COMMUNE DE WUM : OPEN NATIONAL INVITATION TO TENDER UNDER EMERGENCY PROCEDURE 001/ONIT/MINDDEVEL/NWR/ MCH /WC/WCTB/2021 OF 21 JAN 2021 FOR THE REHABILITATION OF A BLOCK OF 02 CLASSROOMS AND HEAD TEACHER’S OFFICE AT GOVERNMENT PRACTICING SCHOOL WUM GROUP I AT KESU IN WUM MUNICIPALITY MENCHUM DIVISION NORTH WEST REGION.

Télécharger le DAO

1. Objet
Within the frame-work of the 2021 Public Investment Budget, the Contracting Authority (the Lord Mayor Wum Council), hereby representing the State of Cameroon, launches an Open National Invitation to tender for the Rehabilitation of a Block of 02 Classrooms and Head Teacher’s Office at Government Practicing School Wum Group I at Kesu in Wum Municipality Menchum Division North West Region

2. Consistance des prestations
The works subject of this Invitation to Tender shall require the Rehabilitation of a Block of 02 Classrooms and Head Teacher’s Office at Government Practicing School Wum Group I at Kesu in Wum Municipality Menchum Division North West Region. The works and service required are found in the detail description mentioned in the respective bills of quantities and cost estimates.

3. Coût prévisionnel
The estimated cost of the operations (tasks) following feasibility studies stands for fourteen million two hundred thousand (14 200 000) CFA Francs.

4. Délai de livraison
The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be sixty (60) calendar days with effect from date of notification of the Service Order to start execution.

5. Allotissement
The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below: Rehabilitation of a Block of 02 Classrooms and Head Teacher’s Office at Government Practicing School Wum Group I at Kesu. Wum in Wum Sub Division, Menchum Division, North West Region

6. Participation et origine
Participation in this invitation to Tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability.

7. Financement
Works, which form the subject of this Invitation to Tender, shall be financed as per the programmed budget head of the 2021 Public Investment Budget (PIB 2021- MINEDUB) of the Republic of Cameroon.

8. Consultation du dossier
The Tender documents may be consulted immediately after publication of this Invitation to tender from the Services of the Contracting Authority (Service in charge of the contracts award) during working hours at the Wum Council Premises.

9. Acquisition du dossier
The Tender documents shall be obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority during working hours at the Wum Council Premises. The document shall be obtained upon presentation of a Treasury receipt showing the payment of a non-Refundable sum of twenty eight thousand four hundred (28 400) francs CFA from Wum Council Treasury

10. Remise des offres
Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in seven (7) copies that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed external envelope containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical documents and Envelope C: Financial documents. It shall reach the Wum council in the service in charge of contract award not later than 17 February 2021 at 10 am local time. The sealed external envelope shall be free of all identification marks, failing which it shall be rejected.

The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER

001/ONIT/MINDDEVEL/NWR/ MCH /WC/WCTB/2021 OF 21 JAN 2021 FOR THE REHABILITATION OF A BLOCK OF 02 CLASSROOMS AND HEAD TEACHER’S OFFICE AT GOVERNMENT PRACTICING SCHOOL WUM GROUP I AT KESU IN WUM MUNICIPALITY MENCHUM DIVISION NORTH WEST REGION

(To be opened only during the bids opening session of the Tenders Board)

11. Cautionnement provisoire
Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for sixty (60) days beyond the original date of the validity of the offers for amount of two hundred four thousand (284 000) CFA Francs

12. Recevabilité des offres
Under risk of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials. “Bank Officials, etc.) or by Administrative Authorities as the case may be (Example: SDO. DO etc…) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three (03) months or must not be produced after the submission of the tender tile. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this police and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance. The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the successful bidder to whom the contract will be awarded, the Bid Bond shall be returned to the contractor by the Contracting Authority once the final bond has been provided.

Bidders shall remain committed to their offers for a period of sixty (60)days from the last date for the submission, that is the tenders shall be valid for 60 (sixty) days with effect from their submission deadline

NB: The contractor shall, present the originals of the respective certified documents for strict verification of their authenticity during site installation.

13. Ouverture des plis
Bids shall be opened by the Tenders Board in a single phase on the 17 February 2021 at 11 am local time in the conference hall of the Wum council premises. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected.

14. Critères d’évaluation
Tender conformity shall be evaluated as per the following:

A) Eliminatory Criteria

-Offers (bids) submitted after the deadline or time limit;

– Bids submitted in unsealed external envelopes;

– External envelopes with identification marks or inscriptions;

– Administrative Documents more than 3months old;

– Absence of original or properly certified Administrative Document or documents certified more than one time;

– False declaration or forged documents;

– Absence of bid bond or bid bond not issued directly in bidder’s name by a first rate bank approved by the Ministry in charge of Finance;

NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well;

-Execution period longer than prescribed in the Tender file Technical evaluation mark less than 75% (non-respect of 75% of the essential criteria);

– Absence of quantified unit price (omission of a unit price in the financial bid).

B) Essential Criteria

They are primordial or key modalities in the judgment of the technical and financial capacity of candidates to execute the tasks forming the subject of the invitation to tender. They were determined in relation to the nature and content of the tasks to be executed. Hence in the evaluation of:

– (i) Technical documents, it shall be the binary method (YES or NO) based on the following distribution of points:

CRITERA

POINTS

GENERAL PRESENTATION OF THE BIDS

6

EXPERIENCE OF THE COMPANY

9

QUALITV OF PERSONNEL AND MANAGEMENT OF THE COMPANY

9

TECHNICAL EQUIPMENT

5

METHODOLOGY FOR THE EXECUTION OF WORKS

11

TOTAL

40

NB:

-Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.

-Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAQ).

(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices.

15. Attribution
The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements.

16. Durée de validité des offres
Bidders shall remain committed to their offers for ninety (60) days from the deadline set for the submission of tenders (offers).

17. Renseignements complémentaires
Additional information may be obtained during working hours from the Service for the Contracts Award at Wum council.

NB: The Contracting Authority may at any time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids. The Contracting Authority may at any time, amend this invitation to tender. He shall publish the amendments and communicate same to companies that bought the tenders file. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.

WUM le 21 Janvier 2021
Le MAYOR
DINGHAMBONG MVO Anthony

Télécharger le DAO

 




COMMUNE DE WUM : OPEN NATIONAL INVITATION TO TENDER UNDER EMERGENCY PROCEDURE 004/ONIT/MINDDEVEL/NWR/ MCH /WC/WCTB/2021 OF 21 JAN 2021 FOR THE CONSTRUCTION OF A BOX CULVERT 7M IN WAINDO VILLAGE WUM SUBDIVISION? MENCHUM DIVISION NORTH WEST REGION.

Télécharger le DAO

1. Objet
Within the frame-work of the 2021 Public Investment Budget, the Contracting Authority (the Lord Mayor Wum Council), hereby representing the State of Cameroon, launches an Open National Invitation to tender for the Construction of a Box Culvert 7m in Waindo Village Wum Sub Division, Menchum Division North West Region.

2. Consistance des prestations
The works subject of this Invitation to Tender shall require for the Construction of a Box Culvert 7m in Waindo Village Wum Sub Division, Menchum Division North West Region. The works and service required are found in the detail description mentioned in the respective bills of quantities and cost estimates.

