Skip to content Skip to left sidebar Skip to footer
0
No products in the cart.
Solliciter nos services d\'assistance

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

image_pdfimage_print

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

 

image_pdfimage_print

0 Comments

There are no comments yet

Leave a comment

Votre adresse e-mail ne sera pas publiée. Les champs obligatoires sont indiqués avec *