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,
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.
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 |
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 |
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.
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
The tender file may be consulted at the Batibo Council office during working hours, as soon as this tender notice is published.
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.
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
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.
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 |
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.
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.
The evaluation of the bids shall be done in three (03) steps:
The criteria of evaluation are the following:
-Eliminatory criteria
- Administrative documents
- Technical file
- Financial offer
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:
|
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.
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).
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
Complementary technical information may be obtained every day during working hours from the Divisional Delegation for MINEE Momo