3. Coût prévisionnel
The estimated cost of the operations (tasks) following feasibility studies stands for ten million eighty hundred and fifty thousand (10 850 000) CFA Francs.

4. Délai de livraison
The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be sixty (60) calendar days with effect from date of notification of the Service Order to start execution.

5. Allotissement
The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below: Construction of a Box Culvert 7m in Waindo Village Wum Sub Division, Menchum Division North West Region.

6. Participation et origine
Participation in this invitation to Tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability.

7. Financement
Works, which form the subject of this Invitation to Tender, shall be financed as per the programmed budget head of the 2021 Public Investment Budget (PIB 2021- MINDDEVEL) of the Republic of Cameroon.

8. Consultation du dossier
Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for sixty (60) days beyond the original date of the validity of the offers for amount of two hundred and seventeen thousand (217 000) CFA Francs

9. Acquisition du dossier
The Tender documents shall be obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority during working hours at the Wum Council Premises. The document shall be oblained upon presentation of a Treasury receipt showing the payment of a non-Refundable sum of twenty one thousand seven hundred (21 700) francs CFA from Wum Council Treasury

10. Remise des offres
Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in seven (7) copies that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed external envelope containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical documents and Envelope C: Financial documents. It shall reach the Wum council in the service in charge of contract award not later than 18 February 2021 at 10 am local time. The sealed external envelope shall be free of all identification marks, failing which it shall be rejected.

The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER

UNDER EMERGENCY PROCEDURE

004/ONIT/MINDDEVEL/NWR/ MCH /WC/WCTB/2021 OF 21 JAN 2021 FOR THE CONSTRUCTION OF A BOX CULVERT 7M IN WAINDO VILLAGE WUM SUBDIVISION? MENCHUM DIVISION NORTH WEST REGION.

(To be opened only during the bids opening session of the Tenders Board)

11. Cautionnement provisoire
Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for sixty (60) days beyond the original date of the validity of the offers for amount of two hundred and seventeen thousand (217 000) CFA Francs

12. Recevabilité des offres
Under risk of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials. “Bank Officials, etc.) or by Administrative Authorities as the case may be (Example: SDO. DO etc…) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three (03) months or must not be produced after the submission of the tender tile. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this police and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance. The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the successful bidder to whom the contract will be awarded, the Bid Bond shall be returned to the contractor by the Contracting Authority once the final bond has been provided.

Bidders shall remain committed to their offers for a period of sixty (60)days from the last date for the submission, that is the tenders shall be valid for 60 (sixty) days with effect from their submission deadline

NB: The contractor shall, present the originals of the respective certified documents for strict verification of their authenticity during site installation.

13. Ouverture des plis
Bids shall be opened by the Tenders Board in a single phase on the 18 February 2021 at 11 am local time in the conference hall of the Wum council premises. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected.

14. Critères d’évaluation
Tender conformity shall be evaluated as per the following:

A) Eliminatory Criteria

-Offers (bids) submitted after the deadline or time limit;

– Bids submitted in unsealed external envelopes;

– Extemal envelopes with identification marks or inscriptions;

– Administrative Documents more than 3months old;

– Absence of original or properly certified Administrative Document or documents certified more than one time;

– False declaration or forged documents;

– Absence of bid bond or bid bond not issued directly in bidder’s name by a first rate bank approved by the Ministry in charge of Finance;

NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well;

-Execution period longer than prescribed in the Tender file Technical evaluation mark less than 75% (non-respect of 75% of the essential criteria);

– Absence of quantified unit price (omission of a unit price in the financial bid).

B) Essential Criteria

They are primordial or key modalities in the judgment of the technical and financial capacity of candidates to execute the tasks forming the subject of the invitation to tender. They were determined in relation to the nature and content of the tasks to be executed. Hence in the evaluation of:

– (i) Technical documents, it shall be the binary method (YES or NO) based on the following distribution of points:

CRITERA

POINTS

GENERAL PRESENTATION OF THE BIDS

6

EXPERIENCE OF THE COMPANY

9

QUALITV OF PERSONNEL AND MANAGEMENT OF THE COMPANY

9

TECHNICAL EQUIPMENT

5

METHODOLOGY FOR THE EXECUTION OF WORKS

11

TOTAL

40

NB:

-Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.

-Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAQ).

(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices.

15. Attribution
The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements.

16. Durée de validité des offres
Bidders shall remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders (offers).

17. Renseignements complémentaires
Additional information may be obtained during working hours from the Service for the Contracts Award at Wum council.

NB: The Contracting Authority may at any time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids. The Contracting Authority may at any time, amend this invitation to tender. He shall publish the amendments and communicate same to companies that bought the tenders file. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.

WUM le 21 Janvier 2021
Le MAYOR
DINGHAMBONG MVO Anthony

Télécharger le DAO

 




COMMUNE DE WUM : OPEN NATIONAL INVITATION TO TENDER UNDER EMERGENCY PROCEDURE 003/ONIT/MINDDEVEL/NWR/ MCH /WC/WCTB/2021 OF 21 JAN 2021 FOR THE CONSTRUCTION OF ACATTLE VACCINATION CRUSH IN BU VILLAGE WUM SUBDIVISION MENCHUM DIVISION NORTH WEST REGION.

Télécharger le DAO

1. Objet
Within the frame-work of the 2021 Public Investment Budget, the Contracting Authority (the Lord Mayor Wum Council), hereby representing the State of Cameroon, launches an Open National Invitation to tender for the Construction of a Cattle Vaccination Crush in BU Village Wum Sub-Division, Menchum Division North West Region.

2. Consistance des prestations
The works subject of this Invitation to Tender shall require the Construction of a Cattle Vaccination Crush in BU Village Wum Sub-Division, Menchum Division North West Region. The works and service required are found in the detail description mentioned in the respective bills of quantities and cost estimates.

3. Coût prévisionnel
The estimated cost of the operations (tasks) following feasibility studies stands for sixteen million (16 000 000) CFA Francs.

4. Délai de livraison
The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be ninety (90) calendar days with effect from date of notification of the Service Order to start execution.

5. Allotissement
The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below: Construction of a Cattle Vaccination Crush in BU Village Wum Sub-Division, Menchum Division North West Region

6. Participation et origine
Participation in this invitation to Tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability.

7. Financement
Works, which form the subject of this Invitation to Tender, shall be financed as per the programmed budget head of the 2021 Public Investment Budget (PIB 2021- MINEPIA) of the Republic of Cameroon.

8. Consultation du dossier
The Tender documents may be consulted immediately after publication of this Invitation to tender from the Services of the Contracting Authority (Service in charge of the contracts award) during working hours at the Wum Council Premises.

9. Acquisition du dossier
The Tender documents shall be obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority during working hours at the Wum Council Premises. The document shall be obtained upon presentation of a Treasury receipt showing the payment of a non-Refundable sum of twenty eight thousand four hundred (32 000) francs CFA from Wum Council Treasury

10. Remise des offres
Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in seven (7) copies that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed external envelope containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical documents and Envelope C: Financial documents. It shall reach the Wum council in the service in charge of contract award not later than 18 February 2021 at 10 am local time. The sealed external envelope shall be free of all identification marks, failing which it shall be rejected.

