Within the framework of the 2025 Public Investment Budget, the Mayor of Batibo Council, Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an Open National Invitation to tender, for the rehabilitation of the Ogen potable water supply scheme, Batibo Subdivision, Momo Division of the North-West Region. It is a single lot.
The works include the following:
Lot 200: Rehabilitation works ; - Reconstruction of spring catchment intake 2 and 3 as well as their collection chambers - Reconstruction of spring catchment intake 1 with a collection chamber to supply Ogen 1 - Rehabilitation of the existing storage tank at Kurubei - Rehabilitation of existing of washout/air release/control valve chambers - Rehabilitation of four existing standpipes with their soak-away pit - Supply and laying of PVC pipe Ø100 NP10 (30m) and pipe Ø63 NP10 (49m). |
Lot 300: Construction works - Construction of washout (01)/air release (02)/control valve chambers (01) to supply Ogen 1 and 2; - Construction of a 4m³ storage tank in reinforced concrete to supply Ogen 2 (up); - Construction of one standpipe with soak-away pit and valve chambers Lot 400: Piping Network - construction of a 1,212m new piping network with pipe 50, 32 and 25 to supply Ogen 1 and 2 |
Lot 500: Environmental mitigation measures with the water quality test after construction; |
Lot 600: Project sustainability with the supply of a complete tool box and spare parts. |
The estimated cost after preliminary studies is nineteen million (19,000,000) FCFA.
The work is in unique lot: the rehabilitation of the Ogen potable water supply scheme.
Participation is open under the same conditions to all Cameroonian companies and business concerned that are in compliance with the Cameroon laws
The works, subject of this invitation to tender, are financed by the Public Investment Budget MINDDEVEL 2025 budget head No
The tender file may be consulted at the Batibo Council Office Secretariat, during working hours, as soon as this tender notice is published.
The tender file may be acquired from the Batibo Council Office Secretariat, upon presentation of a non-refundable treasury receipt of thirty two thousand (32,000) 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.
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 Batibo Council Office Secretariat not later than 21/02/2025 at 10:00am local time and should carry the inscription:
<< OPEN NATIONAL INVITATION TO TENDER
N°02/ONIT/BATIBOCOUNCIL/BCITB/2025 OF 21/02/2025
FOR THE REHABILITATION OF THE OGEN POTABLE WATER SUPPLY SCHEME, BATIBO SUB DIVISION, MOMO DIVISION OF THE NORTH-WEST REGION.>>
“To be opened only during the bid-opening session”
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this Invitation to Tender is one hundred and twenty (120) days.
LOT: |
NAME OF PROJECT |
AMOUNT OF PROJECT |
AMOUNT OF BID BOND |
COST OF TENDER FILE : |
FINANCIAL YEAR |
SINGLE |
CONSTRUCTION OF THE REHABILITATION OF THE OGEN POTABLE WATER SUPPLY SCHEME |
19,000,000 FCFA |
380,000 FCFA |
32,000 FCFA |
2025 |
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.
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 21/02/2025 at 11:00 am local time, in the conference hall of the Batibo 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 files.
11. Evaluation criteria
The bids shall be evaluated according to the main criteria as follows:
1. Absence of bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. Incomplete financial file;
4. Change of quantity or unit;
5. Non respect of 75% of essential criteria;
6. Suspended by MINMAP.
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 of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation of site visit duly signed by the mayor.
9- Special Technical Clauses initialed in all the pages;
10- Special Administrative Clauses completed and initialed in all the pages.
11. Evaluation criteria
The bids shall be evaluated according to the main criteria as follows:
1. Absence of bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. Incomplete financial file;
4. Change of quantity or unit;
5. Non respect of 75% of essential criteria;
6. Suspended by MINMAP.
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 of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation of site visit duly signed by the mayor.
9- Special Technical Clauses initialed in all the pages;
10- Special Administrative Clauses completed and initialed in all the pages.
Bidders will remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours from the Batibo Council.