Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 05-02-2025 à 10:54
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE FONFUKA
TENDER NOTICEOPEN NATIONAL INVITATION TO TENDER (BY THE EMERGENCY PROCEDURE) No. 00006/ONIT/MINDDEVEL/FC/FCITB/PIB/2025 OF 29/01/2025FOR THE CONSTRUCTION OF POTABLE WATER SUPPLY SCHEME IN KIMBI VILLAGE
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the execution of the 2025 Public Investment Budget, the Mayor of Fonfuka Council, Project Owner and Contracting Authority hereby launches an Open National Invitation to Tender (by  the Emergency  Procedure) FOR  THE CONSTRUCTION  OF  POTABLE  WATER SUPPLY SCHEME IN KIMBI VILLAGE.

2.Consistance des prestations New(Additif)

Works to  be  done  consists  of; Preparatory  Works,  Construction  Works,  Catchment,  Circular Storage Tank, Filtration Unit, Rehabilitation and Piping Network, Environmental Mitigation Measures, Project Sustainability. etc.
The  works  comprise  the  preliminary  studies  carried  out  on  the  site  and  the  detailed  information provided in the technical specifications and the quantitative estimates FOR THE CONSTRUCTION OF POTABLE WATER SUPPLY SCHEME IN KIMBI VILLAGE.

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at: 30,000,000   Amount
(FCFA) TI

4.Allotissement New(Additif)

The maximum deadline provided by the Contracting Authority for the execution of the works forming  the subject of this invitation to tender is Three (03) calendar Months from the date of notification of Service Order to start works

5.Participation et origine New(Additif)

Participation in this invitation to tender is opened to duly legalized Cameroonian based Companies  that fulfil the requirements of this invitation to tender and exercising in the domain of public contracts having  the  financial  and  technical  capacity,  who  are  categorised  as  per  the  Order  No.  0000166/A/MINMAP of 7th June 2022 to lay down the modalities of categorising companies in the sector of building construction and public works as provided for by the 2018 public contract code, and  who has fulfilled their fiscal obligations in accordance with the 2025 Finance Law..

6.Financement New(Additif)

The MINEE Decentralised Credits – 2025 Programme shall finance the works, which form the subject
of this invitation to tender.
Budget Head: 5932I00784 OF MINEE
Budgetary Authorisation: JA05528
Budgetary Imputation:  59 32 288 03 641819 464822 864

7.Consultation du Dossier New(Additif)

The  file  may  be  consulted  during  working  hours  at the technical  service of  the Fonfuka Council, Telephone N o (237) 675 32 21 75 as soon as this Tender Notice is published.

8.Acquisition du Dossier New(Additif)

The file may be obtained from the technical service of the Fonfuka Council, Telephone N
o (237) 675  32 21 75 as soon as this Tender Notice is published against payment receipt of a Non-Refundable sum  of 50,000 FCFA (Fifty  Million  Francs), payable  at the Fonfuka Council Municipal  Treasury,  representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) Copies including 01 (One) original and 06 (Six) copies should reach the Fonfuka Council premises at Fonfuka not later than 21/02/2025__ at 10 a.m. local time and should carry the inscription:
-  Envelop A: Administrative Documents;
-  Envelop B: Technical Offer;
-  Envelop C: Financial Offer.
These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall  be sealed and labelled imperatively as follows:

« OPEN NATIONAL INVITATION TO TENDER »
(BY THE EMERGENCY PROCEDURE)
No. 00006/ONIT/MINDDEVEL/FC/FCITB/PIB/2025 OF _29/01/2025

FOR THE CONSTRUCTION OF POTABLE WATER SUPPLY SCHEME IN KIMBI VILLAGE.
“To be opened only during the Bids-opening session”

NB: The fourth envelop shall not bear any identification mark of the Bidder or any compromising sign/indication of the Enterprise.
The fourth envelop should be a plain type and carrying no Trademark

10.Delai de Livraison New(Additif)

The maximum deadline provided by the Contracting Authority for the execution of the works forming  the subject of this invitation to tender is Three (03) calendar Months from the date of notification  of Service Order to start works

11.Cautionnement Provisoire New(Additif)