The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER

UNDER EMERGENCY PROCEDURE

003/ONIT/MINDDEVEL/NWR/ MCH /WC/WCTB/2021 OF 21 JAN 2021 FOR THE CONSTRUCTION OF ACATTLE VACCINATION CRUSH IN BU VILLAGE WUM SUBDIVISION MENCHUM DIVISION NORTH WEST REGION. (To be opened only during the bids opening session of the Tenders Board)

11. Cautionnement provisoire
Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for sixty (60) days beyond the original date of the validity of the offers for amount of three hundred and twenty thousand (320 000) CFA Francs

12. Recevabilité des offres
Under risk of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials. “Bank Officials, etc.) or by Administrative Authorities as the case may be (Example: SDO. DO etc…) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three (03) months or must not be produced after the submission of the tender tile. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this police and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance. The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the successful bidder to whom the contract will be awarded, the Bid Bond shall be returned to the contractor by the Contracting Authority once the final bond has been provided.

Bidders shall remain committed to their offers for a period of ninety (90)days from the last date for the submission, that is the tenders shall be valid for 90 (ninety) days with effect from their submission deadline

NB: The contractor shall, present the originals of the respective certified documents for strict verification of their authenticity during site installation.

13. Ouverture des plis
Bids shall be opened by the Tenders Board in a single phase on the 18 February 2021 at 11 am local time in the conference hall of the Wum council premises. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected.

14. Critères d’évaluation
Tender conformity shall be evaluated as per the following:

A) Eliminatory Criteria

-Offers (bids) submitted after the deadline or time limit;

– Bids submitted in unsealed external envelopes;

– External envelopes with identification marks or inscriptions;

– Administrative Documents more than 3months old;

– Absence of original or properly certified Administrative Document or documents certified more than one time;

– False declaration or forged documents;

– Absence of bid bond or bid bond not issued directly in bidder’s name by a first rate bank approved by the Ministry in charge of Finance;

NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well;

-Execution period longer than prescribed in the Tender file Technical evaluation mark less than 75% (non-respect of 75% of the essential criteria);

– Absence of quantified unit price (omission of a unit price in the financial bid).

B) Essential Criteria

They are primordial or key modalities in the judgment of the technical and financial capacity of candidates to execute the tasks forming the subject of the invitation to tender. They were determined in relation to the nature and content of the tasks to be executed. Hence in the evaluation of:

– (i) Technical documents, it shall be the binary method (YES or NO) based on the following distribution of points:

CRITERA

POINTS

GENERAL PRESENTATION OF THE BIDS

6

EXPERIENCE OF THE COMPANY

9

QUALITV OF PERSONNEL AND MANAGEMENT OF THE COMPANY

9

TECHNICAL EQUIPMENT

5

METHODOLOGY FOR THE EXECUTION OF WORKS

11

TOTAL

40

NB:

-Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.

-Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAQ).

(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices.

15. Attribution
The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements.

16. Durée de validité des offres
Bidders shall remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders (offers).

17. Renseignements complémentaires
Additional information may be obtained during working hours from the Service for the Contracts Award at Wum council.

NB: The Contracting Authority may at any time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids. The Contracting Authority may at any time, amend this invitation to tender. He shall publish the amendments and communicate same to companies that bought the tenders file. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.

WUM le 21 Janvier 2021
Le MAYOR
DINGHAMBONG MVO Anthony

Télécharger le DAO

 




COMMUNE DE BALIKUMBAT: OPEN NATIONAL INVITATION TO TENDER N° 01/ONIT/MINATD/BC/ BCITB / 2021 OF 20TH JANUARY 2021 FOR THE CONSTRUCTION OF A BLOCK OF TWO CLASSROOMS IN GNS MBANTI – BALIKUMBAT VILLAGE, BALIKUMBAT SUB DIVISION,NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

Télécharger le DAO

1. Objet
Within the framework of 2021 Investment Budget, the Lord Mayor of BALIKUMBAT Council, Delegated Contracting Authority, hereby launches on Open Notional Invitation to Tender FOR THE CONSTRUCTION OF A BLOCK OF TWO CLASSROOMS IN GNS MBANTI – BALIKUMBAT VILLAGE, BALIKUMBAT SUB DIVISION, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION.

2. Consistance des prestations
Work to be done consists of:

-Preparatory works

– Earth works

– Foundation

– Masonry elevation

– Carpentry-roof works

– Electricity

– VDR drainage

– Painting and metal works

3. Coût prévisionnel
The estimated cost after preliminary studies is Eighteen million (18 000 000)

4. Délai de livraison
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this invitation to tender is 3 (three) Months

5. Allotissement
The works is in one lot: THE CONSTRUCTION OF A BLOCK OF TWO CLASSROOMS IN GNS MBANTI – BALIKUMBAT VILLAGE, BALIKUMBAT SUB DIVISION, and NGOKETUNJIA DIVISION OF THE NORTH WEST REGION.

6. Participation et origine
Participation to this Invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.

7. Financement
Works which form the subject of this invitation to tender shall be financed by the 2021 Public Investment Budget of the Ministry of BASIC EDUCATION, budget head 551 51 9761 6102811

8. Consultation du dossier
The file may be consulted during working hours at the Balikumbat Council Service of Award Telephone N° 237 670 912 286; as soon as this notice is published.

9. Acquisition du dossier
The file may be obtained from the Balikumbat Council service of ward Telephone N°237 670 912 286; as soon as this notice is published against payment of the sum of eighteen thousand (18,000) Francs CFA, payable at the Balikumbat Council Treasury, representing the cost of purchasing the tender file.

10. Remise des offres
Each offer drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Balikumbat Council Service of Award N°237 670 912 286 not later than 16/02/2021 at 10:00 AM local time and should carry the Inscription:

OPEN NATIONAL INVITATION TO TENDER No 01/ONIT/MlNDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY, 2021 FOR THE CONSTRUCTION OF A BLOCK OF TWO CLASSROOMS IN GNS MBANTI – BALIKUMBAT VILLAGE, BALIKUMBAT SUB DIVISION, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION.

“TO BE OPENED ONLY DURING THE BID-OPENING SESSION”

11. Cautionnement provisoire
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 13 of the Tender File, of an amount of Three hundred and sixty thousand (360 000) Francs CFA for the lot and valid for thirty (30) days beyond the date of validity of bids

12. Recevabilité des offres
Under penalty of being rejected, only originals or true copies certified 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 be not 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.

13. Ouverture des plis
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 16/02/2021 at 11:00 AM local time, in the Balikumbat Council Hall, by the Balikumbat Council Internal Tenders Board. Only bidders, may attend or be duly represented by a person with a sound knowledge of the submitted file and who is authorised to do so.

14. Critères d’évaluation
The bids shall be evaluated according to the main criteria as follows:

A. Eliminatory criteria

1. – Absence or non-conformity of a document in the administrative file;

2.-False declaration or falsified documents;

3. -Absence or insufficient bid bond;

4. -Incomplete financial file;

5. -Omission of a unit price in the financial bid;

6. -Technical Score less than 20/25 (80%);

7. -External envelope carrying a sign that can identify the bidder.

B. Essential criteria

1. General presentation of the bids;

2. Financial capacity;

3. References of the company in similar achievements;

4. Quality of the personnel;

5. Technical organization of the works;

6. Logistics;

7. Attestation and report of site visit;

8. Special Technical Clauses initialed in all the pages and signed on the last page;

9. Special Administrative Clauses completed and initialed in all the pages and signed on the last page.

15. Attribution
This evaluation will be done in a purely positive way (yes) or negative (no) with an acceptable minimum of 20/25 (80%) of the essential criteria taken in 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 satisfied to 100% of the eliminatory criteria and at least 20/25 (80%) of the essential criteria.

