OPEN NATIONAL INVITATION TO TENDER
N°018.23/ONIT/SONARA/CIPM/2023 OF THE 27th/04/2023
RELATED TO
SONARA INSURANCE PROGRAM
[From the 1st/07/2023 to the 30th/06/2026]
——————————————————————————————————-
The General Manager of the National Refining Company (SONARA), Contracting Authority, launches an Open National Call for Tenders related to SONARA insurance program [from 1st/07/2023 to 30th/06/2026].
The purpose of this project is to select an insurer or a group of insurers under Cameroonian law to cover SONARA’s damage risks during the prescribed contractual period.
The maximum period provided by the Contracting Authority for the execution of the services associated with each of the four (04) lots of this call for tenders is thirty-six (36) months.
The services covered by this project consist of four (04) lots distributed as follows:
The overall estimated cost of the services over the thirty-six months, as recorded in the preliminary study support, is evaluated at the sum of CFAF 10.376.678.199 (ten billion, three hundred and seventy-six million, six hundred and seventy-eight thousand, one hundred and ninety-nine francs) all taxes included detailed by lot as below:
Participation in this call for tenders is open to Insurance Companies under Cameroonian law, established in Cameroon and fulfilling the conditions provided for by the regulations in force within the Member States of the Inter-African Conference on Insurance Markets (CIMA).
Services provided under this invitation to tender shall be financed by the SONARA budget.
Under penalty of rejection, each bidder must, for each of the lots to which he is tendering, attach to his administrative documents, a bid bond issued by a credit institution authorized by the Ministry in charge of finance to issue bonds in the domain of Public Contracts in Cameroon, and state in list of under file n°11 of the present Call For Tenders, for an amount of:
and valid for thirty (30) days beyond the original bid validity date.
The other required administrative documents must imperatively be produced in originals or in copies certified true by the issuing service or an administrative authority Prefect, Sub-prefect, etc., in accordance with the stipulations of the Special Regulations of the Call for Tenders.
They must necessarily date from less than three (03) months preceding the date of submission of tenders or have been drawn up after the date of signature of the Notice of Call for Tenders.
As soon as this notice is published, the file may be consulted during working hours at SONARA P.O. Box 365 Limbé (General Management / Contracts Division).
Once the tender notice is made known, tender documents can be obtained at the Contracts Division of the National Refining Company Ltd – P.O. Box 365 Limbé, upon presentation of a receipt of payment of a non-refundable amount of CFAF 1.000.000 (one million francs) at BICEC, using the following references:
BICEC
Account / 335 98800001 89
Special customer account CAS – ARMP
Remitter: Name of bidder/SONARA/ITT n°018.23
N.B: Each lot constitutes a separate offer. In the case a bidder subscribes for more than one lot, the main lot will contain the original administrative documents and the other lots will contain copies thereof; however, each lot must contain the original of the corresponding bid bond.
Bids written in French or in English, will be drawn up in six (6) copies, including one (1) original and five (5) copies respectively marked as such. All must be sent to the Contracts Department of the National Refining Company (SONARA) B.P. 365 Limbe – Cameroon, Tel: (+237)233.42.38.15 or 233.33.22.38 / Fax: (+237)233.42.41.99 or 233.33. 10.35 p.m., against discharge in the dedicated register no later than 24th/05/2023 at 10:00 a.m., local time and must bear the following mention:
CALL FOR TENDERS N°018.23/ONIT/SONARA/CIPM/2023 OF 27th/04/2023
SONARA INSURANCE PROGRAM
[From the 1st/07/2023 to the 30th/06/2026]
Lot n°……..: ……………………………. …………….
‘’To be opened during the tender session only”
Under pain of rejection, the other administrative documents required must either be original, or the true copies certified by the issuing service or an administrative authority, in accordance with the stipulations of the special rules and regulations of the invitation to tender.
They must obligatorily 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 of the invitation to tender.
Any incomplete bid which does not conform to the prescriptions of this invitation to tender shall be declared inadmissible. Such as the absence of a bid bond issued by a first class bank registered by the Ministry in charge of finance.
