
OPEN NATIONAL INVITATION TO TENDERN° 018.20 / ONIT / SONARA / CIPM / 2020 OF 07th/07/2020
FOR THE INSTALLATION OF FOUR (04) PIEZOMETERS AT THE BATOKE LANDFILL SITE
——————————————————————————————————-
- PURPOSE OF THE CALL FOR TENDER
The General Manager of SONARA, Project Manager, launches an Open National Invitation to tender for the installation of four (04) piezometers at the Batoké landfill site.
- NATURE OF WORKS
The work to be carried out includes:
- Establishment study,
- Installation of piezometers according to the recognised standards in the domain,
- Analysis of the waters by a laboratory certified by the administration alongside an interpretation of the results
- The production of reports (hard and soft copies) in French and English.
- EXECUTION DEADLINE
The maximum period provided by the Contracting Authority for the performance of the services covered by this invitation to tender is: Five (05) months from the date of notification of the corresponding service order, to start the services.
- NUMBER OF LOTS
The contract is made up of one (01) lot only
- ESTIMATED COST
The estimated cost of the operation resulting from the preliminary studies is CFAF 53.781.750 (fifty-three million seven hundred eighty-one thousand seven hundred and fifty francs) All Taxes Included.
- PARTICIPATION AND ORIGIN
Participation in this call for tenders is open to Cameroonian companies with the skills and expertise required in this specific area.
- FUNDING
The services covered by this call for tenders are financed by the budget of SONARA.
- ELIGIBILITY OF OFFERS
Each bidder must include with his administrative documents, a bid bond issued by a first class bank approved by the Ministry of Finance and listed in Item 11 of the tender document, of an amount of CFAF 902.000 (nine hundred and two thousand francs) and valid for thirty (30) days beyond the original date of validity of the offers. Subject to rejection, other administrative documents required will imperatively be produced in originals or certified copies by the issuing authority in accordance with the provisions of special rules and regulations of the invitation to tender.
They must be dated less than three (03) months preceding the date of submission of the tender, or must have been signed after the date of signing the invitation to tender.
Any offer not in conformity with the requirements of this notice and tender file will be declared inadmissible. Notably the absence of a bid bond issued by a first class bank approved with the Ministry of Finance, or failure to respect the models of documents of tender file will result in rejection of the offer.
- CONSULTATION OF TENDER FILE
Upon publication of this notice, the tender file may be consulted during working hours at SONARA, P.O. Box 365 LIMBE (GENERAL MANAGEMENT / CONTRACTS DIVISION).
- ACQUISITION OF THE TENDER FILE
Once the tender notice is made known, tender documents can be obtained at the Contracts Division of SONARA-PO Box 365 Limbé, upon presentation of a receipt of payment of a non-refundable amount of CFAF 60.000 (sixty thousand francs) payable to BICEC under the following references:
BICEC
Account / 335 98800001 89
Special Customer Account CAS – ARMP
Remitter: Bidder’s Name / SONARA / ITT n°018.20
- SUBMISSION OF BIDS
Each bid drafted in English or in French in six (06) copies including one (01) original and five (05) copies labelled as such, shall be deposited against an acknowledgement of receipt at the Contracts Division of the NATIONAL REFINING COMPANY Ltd (SONARA, P.O.BOX 365 – LIMBE, latest on the 14th/08/2020 at 10 a.m. local time, bearing the following label:
INVITATION TO TENDER N°018.20 / ONIT / SONARA / CIPM / 2020 OF 07th/07/2020
“INSTALLATION OF FOUR (04) PIEZOMETERS AT THE BATOKE LANDFILL SITE”
«To be opened during the tenders-opening session only»
- ADMISSIBILITY OF OFFERS.
Subject to rejection, other administrative documents required will imperatively be produced in originals or certified copies by the issuing authority in accordance with the provisions of special rules and regulations of the invitation to tender.
They must be dated less than three (03) months preceding the date of submission of the tender, or must have been signed after the date of signing the invitation to tender.
Any offer not in conformity with the requirements of this notice and tender file will be declared inadmissible. Notably the absence of a bid bond issued by a first class bank approved with the Ministry of Finance, or failure to respect the models of documents of tender file will result in rejection of the offer.
- OPENING OF TENDERS ENVELOPES
Tenders will be opened in two stages; the opening of the administrative and technical offers will take place first, followed by that of the financial offers of the bidders having obtained the minimum technical note required.
The opening of administrative documents and technical offers will take place on the 14th/08/2020 at 10:30 a.m., at SONARA’s Company Restaurant in Limbe, by the Internal Procurement Commission.
Only tenderers may attend this opening session or be represented by a person of their choice duly authorized.
The financial offers will take place at the end of the technical analysis and will only concern tenderers who have obtained the minimum technical score required.
- REQUIREMENTS FOR SELECTING ENTERPRISES
14.1. ESSENTIAL CRITERIA
The examination of the essential criteria will consist of a verification of the conformity of the tenderer’s offer with respect to the requirements of the Special Technical Clauses Book (CCTP) and this, in accordance with the stipulations of the RPAO. The points to check will relate to:
- Presentation and Consistancy of the bid
- Methodology and technical solutions proposed
- Organistion/human resources/qualification
- Material means
- Safety and environment
14.2. ELIMINATORY CRITERIA
- Incomplete administrative file;
- Failure to present reference (at least 01) in the installation of piezometers (present copies of purchases order/contract and the corresponding delivery report)
- Failure to obtained at least 70% of ‘’Yes’’ when adding notes from the essential criteria.
- METHOD OF SELECTION OF THE SERVICE PROVIDER
The Contract will be awarded to the tenderer whose qualified technical offer will be evaluated as the lowest.
- AWARD
The Contract will be awarded to the tenderer whose qualified technical offer will be evaluated as the lowest.
- TENDER VALIDITY
The bidders remain bound by their offers for a period of three (03) months with effect from the date of opening of bids.
- FURTHER INFORMATION
Further technical information may be obtained during working hours at the CONTRACTS DIVISION of the NATIONAL REFINING COMPANY LTD (SONARA), P.O. BOX. 365 LIMBE – Cameroon, Tel: 233.42.38.15 or 233.33.22.38 / Fax: 233.42 .41.99 or 233.33.22.35.
Done in Limbe, the 07th/07/2020
The Project Owner
Jean-Paul SIMO NJONOU
Copies: MINMAP
ARMP
CIPM/SONARA
DG/DMAR (for posting and other publications)