16. Durée de validité des offres
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.

17. Renseignements complémentaires
Complementary technical information may be obtained during working hours from the Balikumbat Council, Service of Award Telephone N°237 670 912 286

BAMENDA le 21 Janvier 2021
Le MAYOR
BUMLANGMI GAHGWANYIN Théophile

Télécharger le DAO

 




COMMUNE DE BALIKUMBAT: OPEN NATIONAL INVITATION TO TENDER N° 02/ONIT/MINATD/BC/ BCITB / 2021 OF 20TH JANUARY 2021 FOR THE CONSTRUCTION OF CULTURAL CENETER INSOME VILLAGES IN BALIKUMBAT SUB DIVISION IN THREE LOTS

Télécharger le DAO

1. Objet
Within the framework of 2021 Investment Budget, the Lord Mayor of BALIKUMBAT Council, Delegated Contracting Authority, hereby launches on Open Notional Invitation to Tender FOR THE CONSTRUCTION OF CULTURAL CENETER INSOME VILLAGES IN BALIKUMBAT SUB DIVISION IN THREE LOTS:

2. Consistance des prestations
Work to be done consists of:

-Preparatory works

– Earth works

– Foundation

– Masonry elevation

– Carpentry-roof works

– Electricity

– VDR drainage

3. Coût prévisionnel
The estimated cost after preliminary studies is as follow:

Lot 1: construction of a cultural center in Balighasu Village: Fifteen million, and forty thousand (15,040,000)

Lot 2: Construction of a cultural center in Bafanji Village: Fifteen million, and forty thousand (15,040,000)

Lot 3: Construction of a cultural center in Baligansin Village: Fifteen million, and forty thousand (15,040,000

4. Délai de livraison
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this invitation to tender is 3 (three) Months

5. Allotissement
The works is in Three lots as follows:

Lot 1: construction of a cultural center in Balighasu Village

Lot 2: Construction of a cultural center in Bafanji Village

Lot 3: Construction of a cultural center in Baligansin Village

6. Participation et origine
Participation to this Invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.

7. Financement
Works which form the subject of this invitation to tender shall be financed by the 2021 Public Investment Budget of the Ministry of DECENTRALISATION AND LOCAL DEVELOPMENT, budget head 5527351016416102811

8. Consultation du dossier
The file may be consulted during working hours at the Balikumbat Council Service of Award Telephone N° 237 670 912 286; as soon as this notice is published.

9. Acquisition du dossier
The file may be obtained from the Balikumbat Council service of ward Telephone N°237 670 912 286; as soon as this notice is published against payment of the sum of fifty thousand (50,000) Francs CFA, payable at the Balikumbat Council Treasury, representing the cost of purchasing the tender file.

10. Remise des offres
Each offer drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Balikumbat Council Service of Award N°237 670 912 286 not later than 16/02/2021 at 10:00 AM local time and should carry the Inscription:

OPEN NATIONAL INVITATION TO TENDER

N° 02/ONIT/MINATD/BC/ BCITB / 2021 OF 20TH JANUARY 2021

FOR THE CONSTRUCTION OF CULTURAL CENETER INSOME VILLAGES IN BALIKUMBAT SUB DIVISION

Lot ……

“TO BE OPENED ONLY DURING THE BID-OPENING SESSION”

 

11. Cautionnement provisoire
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 13 of the Tender File, of an amount of Three hundred thousand (300 000) Francs CFA per lot for the lot and valid for thirty (30) days beyond the date of validity of bids

12. Recevabilité des offres
Under penalty of being rejected, only originals or true copies certified 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 be not 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.

13. Ouverture des plis
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 16/02/2021 at 11:00 AM local time, in the Balikumbat Council Hall, by the Balikumbat Council Internal Tenders Board. Only bidders, may attend or be duly represented by a person with a sound knowledge of the submitted file and who is authorised to do so.

14. Critères d’évaluation
The bids shall be evaluated according to the main criteria as follows:

A. Eliminatory criteria

1. – Absence or non-conformity of a document in the administrative file;

2.-False declaration or falsified documents;

3. -Absence or insufficient bid bond;

4. -Incomplete financial file;

5. -Omission of a unit price in the financial bid;

6. -Technical Score less than 20/25 (80%);

7. -External envelope carrying a sign that can identify the bidder.

B. Essential criteria

1. General presentation of the bids;

2. Financial capacity;

3. References of the company in similar achievements;

4. Quality of the personnel;

5. Technical organization of the works;

6. Logistics;

7. Attestation and report of site visit;

8. Special Technical Clauses initialed in all the pages and signed on the last page;

9. Special Administrative Clauses completed and initialed in all the pages and signed on the last page.

15. Attribution
This evaluation will be done in a purely positive way (yes) or negative (no) with an acceptable minimum of 20/25 (80%) of the essential criteria taken in 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 satisfied to 100% of the eliminatory criteria and at least 20/25 (80%) of the essential criteria

16. Durée de validité des offres
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.

17. Renseignements complémentaires
Complementary technical information may be obtained during working hours from the Balikumbat Council, Service of Award Telephone N°237 670 912 286

BAMENDA le 21 Janvier 2021
Le MAYOR
BUMLANGMI GAHGWANYIN Théophile

Télécharger le DAO

 




COMMUNE DE BALIKUMBAT: OPEN NATIONAL INVITATION TO TENDER N° 04/ONIT/MINDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY 2021 FOR THE CONSTRUCTION TWO VACCINATION CRUSHES AND TWO OFFICES, ONE AT WAPU IN BALIKUMBAT VILLAGE AND THE OTHER IN BALIGANSIN, ALL IN BALIKUMBAT SUB DIVISION,NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

Télécharger le DAO

1. Objet
Within the framework of 2021 Investment Budget, the Lord Mayor of BALIKUMBAT Council, Delegated Contracting Authority, hereby launches on Open Notional Invitation to Tender FOR THE CONSTRUCTION OF CONSTRUCTION TWO VACCINATION CRUSHES AND TWO OFFICES, ONE AT WAPU IN BALIKUMBAT VILLAGE AND THE OTHER IN BALIGANSIN, ALL IN BALIKUMBAT SUB DIVISION, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

2. Consistance des prestations
Work to be done consists of:

-Preparatory works

– Earth works

– Foundation

– Masonry elevation

– Carpentry-roof works

– Electricity

– VDR drainage

3. Coût prévisionnel
The estimated cost after preliminary studies is Sixteen million (16 000 000)

4. Délai de livraison
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this invitation to tender is 3 (three) Months

5. Allotissement
The works is in one lot: CONSTRUCTION TWO VACCINATION CRUSHES AND TWO OFFICES, ONE AT WAPU IN BALIKUMBAT VILLAGE AND THE OTHER IN BALIGANSIN, ALL IN BALIKUMBAT SUB DIVISION,NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

6. Participation et origine
Participation to this Invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.

7. Financement
Works which form the subject of this invitation to tender shall be financed by the 2021 Public Investment Budget of the MINEPIA, budget head number 5531407016416102811

8. Consultation du dossier
The file may be consulted during working hours at the Balikumbat Council Service of Award Telephone N° 237 670 912 286; as soon as this notice is published.

