight thousand)

 F CFA

53 27 6416 14 2246 821

Imputation N°

 

IU03977

 

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, and that have proven experience in the field of building construction, civil engineering in general and potable water supply scheme.

6.Financement New(Additif)

The works, subject of this invitation to tender, are financed by the Public Investments Budget MINDDEVEL 2019 budget head No 53 27 641614 2246 821

7.Consultation du Dossier New(Additif)

The tender file may be consulted at the Batibo Council office 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 Batibo Council Office (technical service), upon presentation of a non refundable treasury receipt of 35 000 (Thirty five thousand) FCFA payable at the Batibo 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)

Presentation of the tender file The tender file in three (03) volumes shall be enclosed in three sealed envelopes.

 Envelope A containing the administrative documents (Volume 1)

  Envelope B containing the technical offer (Volume 2);

 Envelope C containing the financial offer (Volume 3). The three volumes shall then be enclosed in a single sealed envelope bearing only the reference of the tender in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour.

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 at the Batibo Council conference hall not later than 04/04/2019 at 10:00 am local time and should carry the inscription:

ʺOpen National Invitation to Tender, Emergency Procedureʺ N° 03/ONIT/BC/BCITB/2019 OF 13/08/2019 FOR THE CONSTRUCTION OF A POTABLE GRAVITY WATER SUPPLY SCHEME AT OSHUM – BATIBO SUB DIVISION, MOMO DIVISION OF THE NORTH-WEST REGION.                               

«To be opened only during the bid opening session »

The offers or the bids submitted after the stipulated deadline shall not be received

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be Three (03) months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

 

Lot

 

Name of project

 

Amount of project

Amount of bid bond

 

AUTHORIZATION N°

 

1

 

EXECUTION WORKS   FOR THE CONSTRUCTION OF OSHUM WATER SUPPLY SCHEME (BATIBO SUB DIVISION)

 

21 400 000

 (Twenty one million, four hundred thousand)

F CFA

 

428 000

(Four hundred and twenty eight thousand)

 F CFA

53 27 6416 14 2246 821

Imputation N°

 

IU03977

 

 

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 and valid for a period of thirty (30) days.

13.Ouverture des Plis New(Additif)

The opening of the administrative documents, the Technical and Financial offers in one phase shall be done on the 04/09/2019 at 11a.m in the Conference Hall of Batibo Council by the competent tender board.
                         
 
Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.

14.Critères d'évaluation New(Additif)
  1. Evaluation of the bids

The evaluation of the bids shall be done in three (03) steps:

  • 1st step: Verification of the 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:

 

-Eliminatory criteria

- 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;
  • False declaration or falsified documents.
  • Any company having a 2018 project, notified to commence in 2018 and which has not yet commenced;
  • Any company having a 2017 project, notified to commence in 2017 and which has not yet been received;

- Technical file

  • Incomplet  or non compliant documents;
  • False declaration, forged or scanned documents;
  • Absence of the prefinancing capacity of at least four million, Five million, three hundred and fifty thousand (5 350 000) F CFA.
  • Technical assessment mark lower than 80% of “Yes”.
  • Nonexistence in the technical file of the rubric « organization, methodology and planning »
  • Any company having a 2018 project, notified to commence in 2018 and which has not yet commenced;
  • Any company having a 2017 project, notified to commence in 2017 and which has not yet been received;

- Financial offer

  • Incomplete financial offer;
  • Non-compliant documents;
  • Omission of quantified unit price in the financial offer;
  • Absence of a break down unit price.

Essential criteria:

The technical offer of the bidder shall be assessed 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 signed and dated.

 

08

 

03

Technical equipment/material affected to the project: The company should justify the property of the necessary material to the execution of works.

 

03

 

04

Reference of the enterprise:

  • Turnover in the past two years;
  • Experience in road/public works

 

02

05

Presence of the methodology of work execution

06

06

Presence of  the pre financing capacity

01

The note of the technical offer will be gotten 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.

15.Attribution New(Additif)

The contract shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 99 of the public contracts code).

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their bids during a period of (one hundred and twenty) 120 days from the deadline set for the submission of bids

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained every day during working hours from the Divisional Delegation for MINEE Momo

BAMENDA Le 08-08-2019
Le MAYOR
TANJOH FRIDRICK TETUH