Each Bidder must include in their administrative documents, a Bid Bond issued by a first-rate banking establishment approved by the Ministry in charge of Finance. Whose list is found in document No. 12 of this Tender File, of an amount, set at 2% of the estimated amount, all taxes inclusive, of the project amount  in  accordance  with  the  Order  in  force  (Prime  Ministerial  Order  No.  093/CAB/PM  of 5/11/2002) as follows;

LOT Description Amount
(FCFA) TI
BID BOND
(2%) FCFA
Single Construction of Potable water supply scheme in Kimbi
village
30,000,000 600,000

Valid for thirty (30) days beyond the date of validity of Bids. As per article 90 (9) of the Public  Contracts Code  (Decree  No.  2018/366 of 20 th June  2018),  certified  cheques  or  bank  cheques  are acceptable in the place of Bid Bond. The Bid Bond shall be addressed to the Contracting Authority and following the conditions of the invitation to tender.

12.Recevabilité des Offres New(Additif)

Under  penalty  of  being  rejected,  only  originals  or  true  copies  certified  by  the  issuing  service  or
administrative  authorities  (Governors, Senior  Divisional  Officers,  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 (03) months preceding the date of launching of the tender 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 New(Additif)

on the 07/03/2025 at 11:00 a.m.

14.Critères d'évaluation New(Additif)

 Evaluation criteria
The Bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
  Outright elimination during the opening session of the Bids
1.  Deadline for delivery higher than prescribed;
2.  False declaration or falsified documents;
3.  A bid with the external envelope carrying a sign or mark leading to the identification of the
bidder;
4.  Absence of Bid Bond
5.  Non-respect of 75%of essential criteria;
NB! During  the  opening  session  of  the Bids, if  a  document  of  the  administrative  bid  is  absent  or
noncompliant, the bidder will be given forty-eight (48) hours to produce or replace the said document
else it will be eliminated during the evaluation of the Bids. No such document will be accepted after this
deadline.
B.  Essential criteria
The criteria relating to the qualification of the candidates shall be indicatively assessed on:
1.  General presentation of the tender files;
2.  Financial capacity;
3.  References of the company in similar achievements;
4.  Quality of the personnel;
5.  Technical organization of the works;
6.  Safety measures on the site;
7.  Logistics;
8.  Attestation and report of site visit;
9.  Special Technical Clauses initialled in all the pages;
10. Special Administrative Clauses completed and initialled in all the pages.

- Methodology; Methodological approach and relevance of proposed solutions;  Yes / No
- Experience; References of the Bidder (experience of at least two (02) years in similar
works) (attach proof)
Yes / No
- Equipment; Availability of material and essential equipment (attach proof)  Yes / No
- Personnel; Experience of supervisory staff (at least senior technician in Bioingineering/
Hygiene and Sanitation with two (02) years’ experience or Civil/Rural Technician with
three (03) years of experience. Proof with duly signed CVs.
Yes / No
- Financial situation; Turnover, Financial capacity, Access to credits or other financial
sources to the tune of 30,000,000 FCFA (Thirty Million Francs);
Yes / No
- Planning of works; Deadline of execution. Proof with GANTT and PERT planning  Yes / No
- Presentation of offer; packaging, binding, clear copies etc.  Yes / No
NB: The  non-compliance  with  any  three  (03)  criteria  out  of  the  Seven  (07)  above  shall  cause  the  elimination of the bid.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special  Regulations of the invitation to tender

15.Attribution New(Additif)

The evaluation will be done in a purely binary method with a positive (Yes) or negative (No) with an  acceptable minimum of (Yes) 75% of the essential criteria taken into account.
The  contract  will  be  awarded  to  the  bidder  who  would  have  proposed  the  offer  with  the  lowest
reasonable amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.
Pursuant to justification by the bidder, unconvincing abnormally low costing will not be accepted as prescribed in the Special Regulations of the invitation to tender

16.Durée Validité des Offres New(Additif)

Bidders  will  remain  committed  to  their  offers  for  sixty  (60)  days  from  the  deadline  set  for  the  submission of tenders.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Technical Service  of the Fonfuka Council, Telephone N 0  (237) 675 32 21 75

BAMENDA Le 29-01-2025
Le MAYOR
CHIA Philip