9. Acquisition du dossier
The file may be obtained from the Balikumbat Council service of ward Telephone N°237 670 912 286; as soon as this notice is published against payment of the sum of twenty thousand (20,000) Francs CFA, payable at the Balikumbat Council Treasury, representing the cost of purchasing the tender file.

10. Remise des offres
Each offer drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Balikumbat Council Service of Award N°237 670 912 286 not later than 16/02/2021 at 10:00 AM local time and should carry the Inscription:

OPEN NATIONAL INVITATION TO TENDER

N° 04/ONIT/MINDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY 2021

FOR THE CONSTRUCTION TWO VACCINATION CRUSHES AND TWO OFFICES, ONE AT WAPU IN BALIKUMBAT VILLAGE AND THE OTHER IN BALIGANSIN, ALL IN BALIKUMBAT SUB DIVISION,NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

Financing: MINEPIA Public Investment Budget of 2021.

“TO BE OPENED ONLY DURING THE BID-OPENING SESSION”

11. Cautionnement provisoire
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 13 of the Tender File, of an amount of Three hundred and twenty thousand (320 000) Francs CFA and valid for thirty (30) days beyond the date of validity of bids

12. Recevabilité des offres
Under penalty of being rejected, only originals or true copies certified 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 be not 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.

13. Ouverture des plis
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 16/02/2021 at 11:00 AM local time, in the Balikumbat Council Hall, by the Balikumbat Council Internal Tenders Board. Only bidders, may attend or be duly represented by a person with a sound knowledge of the submitted file and who is authorised to do so.

14. Critères d’évaluation
The bids shall be evaluated according to the main criteria as follows:

A. Eliminatory criteria

1. – Absence or non-conformity of a document in the administrative file;

2.-False declaration or falsified documents;

3. -Absence or insufficient bid bond;

4. -Incomplete financial file;

5. -Omission of a unit price in the financial bid;

6. -Technical Score less than 20/25 (80%);

7. -External envelope carrying a sign that can identify the bidder.

B. Essential criteria

1. General presentation of the bids;

2. Financial capacity;

3. References of the company in similar achievements;

4. Quality of the personnel;

5. Technical organization of the works;

6. Logistics;

7. Attestation and report of site visit;

8. Special Technical Clauses initialed in all the pages and signed on the last page;

9. Special Administrative Clauses completed and initialed in all the pages and signed on the last page.

15. Attribution
This evaluation will be done in a purely positive way (yes) or negative (no) with an acceptable minimum of 20/25 (80%) of the essential criteria taken in 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 satisfied to 100% of the eliminatory criteria and at least 20/25 (80%) of the essential criteria.

16. Durée de validité des offres
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.

17. Renseignements complémentaires
Complementary technical information may be obtained during working hours from the Balikumbat Council, Service of Award Telephone N°237 670 912 286

BAMENDA le 21 Janvier 2021
Le MAYOR
BUMLANGMI GAHGWANYIN Théophile

Télécharger le DAO

 




COMMUNE DE BALIKUMBAT: OPEN NATIONAL INVITATION TO TENDER N° 03/ONIT/MINDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY 2021 FOR THE CONSTRUCTION OF TWENTY EIGHT (28) CLOSED MARKET SHEDS AT NYAMGIN MARKET IN BALIKUMBAT VILLAGE, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

Télécharger le DAO

1. Objet
Within the framework of 2021 Investment Budget, the Lord Mayor of BALIKUMBAT Council, Delegated Contracting Authority, hereby launches on Open Notional Invitation to Tender FOR THE CONSTRUCTION OF A CONSTRUCTION OF TWENTY EIGHT (28) CLOSED MARKET SHEDS AT NYAMGIN MARKET IN BALIKUMBAT VILLAGE, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

2. Consistance des prestations
Work to be done consists of:

-Preparatory works

– Earth works

– Foundation

– Masonry elevation

– Carpentry-roof works

– Electricity

– VDR drainage

3. Coût prévisionnel
The estimated cost after preliminary studies is Fifty four million, eight hundred and eighty thousand (54 880 000)

4. Délai de livraison
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this invitation to tender is 3 (three) Months

5. Allotissement
The works is in one lot: CONSTRUCTION OF TWENTY EIGHT (28) CLOSED MARKET SHEDS AT NYAMGIN MARKET IN BALIKUMBAT VILLAGE, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

6. Participation et origine
Participation to this Invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.

7. Financement
Works which form the subject of this invitation to tender shall be financed by the 2021 Public Investment Budget of the Ministry of COMMERCE, budget head 552735101641602811

8. Consultation du dossier
The file may be consulted during working hours at the Balikumbat Council Service of Award Telephone N° 237 670 912 286; as soon as this notice is published.

9. Acquisition du dossier
The file may be obtained from the Balikumbat Council service of ward Telephone N°237 670 912 286; as soon as this notice is published against payment of the sum of sixty eight thousand, eight hundred (68,800) Francs CFA, payable at the Balikumbat Council Treasury, representing the cost of purchasing the tender file.

10. Remise des offres
Each offer drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Balikumbat Council Service of Award N°237 670 912 286 not later than 16/02/2021 at 10:00 AM local time and should carry the Inscription:

OPEN NATIONAL INVITATION TO TENDER

N° 03/ONIT/MINDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY 2021

FOR THE CONSTRUCTION OF TWENTY EIGHT (28) CLOSED MARKET SHEDS AT NYAMGIN MARKET IN BALIKUMBAT VILLAGE, NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

“TO BE OPENED ONLY DURING THE BID-OPENING SESSION”

11. Cautionnement provisoire
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 13 of the Tender File, of an amount of One million, ninety seven thousand, six hundred (1,097,600) Francs CFA and valid for thirty (30) days beyond the date of validity of bids

12. Recevabilité des offres
Under penalty of being rejected, only originals or true copies certified 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 be not 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.

13. Ouverture des plis
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 16/02/2021 at 11:00 AM local time, in the Balikumbat Council Hall, by the Balikumbat Council Internal Tenders Board. Only bidders, may attend or be duly represented by a person with a sound knowledge of the submitted file and who is authorised to do so.

14. Critères d’évaluation
The bids shall be evaluated according to the main criteria as follows:

A. Eliminatory criteria

1. – Absence or non-conformity of a document in the administrative file;

2.-False declaration or falsified documents;

3. -Absence or insufficient bid bond;

4. -Incomplete financial file;

5. -Omission of a unit price in the financial bid;

6. -Technical Score less than 20/25 (80%);

7. -External envelope carrying a sign that can identify the bidder.

B. Essential criteria

1. General presentation of the bids;

2. Financial capacity;

3. References of the company in similar achievements;

4. Quality of the personnel;

5. Technical organization of the works;

6. Logistics;

7. Attestation and report of site visit;

8. Special Technical Clauses initialed in all the pages and signed on the last page;

9. Special Administrative Clauses completed and initialed in all the pages and signed on the last page.

15. Attribution
This evaluation will be done in a purely positive way (yes) or negative (no) with an acceptable minimum of 20/25 (80%) of the essential criteria taken in 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 satisfied to 100% of the eliminatory criteria and at least 20/25 (80%) of the essential criteria.

