Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 28-06-2019 à 16:46
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE FONFUKA
TENDER NOTICE FONFUKA COUNCIL INTERNAL TENDERS BOARD (FCITB)OPEN NATIONAL INVITATION TO TENDER(BY THE EMERGENCY PROCEDURE)No. 004/ONIT/FC/FCITB/2019 OF 25 JUIN 2019 FOR THE CONSTRUCTION OF A CATTLESALE CRUTCHAND A'DINING SHED AT THE KONENE CATTLE MARKET
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of PIB 2019 and the necessity to improve on local revenue collection, the Mayor of the Fonfuka Council, representing the government of Cameroon, hereby launches an OPEN NATIONAL INVITATION TO TENDER (BY THE EMERGENCY PROCEDURE) FOR THE CONSTRUCTION OF A CATTLE SALE CRUTCH AND A DINING SHED AT THE KONENEm CATTLE MARKET.

2.Consistance des prestations New(Additif)

The works comprise the preliminary studies carried out and the detailed information provided in the technical specification and the quantitative estimates FOR THE CONSTRUCTION OF A CATTLESALE CRUTCHANDA DINING SHED AT THE KONENE CATTLE
MARKET
Notably:

  • Construction of foundation,
  • Elevation works,
  • Roofing,
  • Doors and windows
  • Plastering and flooring,
  • Electricity installation,
  • Plumbing and sanitation,
  • Tiling,
  • Painting,
  • External arrangement.

 

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies is 11,000,000 FCFA {Eleven Million Francs)

4.Allotissement New(Additif)

The works are in a Single Lot.

5.Participation et origine New(Additif)

Participation in this invitation to tender is opened to duly legalized Cameroonian based Enterprises/Companies that fulfil the requirements of this invitation to tender and exercising in the domain of public works who are categorised as per the 2018 public contract code and has fulfilled their fiscal obligations in accordance with the 2019 finance law.

NB; home based companies are advantage, encouraged to tender

6.Financement New(Additif)

The Supplies/Works which form the subject of this invitation to lender, shall be financed by Public Investment Budget 2019 financial year, budget HEAD 27, PROGRAMME 351, ACTION 01, PARAGRAPH 2226, CODE 2004; MINISTRY OF BASIC EDUCATION

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the Fonfuka Council Main Office {General Secretariat, DoorNo.2I0, telephone: 675 32 21 75 or 67732 72 36)as soon as this notice is published

8.Acquisition du Dossier New(Additif)

The file may be obtained from the Fonjuka Council Main Office {General Secretariat, Door No.210, post box, telephone: 675 32 21 75, fax, e-mail) as soon as this notice is published against payment of a non-relundabie sum of 15,000 CFA Francs (Fifteen Thousand Francs), payable at The Fonfiika Council Municipal Treasury.

9.Remises des offres New(Additif)

Each bid drafted in English or French in Seven (7) copies including the original and Six (6) copies marked as such, should reach the COUNCIL INTERNAL TENDERS BOARD Secretariat not later than 23 JUIL 2019 at 11:00 a.m. and should carry the inscription:
-Envelop A: Administrative Documents;
-Envelop B: Technical Offer;
-Envelop C: Financial Offer.
Thcsc three (03) envelopes containing the bills will be put in a fourth one (KakI colour) which shall be spiral bound and labelled imperatively as follows:

OPEN NATIONAL INVITATION TO TENDER

(BY EMERGENCY PROCEDURE)
No. 004/ONIT/FC/FCITB/2019 Of 25 JUIN 2019 FOR THE CONSTRUCTION OF A CATTLESALE CRUTCllAND A DINING SHED A T THE KONENE CATTLE MARKET

'TO BE OPENED ONLYDURING THE BID-OPENINGSESSION"

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 plane type and canying no trademark

10.Delai de Livraison New(Additif)

The maximum deadline provided by the Project Owner or Mayor of Fonfuka Council, Contracting Authority for the execution of the works forming the subject of this invitation to tender is Three (03) Months, from the date of issuance of service not commence works

11.Cautionnement Provisoire New(Additif)

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 recognized by COBAC(Commission Bancairc pour I'Afrique Centrale) whose list is found in document No. II, of the Tender File, of an amount of 220,000 FCFA (Two Hundred and Twenty Thousand Francs). It is set at 2 % of the estimated amount, all taxes inclusive, of the contract in accordance with the Order in force (Prime Ministerial Order No. 093/CAB/PM of 5/11/2002).
The bid bond shall be addressed to the Contracting Authority and following the conditions of the invitation to tender and shall be valid for thirty (30) days beyond the date of validity of bids.

12.Recevabilité des Offres New(Additif)

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 Regulationsofthe invitationto 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 incompliance 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)

03/09/2019

14.Critères d'évaluation New(Additif)

EVALUATION CRITERIA
Thereare two types of evalualion criteria: eliminaiory andessential criteria,

i. Eliminatory criteria
The non-respect of the following criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
♦ Absence of bid bond or false bid bond (amount of the bid bond)
♦ False declaration or forged document
♦ Non-compliance with major technical specifications (to be listed)

♦ Non-respect of X essential criteria(X being greater than or equal to 1)
♦ Absence of quantified unit price)
♦ Non-compliance with the model bid.

♦ Absence of attestation of site visit signed by the Contractor or Representative

♦ Antecedent of bad execution ofsimilar work or on-going legal suit with Government;
NB! Only financial offers of bidders whose technical offers hasscored70% (points) and/or above shall be forwarded to the subcommittee of evaluation of bids

a.Essential criteria
Indicatively, thecriteria related to the qualillcation of candidates will be on:

- 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 key supervisory staff (at least Civil/Rural Engineering Senior technician with 10 years' experience or Civil/Rural Engineer with three (03) years of experience Reg. National Order of Engineers). Proof with duly signed CVs.

Yes/No

- Financial situation; Turnover, Financial capacity, Access to credit or other financial sources to the tune of 15,000,000 FCFA (Fifteen Million Francs);

Yes/No

- Planning of works; Deadline of execution. Proof with GAN'TT and PERT planning

Yes/No

- Presentation of offer; packaging, binding, clear copies etc

Yes/No

 NB: The non-compliance with any two (02) criteria out of the Seven (07) above may cause the elimination of the bid

15.Attribution New(Additif)

The contract shall be award to the bidder whose bid fulfils the technical and financial criteria and is deemed to be the lowest.

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their bids for 90 Days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be  obtained during working hours from Fonfuka Council Office (General Secretarial, or Technical service, Door No.210, post box, telephone: 675 32 21 75or 67732 7236)

BAMENDA Le 25-06-2019
Le MAYOR
CHIA Philip