Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 17-07-2019 à 10:04
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BAMUSSO
N°04 ONIT/BC /BCITB/2019 OF 10/7/2019 FOR THE SUPPLY OF PORTABLE WATER FROM NJANGASSA TO BEKUMU PHASE 1(BAMUSSO COUNCIL AREA) BY EMERGENCY PROCEDURE
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

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 supply of portable water from Njangassa to Bekumu phase I (Bamusso council area

2.Consistance des prestations New(Additif)

The works comprise notably; supply of portable water from Njangassa to Bekumu phase I

(Bamusso Council area). This involves the realisation of the tasks outlined in the bills of quantifies and cost
estimates and elaborated in the special technical clauses comprising notably:

Preliminary works and actions involving complementary studies and site installation;

Earth works ;

Foundation works

Elevation/masonry works

Supply and installation pipes

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at: seventeen million (17,000,000) FCFA.

4.Allotissement New(Additif)

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

5.Participation et origine New(Additif)

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.

6.Financement New(Additif)

Works which formed the subject of this invitation to tender shah! be financed by the MINÉE PUBLIC INVESTMENT BUDGET (PIB) of 2019 financial year through budget head (imputation) N°. 5332423026419062246 and Credit card N' IU 05508.

7.Consultation du Dossier New(Additif)

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

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the council office, service of public contract or the secretary of the Internal Tenders Board, Tel: 677 287 540/ 661 165 334 as soon as this notice is published and upon presentation of a non-refundable treasury receipt (payable at the Sub--Divisional- Treasury

 Bamusso CMg the amount of twenty thousand (20,000) FCFA. Such a receipt shall identify the concerned bidder.

9.Remises des offres New(Additif)

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:

 

10.Delai de Livraison New(Additif)
  1. 1.     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.
11.Cautionnement Provisoire New(Additif)

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 three hundred and forty thousand (340,000) FCFA, valid for Ninety (90) days beyond the date of validity of bids.

Bid bonds for unsuccessful bidders shall be withdrawn not later than 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 New(Additif)

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

NP- 04/ONIT/BC /BCITB/2019 OF 10/07/2019

FOR

THE SUPPLY OF PORTABLE WATER FROM NJANGASSA TO BEKUMU PHASE I

"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 New(Additif)

The opening of the bids in one phase shall be done on 08/08/2019 at 11:00 am prompt local lime 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 New(Additif)

-    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 quantities 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 mode) 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 relevance of proposed solutions;
  • Mastery of the terrain

Duration of execution

15.Attribution New(Additif)

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 technical score and the lowest financial offer

16.Durée Validité des Offres New(Additif)

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 New(Additif)

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: 677287540/661165334

MUDEMBA Le 10-07-2019
Le MAIRE
ETONGO MBENG Grace