16. Durée de validité des offres
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.

17. Renseignements complémentaires
Complementary technical information may be obtained during working hours from the Balikumbat Council, Service of Award Telephone N°237 670 912 286

BAMENDA le 21 Janvier 2021
Le MAYOR
BUMLANGMI GAHGWANYIN Théophile

Télécharger le DAO

 




COMMUNE DE BALIKUMBAT: OPEN NATIONAL INVITATION TO TENDER N° 07/ONIT/MINDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY 2021 FOR THE CONSTRUCTION OF CONSTRUCTION OF KOBLA WATER SUPPLY SCHEME AND ABOREHOLE EQUIPPED WITH MANUAL PUMP IN BALIKUMBAT COUNCIL AREA NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

Télécharger le DAO

1. Objet
Within the framework of 2021 Investment Budget, the Lord Mayor of BALIKUMBAT Council, Delegated Contracting Authority, hereby launches on Open Notional Invitation to Tender FOR CONSTRUCTION OF CONSTRUCTION OF KOBLA WATER SUPPLY SCHEME AND ABOREHOLE EQUIPPED WITH MANUAL PUMP IN BALIKUMBAT COUNCIL AREA NGOKETUNJIA DIVISION OF THE NORTH WEST REGION.

2. Consistance des prestations
Works to be done consist of:

Construction works

A:

– Rehabilitation of existing catchment;

  • Rehabilitation of the existing sump tank around the catchment area;

– Construction of a control and Installation room with cement blocks 15x20x40cm equipped with metalic door;

-Construction of a fence with honey mesh and footing of G.I 1/1/2 pipe embededded in mass concrete to protect the water source and solar panel/storage tank installations;

Purchase and installation of a submersible solar pump with all It accessories. The pump should have the following characteristics: flow of 4.2 m3/h, manometric height of >=140m, 10 Solar

– panel of 275W/24V, Sectional cable >=14mm2, automatic control system (Float Switch) and a charge controller of 40A/12V;

-Flooring of (10x10x0.1)m surface area for the Installation of the solar panels with the use of mass concrete dose at 250kg/m3

-Pipeline construction

-Construction of public stand pipes with valve chamber and a soak-away pit with reinforce concrete dose at 400kg/m3;

– Construction of connection Chamber with stone masonry;

– Construction of Low/High point with stone mansonry;

-Excavation and backfilling of pipeline of 500m PVC with average depth of 60cm;

-Supply and laying of PVC D 63mm NP10 catchment to the existing storage tank;

-Supply and laying of PVC D 40mm NP10;

-Supply and laying of G1 2

-Training and putting in place of a Water Management Committee +Training of two (02) Pump and solar panel Caretakers by the contractor with the supervision of MINEE;

-Supply of a plumbing tool box; Technical report of completed project

B:

Work to be done consists of the following activities:

-Borehole construction;

-Purchase and Installation of a submersible solar pump with It all accessories.

The pump should have the following characteristics: flow of 4.2 m3/h, manometric height of >=100m, 10 Solar panel of 275W/24V, Sectional cable>=14mm2 and a chargecontrollerof40A/12V;

– Installation of automatic control system (Float Switch);

– Construction of a 15m3 circular storage tank In stone masonry with a control room equipped with a metallic door, metallic ladder, drainage and overflow provisions Inclusive;

– Construction of a fence with honey mesh and footing of G.I 1/1/ pipe embededded in mass concrete to protect the borehole and solar panel/storage tank Installations;

– Pipeline construction

-Construction of public stand pipes with valve chamber and a soak-away pit with reinforce concrete dose at 400kg/m3;

-Construction of connection Chamber with stone masonry or concrete dose at 400kg/m3.

– Excavation and backfilling of pipeline with an average depth of 60cm;

– Supply and laying of PVC D 40mm NP10 to pump water from the borehole to the storage tank;

– Supply and laying of PVC D 40mm IMPIG for the distribution pipeline;

– Supply and laying of PVC D 32mm NP10 for distribution and connections;

– Supply and laying of Gl 2″ for road crossing; v’ Supply of a complete tool box; Technical report of completed project.

3. Coût prévisionnel
The estimated cost after preliminary studies is Forty four million seven hundred and ten thousand (44 710 000) CFA francs

4. Délai de livraison
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this invitation to tender is 4 (Four) Months

5. Allotissement
The works is in one lot: CONSTRUCTION OF CONSTRUCTION OF KOBLA WATER SUPPLY SCHEME AND ABOREHOLE EQUIPPED WITH MANUAL PUMP IN BALIKUMBAT COUNCIL AREA NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

6. Participation et origine
Participation to this Invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.

7. Financement
Works which form the subject of this invitation to tender shall be financed by the 2021 Public Investment Budget of the MINEE, budget head number 5532423026416382246

8. Consultation du dossier
The file may be consulted during working hours at the Balikumbat Council Service of Award Telephone N° 237 670 912 286; as soon as this notice is published.

9. Acquisition du dossier
The file may be obtained from the Balikumbat Council service of ward Telephone N°237 670 912 286; as soon as this notice is published against payment of the sum of fifty five thousand (55,000) Francs CFA, payable at the Balikumbat Council Treasury, representing the cost of purchasing the tender file.

10. Remise des offres
Each offer drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Balikumbat Council Service of Award N°237 670 912 286 not later than 17/02/2021 at 10:00 AM local time and should carry the Inscription:

OPEN NATIONAL INVITATION TO TENDER

N° 07/ONIT/MINDDEVEL/BC/ BCITB / 2021 OF 20TH JANUARY 2021

FOR THE CONSTRUCTION OF CONSTRUCTION OF KOBLA WATER SUPPLY SCHEME AND ABOREHOLE EQUIPPED WITH MANUAL PUMP IN BALIKUMBAT COUNCIL AREA NGOKETUNJIA DIVISION OF THE NORTH WEST REGION

“TO BE OPENED ONLY DURING THE BID-OPENING SESSION”

11. Cautionnement provisoire
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 13 of the Tender File, of an amount of eight hundred and ninety four thousand , two hundred (894 200) Francs CFA and valid for thirty (30) days beyond the date of validity of bids

12. Recevabilité des offres
Under penalty of being rejected, only originals or true copies certified 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 be not 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.

13. Ouverture des plis
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 16/02/2021 at 11:00 AM local time, in the Balikumbat Council Hall, by the Balikumbat Council Internal Tenders Board. Only bidders, may attend or be duly represented by a person with a sound knowledge of the submitted file and who is authorised to do so.

14. Critères d’évaluation
The bids shall be evaluated according to the main criteria as follows:

A. Eliminatory criteria

1. – Absence or non-conformity of a document in the administrative file;

2.-False declaration or falsified documents;

3. -Absence or insufficient bid bond;

4. -Incomplete financial file;

5. -Omission of a unit price in the financial bid;

6. -Technical Score less than 20/25 (80%);

7. -External envelope carrying a sign that can identify the bidder.

B. Essential criteria

1. General presentation of the bids;

2. Financial capacity;

3. References of the company in similar achievements;

4. Quality of the personnel;

5. Technical organization of the works;

6. Logistics;

7. Attestation and report of site visit;

8. Special Technical Clauses initialed in all the pages and signed on the last page;

9. Special Administrative Clauses completed and initialed in all the pages and signed on the last page.

15. Attribution
This evaluation will be done in a purely positive way (yes) or negative (no) with an acceptable minimum of 20/25 (80%) of the essential criteria taken in 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 satisfied to 100% of the eliminatory criteria and at least 20/25 (80%) of the essential criteria.

