Within the framework of the 2017 Public Investment Budget (PIB), the Divisionol Delegate for public contracts Bui "Contracting Authority" hereby launches by emergency procedure an Open National Invitation to tender for the extension of potable water at GNS and GS kiyan In Bui Division.
|
N° |
Project |
Locality |
Amount for bid bond |
Project Amount |
Budget Heads |
Duration in months
|
|
01 |
The extension of potable water at GNS and GS Kiyan |
GNS and GS Kiyan - Kumbo Sub-Division |
200 000 |
8 500 000 |
51 94 709 07 110000 2209 387 |
02 |
work to be done consists of extending of potable water at GNS and GS Kiyan in Bui Division. The works include the following:
|
N° |
Project |
Locality |
Amount for bid bond |
Project Amount |
Budget Heads |
Duration in months
|
|
01 |
The extension of potable water at GNS and GS Kiyan |
GNS and GS Kiyan - Kumbo Sub-Division |
200 000 |
8 500 000 |
51 94 709 07 110000 2209 387 |
02 |
N/A
Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned
The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of Economy ,planning and Regional Development for the 2017 financial year assigned to the Divisional Delegate for
MINEPAT Bui as Delegated Authorizing officers, With Budget Heads N° 51 94 709 07 110000 2209 387.
Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Divisional Delegation of Public Contracts Bui Tel: 233 221 584/233
221 574
The file may be obtained at the Divisional Delegation of Public Contracts Bui, at the Service for the award of Public Contracts, Telephone N° Tel: 233 221 584/233 221 574 as soon as this notice is published against payment of a non- refundable sum of (30 000) Thirty thousand CFA francs, payable at the Divisional Treasury Bui representing the cost of purchasing the tender file.
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 Divisional Delegation of Public Contracts, Bui not later than 14th September 2017 at 10 00 AM local time. It should be labelled as follows:
"OPEN NATIONAL INVITATION TO TENDER
N° 08/ONIT/DDMINMAP/BUI/DTB/2017 OF 25TH AUGUST 2017 FOR THE EXTENSION OF POTABLE WATER AT GNS AND GS KIYAN IN BUI DIVISION, NORTH WEST REGION,
TO BE OPENED ONLY DURING THE BID OPENING SESSION"
The maximum execution deadline shall be two (02) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencemen.
Each bidder should include In his administrative document, a bid bond of FCFA 200 000 (Two hundred thousand CFA francs) issued by a first rate-bank approved by the Ministry in charge of Finance in conformity with COBAC conditions.
Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced in accordance with the Special Conditions-of the invitation to tender. They shall neither be older than three (03) months nor be produced before the signing of the tender notice.
Any offer not in conformity with the prescription^ of this notice and tender file shall not be accepted, especially the absence of a bid bond issued by first rote-bank, approved by the Ministry in charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained'
Under penalty of being rejected, only originals or true copies certified by the issuing service 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 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
The bids shall be opened in single phase. The opening of the Administrative documents. Technical and Financial offers shall take place on the 14th September 2017 at 11:00 AM local time, by the competent Tenders Board in the Conference Hall of the Divisional Delegation of Public Contracts Bui.
Only bidders may attend or be represented by duly mandated persons of their choice.
There are two types of evaluation criteria: eliminatory and essential criteria. [The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.
i. Eliminatory criteria
Ellminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
• Absence of an element in the administration file
• Deadline for delivery higher than prescribe
• False declaration, forged or scanned, documents
• A bid with the external envelope carry a sign or mark leading to the identification of the bidder.
• Two Bids with the same personnel
• Incomplete financial file..
• Technical assessment mark lower than 80% of "Yes".
ii. Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to fender.
The criteria relating to the qualification of candidates are based on the following:
• General presentation of the tender files;
• References of the company in similar achievements;
• Experience of supervisory staff ;
• Logistics (Equipment);
• Methodology;
• Financial capacity;
• Attestation of site visit signed and stamp by the Contractor
• Report of site visit signed and stamp by the contractor
• The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped);
• Special Administrative Clauses completed (each page should be initialed and the last page signed and stamped);
• Pre - Financing capacity not less than 75% of the amount required in the offer
The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).
iii Main qualification criteria
The criteria relating to the qualificalion of candidates could be indicative cn the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with on acceptable minimum of 80% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having scored 100% of the ellminatory criteria and at least 80% of the essential criteria
The jobbing order 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 tedmicai quality. (See article 33 of the public
contracts code)
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids
Complementary technical information may be obtained during working hours at the Divlsional Delegation of Public Contracts, Service of award of Public Contracts.
The maximum execution deadline provided for by the Contracting Authority shall be ninety (90) days maximum, as from the date of notification of the service order.