The Director General of the Hydrocarbons Prices Stabilization Fund (CSPH) hereby launches on behalf of its corporation for the 2017, 2018 and 2019 fiscal years, an open national invitation to tender in emergency procedure for the provision of office multi-risk insurance in the CSPH Headquarters, and CSPH Douala Branch building, known as “Immeuble de Rapport”.
The services, subject of this tender, include the provision of office multi-risk insurance for both the CSPH headquarters and “Immeuble de Rapport”, in accordance with the terms of reference defined in the Tender File (TF).
N/A
N/A
All insurance companies whose legal and business headquarters are located in Cameroon, and which fulfil all the conditions stipulated by the texts in force in the Member States of the Inter-African Conference on Insurance Markets (CIMA), are eligible to tender.
The services, subject of this invitation to tender, shall be financed by the budget of CSPH for the 2017, 2018, 2019 fiscal years, on the budget item line 652/12.
The Tender File may be consulted during opening hours, following the publication of this invitation to tender at the Bureau of Procurement of the CSPH headquarters, 3rd floor, and office n ° 339.
The Tender File may be obtained during working hours at the CSPH headquarters, following the publication of this invitation to tender and upon presentation of the receipt for the payment of a non-refundable sum of CFA F seventy-five (75,000) thousand into the account 335988-60-001.94 ARMP, opened at the BICEC bank specifically for that purpose.
A copy of that receipt shall be deposited at the venue of withdrawal of the Tender File. Upon withdrawing the file, the bidders shall have their contact details (P.O. Box, phone) registered.
Every bid shall be written in French or English in six (06) copies, including one (01) original and five (05) copies labeled as such, and submitted at the Bureau of Procurement of the CSPH headquarters, 3rd floor, office n°339, not later than 07 February 2017 by 10 am, local time, and shall bear the following inscription:
OPEN NATIONAL INVITATION TO TENDER IN EMERGENCY PROCEDURE N°01/16/AONO/CSPH/CIPM OF 12 JANUARY 2017 FOR THE PROVISION OF OFFICE MULTI-RISK INSURANCE IN THE HYDROCARBONS PRICES STABILIZATION FUND.
“TO BE OPENED ONLY DURING THE BID OPENING SESSION”
The length of the contract is thirty six (36) months, as from the date of notification of the Order of Service to commence the provision of insurance for the definite slot, broken down as follows:
N/A
Under penalty of rejection of their bids, each bidder shall append to his administrative documents, a bid bond, valid for thirty (30) days beyond the original date of validity of bids, and amounting to CFA F 1,320,000 (one million three hundred and twenty thousand) issued by a first- class financial institution licensed by the Ministry of Finance, whose list is in document n°11 of the Tender File.
The other administrative documents required, shall be produced either as originals or as certified true copies by the issuing offices or by an administrative authority (Senior Divisional officer, Divisional Officer, etc.) pursuant the provisions of the Special Texts governing the invitation to tender. These documents shall have been signed within a three (03) month period, or shall have been established after the date of signature of this invitation to tender.
Any bid not in conformity with the prescriptions of both this invitation to tender and the Tender File, shall be declared inadmissible, particularly, the absence of a bid bond issued as stipulated above, or the non-compliance of the document templates enclosed in the Tender File shall lead to the outright rejection of the bid.
The opening of bids shall be done in two phases:
The opening of administrative documents and technical offers, shall take place on 07 February 2017 as from 11 a.m, by the CSPH Tender Board, 2nd floor.
The opening of financial bids shall be done on a later date by the same Commission and at the same venue.
Only bidders or their mandated representatives having perfect knowledge of the bids for which they stand, shall be allowed into the bid opening session.
11.1. Disqualifying criteria
The disqualifying criteria of this invitation to tender are the following:
11.2. Key Criteria
They refer to key criteria against which the technical and financial capacity of the bidders shall be assessed.
The technical bid shall be evaluated on 0-100 point scale, according to the following criteria:
Criteria |
Grade (points) |
General presentation of the bid |
03 |
General track record of the bidder |
05 |
Specific track record of the bidder |
10 |
Detailed description of the guarantees offered |
12 |
Terms of forfeiting the bid bond |
12 |
Coverage of the regulated liabilities |
15 |
Coverage of the solvency margin |
10 |
Pattern of settlement of claims in a similar domain for the past five years |
15 |
Valid reinsurance treaty in a similar domain |
15 |
Facilities granted |
03 |
|
100 |
The key criteria and sub-criteria are detailed in the Special Texts governing the invitation to tender.
The contract shall be awarded to the bid deemed the best and/or the most advantageous, with the highest grade and presenting sufficient technical guarantees.
The bidders shall be bound by their tenders for a period of ninety (90) days as from the deadline for the submission of bids.
Further information may be obtained during working hours, from the CSPH Head of Department of General Affairs, 3rd floor, office n°332 of the CSPH headquarters, located at Carrefour Warda, Yaounde.