16. Durée de validité des offres
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.

17. Renseignements complémentaires
Complementary technical information may be obtained during working hours from the Balikumbat Council, Service of Award Telephone N°237 670 912 286

BAMENDA le 21 Janvier 2021
Le MAYOR
BUMLANGMI GAHGWANYIN Théophile

Télécharger le DAO

 




GP-IRDP: NATIONAL COMPETITIVE BIDDING TENDER No: 015/2021/NCB/STB/GP-IRDP OF 15/01/2021 FOR THE CONSTRUCTION OF 05 RICE WAREHOUSES IN MBAW/MBONSO AND GAVAMA PRODUCTION BASINS IN TWO (2) LOTS

Télécharger le DAO

1. Objet
The Government of the Republic of Cameroon has received funding from the Islamic Development Bank (ISDB) towards the cost of the GRASSFIELD PARTICIPATORY AND INTEGRATED RURAL DEVELOPMENT PROJECT (GP-IRDP) and intends to apply a portion of this financing to eligible payments under the Contract for the construction of 05 rice warehouses in Mbaw/Mbonso and Gayama production Basins in two lots

2. Consistance des prestations
This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the UN Development Business website dated 27/04/2017, the ISDB website dated 27/04/2017 and Cameroon Tribune.

3. Délai de livraison

Description Duration
Lot 1 Construction of 3 rice warehouses in Mbaw/Mbonso production basin (Sabongari, Mbawrong and Mbonso) 8 months
Lot 2 Construction of 2 rice warehouses in Gayama production basin (Gayama 1 and Gayama 2) 6 months

4. Allotissement
The Project Coordinator of GRASSFIELD PARTICIPATORY AND INTEGRATED RURAL DEVELOPMENT PROJECT (GP-IRDP), invites sealed bids from eligible and qualified bidders for the construction of five warehouses in Mbaw/Mbonsoand Gayama production basin in two lots

Description Duration
Lot 1 Construction of 3 rice warehouses in Mbaw/Mbonso production basin (Sabongari, Mbawrong and Mbonso) 8 months
Lot 2 Construction of 2 rice warehouses in Gayama production basin (Gayama 1 and Gayama 2) 6 months

5. Participation et origine
Bidding will be conducted through National Competitive Bidding according to “Guidelines for Procurement of Goods and Works and Related Services under Islamic Development Bank Financing, April 2019 and is open to all eligible bidders as defined in the Procurement Guidelines.

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the UN Development Business website dated 27/04/2017, the ISDB website dated 27/04/2017 and Cameroon Tribune.

6. Financement
The Government of the Republic of Cameroon has received funding from the Islamic Development Bank (ISDB)

7. Consultation du dossier
A complete set of the Bidding Documents in English can be consulted during hours, at the GRASSFIELD PARTICIPATORY AND INTEGRATED RURAL DEVELOPMENT PROJECT, MIDENO Building Ayaba street, P.O Box 1116, Bamenda, Telephone: (+237) 699 10 3000 /695 46 84 57,

e-mail: muluhgn@yahoo.com. info@gpderudep.org as soon as this notice is published.

8. Acquisition du dossier
A complete set of the Bidding Documents in English can be obtained during hours, at the GRASSFIELD PARTICIPATORY AND INTEGRATED RURAL DEVELOPMENT PROJECT, MIDENO Building Ayaba street, P.O Box 1116, Bamenda, Telephone: (+237) 699 10 3000 /695 46 84 57,

e-mail: muluhgn@yahoo.com. info@gpderudep.org as soon as this notice is published upon presentation of receipt of payment of a non-refundable sum of fifty thousand (50,000) FCFA, payable to the Cashier of GP-IRDP against a receipt

9. Remise des offres
Each bid written in English and in four (04) sets, comprising one (01) original and three (03) copies labelled as such, should reach the Project Management unit of GRASSFIELD PARTICIPATORY AND INTEGRATED RURAL DEVELOPMENT PROJECT, Ayaba street, P.O Box 1116, Bamenda, Telephone ;(+237) 699 10 3000 /695 46 84 57, e-mail; muliihgn@vahoo.com. info@gpderudep.org, on or before the 16/02/2021 at 11:00a.m. local time (GMT+1). It should be labelled as follows:

« NATIONAL COMPETITIVE BIDDING

TENDER No: 015/2021/NCB/STB/GP-IRDP OF 15/01/2021 THE CONSTRUCTION OF 05 RICE WAREHOUSES IN MBAW/MBONSO AND GAYAMA PRODUCTION BASINSIN TWO (2) LOTS

Financing: ISLAMIC DEVELOPMENT BANK (IsDB)-lSTISNA’A

TO BE OPENED ONLY DURING THE TENDERS BOARD BID-OPENING SESSION»

10. Cautionnement provisoire
Bids shall include a bid security in form of Bank Guarantee or a surety, issued in keeping with the tender model by a first category banking institution approved by the Cameroon Ministry in charge of finance. The amount of the bid security shall be:

Lot 1: 2.4 million francs cfa,

Lot 2: 1.6 million francs cfa

11. Recevabilité des offres
Bidding will be conducted through National Competitive Bidding according to “Guidelines for Procurement of Goods and Works and Related Services under Islamic Development Bank Financing, April 2019 and is open to all eligible bidders as defined in the Procurement Guidelines.

12. Ouverture des plis
Bids shall be opened on the 16/02/2021 as from 12:00 noon local time by the Special Tenders’ Board (STB) of Grassfield II in VIDEO Room first floor in the presence of bidders or their duly authorized representatives having a perfect knowledge of the file.

Only one person can represent a bidder, even in the case of a Joint-Venture.

13. Critères d’évaluation
Bidding will be conducted through National Competitive Bidding according to “Guidelines for Procurement of Goods and Works and Related Services under Islamic Development Bank Financing, April 2019 and is open to all eligible bidders as defined in the Procurement Guidelines.

14. Attribution
Bidding will be conducted through National Competitive Bidding according to “Guidelines for Procurement of Goods and Works and Related Services under Islamic Development Bank Financing, April 2019 and is open to all eligible bidders as defined in the Procurement Guidelines.

Bidders can bid for more than 01 lot but can be attributed more than 01 lot only on the condition the bidder has presented a separate list of personnel and materials for each lot and fulfilled the financial and experience criteria for the lots grouped together

15. Durée de validité des offres
Bids shall be valid for one hundred and twenty (120) days from the date of opening of bids.

16. Renseignements complémentaires
Interested eligible bidders who may need further clarification could do so in writing to the GRASSFIELD PARTICIPATORY AND INTEGRATED RURAL DEVELOPMENT PROJECT (GP-IRDP), Ayaba street, P.O Box 1116, Bamenda, Telephone: (+237) 699 10 3000 1695 46 84 57, e-mail: miiluhgn@vahoo.com. info@gpderudep.org, at least fifteen (15) days before the closing date for submission of bids.

BAMENDA le 15 Janvier 2021
Le COORDONNATEUR
MULUH GREGORY NGUH

Télécharger le DAO

 




LIVESTOCK AND FISHERIES DEVELOPMENT PROJECT: SPECIFIC PROCUREMENT NOTICE OPEN INTERNATIONAL COMPCTITIVE BIDDING N° 44/ICB/LIFIDEP/STB/2020 OF 12/01/2021 FOR THE DESIGN, SUPPLY AND INSTALLATION OF PLANT, MACHINERY AND EQUIPMENT FOR THREE MILK PROCESSING PLANTS AND MILK COLLECTION POINTS FOR THE LIVESTOCK AND FISHERIES DEVELOPMENT PROJECT (LIFIDEP) FOR THE NORTH WEST REGION OF CAMEROON.

