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

TENDER NOTICE N° 5 ONIT/BC /BCITB/2019 OF /7/2019 FOR THE EXTENSION OF PORTABLE WATER FROM NJANGASSA TO BEKUMU PHASE Il (BAMUSSO COUNCIL AREA) BY EMERGENCY PROCEDURE

1. Objet

Within the framework of the execution of the 2019 State Budget, the Mayor of Bamusso council hereby launches an open national invitation to tender for the extension of portable water from Njangassa to Bekumu phase II

2. Consistance des prestation

The works comprise notably: for the extension of portable water from Njangassa to Bekumu phase II

(Bamusso Councll area). This in volves the realisation of the tasks outlineci in the bilis of quantities and cost estimates and elaborated in the special technical clauses comprising notably:

Preliminary works and actions invoiving compiementary studies and site installation:

Earth works

Foundation works

Elevation/masonry works

Supply and installation pipes

3. Coût prévisionnel

The estrmated cost after preirmincry studies stands at: forty million (40,000,000; FCFA.

4. Délai de livraison

The maximum duration of execution provided for by the Contracting Authority is four(04) months. This duration is as from the date of notification of the service order to start work.

5. Allotissement

The works which form the subject of this invitation to tender are grouped in one lot.

6. Participation et origine

Participation is opened to all duly registered Cameroonian enterprises with the necessary technical, financial and legal capacities and who are not under suspension by the authority in charge of public contracts.

7. Financement

Works which formed the subject of this invitation to tender shall be financed by the MINEE PUBLIC INVESTMENT BUDGET (PIB) of 2019 financial year through budget head (imputatlon) n°5327361016419062246 and Credit
card N IU 04329

8. Consultation du dossier

The tender file may be consulted during working hours in the Bamusso council office, Service of public contract or the secretariat of the Internal Tenders Board, Tel: 677 287 540/ 661 165 334 as soon as this notice is published.

9. Acquisition du dossier

The tender file may be acquired from the council office, service of public contract or the secretary of the Internai Tenders Board, Tel: 677 287 540/ 661 165 334 as soon as this notice is published and upon presentation of a non-refundabie treasury receipt (payable at the Sub Divisioncri Treasury Bamussccirinb the amount of fifty thousand (50,000) FCFA. Such a receipt shall identify the concerne d bidder

10. Remise des offres

Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach service of public contract or the secretary of the Internai Tenders Board, Tel: 677 287 540/ 661 165 334; latest the 08/08/2019 at 10:00 am local time and should carry the inscription:

11. Cautionnement provisoire

Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), and of an amount of eight hundred thousand (800,000) FCFA, valid for Ninety (90) days beyond the date of validity of bids.

Bid bonds for unsuccessful bidders shall be withdrawn not later Chan fifteen (15) days after the award of the contract and that of the successful bidder shall be retained until the required performance guarantee for good execution is provided.

12. Recevabilité des offres

Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach service of public contract or the secretary of the Internai Tenders Board, Tel: 677 287 540/ 661 165 334; latest the 08/08/2019 at 10:00 am local time and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER NI2 05/ONIT/BC /BCITB/2019 OF 10/07/2019 FOR EXTENSION OF PORTABLE WATER FROM NJANGASSA TO BEKUMU PHASE II

“To be opened only during the bid-opening session”

In case of any ambiguities or differences, only the original shall be considered authentic.

13. Ouverture des plis

The opening of the bids in one phase shall be done on 08/08/2019 at 11:00 am prompt local time in the Conference Hall of the Bamusso council

Only bidders may attend or be duly represented by a person of their choice, who has a full knowledge of the file and has been mandated in that capacity.

14. Critères d’évaluation

Absence of or insufficient bid bond or absence of other relevant or key administrative documents; Presence of taise declaration or falsified documents;

– Omission of a quantified task on the bill of quantifies and cost estimates:

– Enterprise with an abandoned contract or uncompleted project (above 10% lateness penalties without due justification) in the South west Region;

– Non satisfaction of at least 75% of the main qualification criteria.

14.2. Main qualification (essential) criteria: The evaluation of the bids shall be done on predefined technical criteria following the binary process (*Yes’ or ‘No.). The criteria relating to the qualification of candidates will indicatively be on the following:

General Presentation, compliance with the model bid;
Financial capacity:
Experience (references) of the enterprise;
Personnel to be mobilized
Material and essential equipment put at the disposai of the project;
Methodology, organization of the site and relevante of proposed solutions;
Mastery of the terrain

Duration of execution

15. Attribution

The jobbing order/contract shall be awarded to the bidder whose bid is In conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality, in accordance with article 99 of the Public Contracts code. That is, it shall be awarded to the bidder with a satisfactory technicai score and the lowest financière offer

16. Durée de validité des offres

The bidders shall remain committed to their offers/bids for a period of ninety (90) days from the deadline set for the submission of bids.

17. Renseignements complémentaires

Complementary technical information may be obtained during working hours on weekdays from the office of the Secretariat of the Internal Tenders Board at the Bamusso Council, Tel: 677287540/6611653.34 .

MUDEMBA le 10 Juillet 2019

Le MAIRE
ETONGO MBENG Grace