The opening of tenders shall be done on two phases; the opening of administrative and technical documents will take place on phase one and shall be followed by that of financial proposals of bidders having obtained the required minimum technical score:
The selection criteria for tenderers are broken down as follows per lot:
14.1. Lot n°1: Property insurance
14.1(a)Essential Criteria
The examination of the essential criteria will consist of a verification of the conformity of the tenderer’s offer with the requirements of the Terms of Reference (ToR) and this, in accordance with the stipulations of the RPAO. The points to be checked will relate to:
(1) General presentation of the offer .……….………………… 03 points
(2) General references of the insurer or group of insurers / Seniority..06 points
(3) Specific references of the insurer or group of insurers in property damage risks over the last three (03) financial years (2019, 2020, 2021) …………..…………..15 points
(4) Detailed description of the guarantees offered..…………13 points
(5) Modality of implementation of the guarantee ……………08 points
(6) Average rate of the insurer or group of insurers in the coverage of regulated commitments (Cer) over the last three closed financial years (2019, 2020, 2021) …..20 points
(7) Average rate of the insurer or group of insurers in coverage of the solvency margin (Cms) over the last three closed financial years (2019, 2020, 2021) …………….. 15 points
(8) Claims settlement rate over the last five financial years (2017, 2018, 2019, 2020, 2021)…10 points
(9) Reinsurance treaties of the insurer or group of insurers in the property damage branch … 10 points
TOTAL ……………………………………………………………………………………………..100 points
14.1(b)Eliminatory Criteria
14.2. Lot n°2: Civil liability insurance
14.2(a)Essential Criteria
The examination of the essential criteria will consist of a verification of the conformity of the tenderer’s offer with the requirements of the Terms of Reference (ToR) and this, in accordance with the stipulations of the RPAO. The points to be checked will relate to:
(1) General presentation of the offer .……….……..…………….03 points
(2) General references of the insurer or group of insurers / Seniority…..06 points
(3) Specific references of the insurer or group of insurers in civil liability risks over the last three (03) financial years closed (2019, 2020, 2021)……………..………..…..15 points
(4) Detailed description of the guarantees offered ………..…13 points
(5) Methods of implementation of the guarantee ….…………08 points
(6) Average rate of the insurer or group of insurers in the coverage of regulated commitments (Cer) over the last three closed financial years (2019, 2020, 2021)…… 20 points
(7) Average rate of the insurer or group of insurers in coverage of the solvency margin (Cms) over the last three closed financial years (2019, 2020, 2021)………….…….15 points
(8) Claims settlement rate over the last five financial years (2017, 2018, 2019, 2020, 2021)….10 points
(9) Reinsurance treaties of the insurer or group of insurers in the civil liability branch …………10 points
TOTAL ………………………………………………………………………………………..……100 points
14.2(b) Eliminatory Criteria
14.3. Lot n°3: Vehicle fleet insurance
14.3(a)Essential Criteria
The examination of the essential criteria will consist of a verification of the conformity of the tenderer’s offer with the requirements of the Terms of Reference (ToR) and this, in accordance with the stipulations of the RPAO. The points to be checked will relate to:
(1) General presentation of the offer .……….………..03 points
(2) Bidder’s General References / Seniority…………..06 points
(3) Specific references of the tenderer in automotive risks over the last three (03) closed financial years (2019, 2020, 2021)………………………………..…..……15 points
(4) Detailed description of the guarantees offered….13 points
(5) Methods of implementation of the guarantee …..08 points
(6) Average rate of the insurer or group of insurers in the coverage of regulated commitments (Cer) over the last three closed financial years (2019, 2020, 2021)……..……………..…………………20 points
(7) Average rate of the insurer or group of insurers in coverage of the solvency margin (Cms) over the last three closed financial years (2019, 2020, 2021)…………………….………….…….………….. 15 points
(8) Claims settlement rate over the last five financial years (2017, 2018, 2019, 2020, 2021)……10 points
(9) Reinsurance treaties of the insurer or group of insurers in the automobile branch ..…………10 points
TOTAL ……………………………………………………………………………………………….100 points
14.3(b)Eliminatory Criteria
14.4. Lot n°4: Transport insurance
14.4(a)Essential Criteria
The examination of the essential criteria will consist of a verification of the conformity of the tenderer’s offer with the requirements of the Terms of Reference (ToR) and this, in accordance with the stipulations of the RPAO. The points to be checked will relate to:
(1) General presentation of the offer .……….…………………………03 points
(2) General references of the insurer or the group of insurers / Seniority…….06 points
(3) Specific references of the insurer or group of insurers in transport risks over the last three financial years closed (2019, 2020, 2021)…………………….…………………..15 points
(4) Detailed description of the guarantees offered ……….……..…13 points
(5) Methods of implementation of the guarantee ……………..……08 points
(6) Average rate of the insurer or group of insurers in the coverage of regulated commitments (cer) over the last three closed financial years (2019, 2020, 2021)……………….20 points
(7) Average rate of the insurer or group of insurers in coverage of the solvency margin (Cms) over the last three closed financial years (2019, 2020, 2021)…..…………..……. 15 points
(8) Claims settlement rate over the last five financial years (2017, 2018, 2019, 2020, 2021)….…10 points
(9) Reinsurance treaties of the insurer or group of insurers in the transport branch ……..……….10 points
TOTAL ………………………………………………………………………………………………..100 points
14.4(b) Eliminatory Criteria
The service provider shall be selected through the Quality and Price postulate.
The contract shall be awarded to the company technical and financial proposals put together will be assessed as the most cost-effective bid based on the formula GN = 0,8TN+0,2FN outlined in the tender file.
Bidders shall be bound by their offers for a period of three (03) months with effect from the deadline of submission of the tender documents.
Further technical information may be obtained during working hours from Contracts Division of the National Refining Company Ltd, P.O. Box. 365 Limbe – Cameroon, Tel: (+237)233 42 3815 or 233 33 22 38 / Fax: (+237)233 42 41 99 or 233 33 22 35.
Done in Limbé, on the 27th/04/2023
The Project owner
Jean-Paul SIMO NJONO