Télécharger le DAO

1. Objet
The Government of the Republic of Cameroon has received funding from the Islamic Development Bank (IsDB) towards the cost of the Livestock and Fisheries Development Project (LIFIDEP) for the North West Region of Cameroon and intends to apply a part of the proceeds towards payments under the Contract for the design, supply and installation of Plant, machinery, equipment and materials for three milk processing plants and milk collection.

2. Consistance des prestations
The Livestock and Fisheries Development Project (LIFIDEP), Contracting Authority, invites sealed bids from eligible bidders for the design, supply and installation of these equipment and materials in two lots as follows:

Lot No Description Location Duration

1

Design, Supply and installation of Plant, Machinery and Equipment for three milk processing plants Bamenda, Wum and Nkambe 180 days

2

 Supply and installation of Equipment and Materials for Milk Collection points Bamenda, Wum and Nkambe 90 days

Qualification requirements include:

(a) Financial Standing;

(b) Experience and technical capacity;

(c) Compliance of supplied goods with specifications and applicable certified international standards. Bids that do not contain such information may be rejected.

3. Délai de livraison

Lot No Description Location Duration

1

Design, Supply and installation of Plant, Machinery and Equipment for three milk processing plants Bamenda, Wum and Nkambe 180 days

2

 Supply and installation of Equipment and Materials for Milk Collection points Bamenda, Wum and Nkambe 90 days

4. Allotissement
Supply and installation of these equipment and materials in two lots as follows:

Lot No Description Location Duration

1

Design, Supply and installation of Plant, Machinery and Equipment for three milk processing plants Bamenda, Wum and Nkambe 180 days

2

 Supply and installation of Equipment and Materials for Milk Collection points Bamenda, Wum and Nkambe 90 days

5. Participation et origine

Bidding will be conducted through the International Competitive Bidding(ICB) procedures as specified in the Bank’s Guidelines: Procurement of Goods, Works and Related Services under Islamic Development Bank Financing, April 2019, and is open to all eligible bidders as defined in the Procurement Guidelines of the IsDB.

In addition, please refer to paragraphs 1.6 and 1.7 setting forth the Bank’s policy on conflict of interest Shall be excluded from the bid, any Contractor that falls under the following provisions:

– Non-legally and financially autonomous public enterprises, which are not, managed in keeping with commercial law rules.

– Enterprises listed on those debarred by the IsDB as found on their website at http://www.isdb.org

6. Financement
The Government of the Republic of Cameroon has received funding from the Islamic Development Bank (IsDB) towards the cost of the Livestock and Fisheries Development Project (LIFIDEP)

7. Consultation du dossier
A complete set of the Bidding Documents in English can be consult from Mondays to Fridays, from 9.00 am to 3.00 pm local time(GMT+1), from the Secretariat of the Project Coordinator, LIFIDEP Building Ayaba street, P.O Box 142, Mankon Bamenda, Cameroon, Telephone (+237) 691 046 397, e-mail: lirideniiwr@gmail.com from the date of publication of the present notice

8. Acquisition du dossier
A complete set of the Bidding Documents in English can be obtained from Mondays to Fridays, from 9.00 am to 3.00 pm local time(GMT+1), from the Secretariat of the Project Coordinator, LIFIDEP Building Ayaba street, P.O Box 142, Mankon Bamenda, Cameroon, Telephone (+237) 691 046 397, e-mail: lirideniiwr@gmail.com from the date of publication of the present notice, upon presentation of a receipt of payment into account 97568660001-28 in the name of « AGENCE DE REGULATION DES MARCHES PUBLICS » in any BICEC branch in Cameroon of a non- refundable fee of two hundred thousand (200 000) Francs CFA Such a receipt shall clearly identify the tender number and the payer as representing a Contractor or “joint-venture” willing to participate in the bid.

The Bidding documents can also be obtained by E-mail on mailing of a scanned copy of receipt of payment/transfer of fee to lifidepnwr@gmail.com

The document will be sent by E-mail attachment on confirmation that the transfer of the fee has been made.

9. Remise des offres
Each bid written in English or French and in seven (7) sets, comprising one (01) original and six(6) copies labelled as such, must be delivered to the address below on or before the 17/3/3021 at 10: 00 am. It should be labelled as follows:

OPEN INTERNATIONAL COMPETITIVE BIDDING N° 44/ICB/LIFIDEP/STB/2020 OF 12/1/2021 FOR THE DESIGN, SUPPLY AND INSTALLATION OF PLANT, MACHINERY AND EQUIPMENT FOR THREE MILK PROCESSING PLANTS AND MILK COLLECTION POINTS FOR THE LIVESTOCK AND FISHERIES DEVELOPMENT PROJECT (LIFIDEP) IN TWO(2)LOTS (lot(s)no,…)

«T0 BE OPENED ONLY DURING THE TENDERS BOARD BID-OPENING SESSION»

10. Cautionnement provisoire
All bids must be accompanied by a bid security (Bank Guarantee), issued in keeping with the tender model by a first category bank or financial institution approved by the Cameroon Ministry in charge of Finance. They shall stand at: Lot 1: Three million (3 000 000) Francs CFA ; Lot 2: Twelve million seven hundred thousand (12 700 000) Francs CFA and be valid for a period of one hundred and forty nine (149) days with effect from the tender-submission deadline.

11. Recevabilité des offres
The absence or non-compliance of the bid security with the tender model shall lead to a rejection of the corresponding bid. A guarantee issued by a non Cameroon-based banking institution should designate a local bank approved by the Ministry in charge of Finance, Cameroon as a correspondent bank to make the guarantee operative

Electronic bidding will not be permitted. Late bids will be rejected.

12. Ouverture des plis
Bids will be publicly opened in the presence of the bidders or designated representatives and anyone who choose to attend at the address below on 17/3/2021 at 11.00 am. Local Time.

13. Critères d’évaluation
Bidding will be conducted through the International Competitive Bidding(ICB) procedures as specified in the Bank’s Guidelines: Procurement of Goods, Works and Related Services under Islamic Development Bank Financing, April 2019, and is open to all eligible bidders as defined in the Procurement Guidelines of the IsDB.

14. Attribution
Bidding will be conducted through the International Competitive Bidding(ICB) procedures as specified in the Bank’s Guidelines: Procurement of Goods, Works and Related Services under Islamic Development Bank Financing, April 2019, and is open to all eligible bidders as defined in the Procurement Guidelines of the IsDB.

15. Durée de validité des offres
Bids shall be valid for one hundred and twenty (120) days from the date of submission.

16. Renseignements complémentaires
For inspection/obtaining of bidding documents and of submission of bids: Attention: Project Coordinator, Street Address: LIFIDEP Building Ayaba street, PO Box142, Mankon Bamenda. Floor/Room number: Secretariat, Project Coordinator, First floor City: Bamenda, Republic of Cameroon

For opening of bids: Street Address: LIFIDEP Building Ayaba street, PO Box142, Mankon Bamenda. Floor/Room number: Board Room. Ground Floor City: Bamenda, Republic of Cameroon

For all acts of corruption, kindly call or send an SMS to MINMAP at these numbers: 673 20 57 25 / 699 37 07 48

Télécharger le DAO