Within the framework of Public Investment Budget (PIB) 2022, the Lord Mayor of KONYE Council (Contracting Authority) hereby launches, on behave of Konye Council an Open National Invitation to Tender; N2 0212022/ONIT/MAYOR/KONYECOUNCIUITE3/2022 of 16/02/2022
LOT 1: FOR THE PROVISION OF SOLAR STREET LIGHTS IN KONYE TOWN
(District Hospital Konye-GHS Monument; Inspectorate Basic Education-Catholic Church street Ngolo Bolo; Motuba street; Onjolika school street; Customary Court street).
LOT 2: FOR THE CONSTRUCTION OF THREE (03) BOREHOLES WITH MANUAL PUMP AND ONE (01) BOREHOLE WITH SOLAR SYSTEM IN KONYE METROPOLIS.
(THROUGH EMERGENCE PROCEDURE)
The nature of the services is described in the attached cost estimate and technical specifications
The estimated cost after preliminary studies is 50.000.000FCFA for Lot 1 and 44.710.000FCFA for Lot 2 aIl taxes inclusive
LOT 1: FOR THE PROVISION OF SOLAR STREET LIGHTS IN KONYE TOWN
(District Hospital Konye-GHS Monument; Inspectorate Basic Education-Catholic Church street Ngolo Bolo; Motuba street; Onjolika school street; Customary Court street).
LOT 2: FOR THE CONSTRUCTION OF THREE (03) BOREHOLES WITH MANUAL PUMP AND ONE (01) BOREHOLE WITH SOLAR SYSTEM IN KONYE METROPOLIS
The tender is open to duly legalized Cameroonian enterprises that fulfil the requirements of this invitation to tender
Works which form the subject of this invitation to tender shall be financed by the 2022 Public lnvestment Budget (PIB) under the budgetary head
The file may be consulted during working hours from 7:30am to 3:30pm at the office of the Development Officer of KONYE Council (Service in charge of award of Contract) Tel: 675138668 1678771726 as soon as this notice is published
The complete tender file may be obtained from the Secretariat of KONYE Council upon presentation of a treasury receipt attesting to the payment of a non-refundable purchase fee of 50.000 FCFA for LOTI and 40.000 FCFA for LOT 2.
Each bid drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the office of the Development Officer of KONYE Council (Service in charge of award of Contract) against a receipt not later than 09/03/2022 at 10:OOam local time and should carry the label:
«NAME OF THE ENTERPRISE»
OPEN NATIONAL INVITATION TO TENDER
N° 02/2022/ONIT/MAYOR/KONYECOUNCIL/ITB/2022 OF 16/02/2022
LOT 1: FOR THE PROVISION OF SOLAR STREET LIGHTS IN KONYE TOWN
(District Hospital Konye-GHS Monument; Inspectorate Basic Education-Catholic Church street Ngolo Bolo; Motuba street; Onjolika school street; Customary Court street).
LOT 2: FOR THE CONSTRUCTION OF THREE (03) BOREHOLES WITH MANUAL PUMP AND ONE (01) BOREHOLE WITH SOLAR SYSTEM IN KONYE METROPOLIS.
"To be opened only during bid-opening session"
The maximum execution deadline provided for by the Contracting Authority shall be Two (02) months
Each bidder must include in his/her administrative documents, a bid bond issued by a firstrate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 11 of this tender file, of an amount of 600.000 FCFA and valid for thirty (30) days beyond the date of validity of offers.
Each bid drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the office of the Development Officer of KONYE Council (Service in charge of award of Contract) against a receipt not later than 09/03/2022 at 10:OOam local time and should carry the label:
«NAME OF THE ENTERPRISE»
OPEN NATIONAL INVITATION TO TENDER
N° 02/2022/ONIT/MAYOR/KONYECOUNCIL/ITB/2022 OF 16/02/2022
LOT 1: FOR THE PROVISION OF SOLAR STREET LIGHTS IN KONYE TOWN
(District Hospital Konye-GHS Monument; Inspectorate Basic Education-Catholic Church street Ngolo Bolo; Motuba street; Onjolika school street; Customary Court street).
LOT 2: FOR THE CONSTRUCTION OF THREE (03) BOREHOLES WITH MANUAL PUMP AND ONE (01) BOREHOLE WITH SOLAR SYSTEM IN KONYE METROPOLIS.
"To be opened only during bid-opening session"
The bids shall be opened in a single phase on the 09/03/2022 at 11:00am local time by the competent Tender Board at the KONYE Council conference hall, in the presence of the bidders or duly authorized representatives having full knowledge of the file (power of attorney).
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.
Main eliminatory criteria
Any bid that does not meet any one of these criteria will be declared inadmissible. The eliminatory criteria are identified as follows:
Main qualification criteria
The criteria relating to the qualification of candidates could indicatively be on the following:
- Methodological approach and relevante of proposed solutions;................................... - References of the bidder (experience of at least three (03) years in similar works)(attach proof).. . - Availability of the essential equipment...... ......... - Owner of the essential equipment proposed......... ...................... - Experience of key supervisory staff (at least a civil engineering Technician with |
Yes / No Yes / No Yes / No Yes / No |
|
- Financial capacity, Access to credit or other financial sources of at least half of
the provisional cost of the project............
- Expenditure schedule or Non-existence of other contracts under execution,.
- Deadline of execution . ..... ..... „. .
The non-respect of 2 of 8 criteria shall cause the elimination of the offer. For the complete evaluation criteria see the special administrative clauses
The contract will be awarded to the lowest bidder after detailed verification of his financial offer and whose bid is in conformity with the dispositions of the tender file
Bidders will remain committed to their offers for 90 days from the deadline set for the submission of tenders.
Further complementary information may be obtained during working hours from the office of the Development Officer of KONYE Council (Service in charge of award of Contract) Tel: 675138668 / 678771726