Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 11-04-2020 à 22:44
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE MBIAME
OPEN NATIONAL INVITATION TO TENDER N° 03/ONIT/MBIAME COUNCIUMCITB/2020 OF 26th MARCH 2020 FOR THE CONSTRUCTION OF MUMYUBRIDGE, IN MBIAME COUNCIL AREA, BUI DIVISION, NORTH WEST REGION (EMERGENCY PROCEDURE)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2020 Public Investment Budget (RIB), the Mayor of Mbiame Council "Contracting Authority" hereby launches an open National Invitation to tender for the Construction of MUMYU Bridge in Mbiame Council Area, This invitation to tender comprises one C1) lot as follows:

No Project Locality Amount for
bid bond
Project
Amount
Budget Heads Duration In
months
01 Construction of MUMYU
bridge
MUMYU
Mbvem
subdivision
612,850 30,642,480 IV03428 04

 

2.Consistance des prestations New(Additif)

Work to be done consists of constructing a slaughter slab with an overhead rail in Mbiame Council Area, Bui Division. The works include the following:
Lot 100: Installation
Lot 200:Site Preparation
Lot 300: General Earthworks
Lot400: Foundations-Abutments-Battery-Beam Aprons Banks
Lot 500; Assemblages
Lot600: Painting
Lot 700: Equipment
Lot 800: Circulation

3.Cout Prévisionnel New(Additif)

Project Amount 30,642,480



4.Allotissement New(Additif)

one  lot

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to Cameroonian enterprises that are  in complience with the fiscal laws and having a good experience in the domain concerned

6.Financement New(Additif)

The said Works shaii be financed by the Public Investment Budget (PIB) of the minitry of  Decentralisation and Local Development MINDDEVEL, for the 2020 financial year assigned to the Mayor of
Mbiame Council as Delegated Authorizing officers with Budget Heads N° 54 27 351 01 641629 2252


7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, atthe Mbiame Council

8.Acquisition du Dossier New(Additif)

The file may be obtained at the office in charge of Public Contracts, Telephone 677 740 854 as soon as this notice is published against payment of a non- refundable sum of (51,050) Fifty one Thousand, and Fifty CFA francs, payable at the Council Treasury Mbiame representing the cost of purchasing the tenderfile

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 marked as such, should reach Mbiame Council, office in charge of Public Contracts, not later than
24th April 2020 at 10.00 am local time. It should be labelled as follows:

"OPEN NATIONAL INVITATION TO TENDER
N° 03/ONIT/MBIAME COUNCIUMCITB/2020 OF 26th MARCH 2020 FOR THE CONSTRUCTION OF MUMYU BRIDGE IN MBIAME COUNCIL AREA, BUI DIVISION, NORTH WEST REGION 

TO BE OPENED ONLY DURING THE BID OPENING SESSION"

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be four (04) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

Each bidder should include in his administrative document, a bid bond of 612,850 (Six Hundred
and Twelve Thousand, Eight Hundred and Fifty) CFA francs issued by a first rate-bank approved by the
Ministry in charge of Finance in conformity with COBAC conditions.
Against the risk of being rejected, only originals or true copies certified by the issuing service or
administrative authorities of the administrative document required, including the bid bond, shall imperatively
be produced in accordance with the Special Conditions of the invitation to tender, They shall neither be older
than three (03) months nor be produced before the signing of the tender notice,
Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted, especially the absence of a bid bond issued by a first rate-bank, approved by the Ministry in charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service
must imperatively be produced in accordance with the Special Regulations of the invitation to tender,
They must obligatorily not be older than four (04) months preceding the date of submission of bids 
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)

The bids shall be opened in single phase. The opening of the Administrative document Technical and Financial offers shall take place on the 24th April at 11 am local time, by the Mbiame
Board in the Mbiame Council Conference Hall.
Only bidders may attend or be represented by duly mandated persons of their choice.

14.Critères d'évaluation New(Additif)

Evaluation criteria
There are two types of evaluation criteria: eliminatory and essential criteria. The aim of thesevcriteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid
down in the Tender File.
 Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They referespecially to:

  • Deadline for delivery higher than prescribed;
  • Absence of bid bond
  • False declaration or forged document
  • Non compliance with major technical specifications (to be listed)
  • Non-respect ofXessential criteria (X being greater than orequal to 1)
  • Absence ofquantified unit price)
  • Non compliance with the model bid
  • Technical assessment mark lower than 80% of "Yes".
  • Suspension ofthe enterprise

Essentiai criteria
Essential criteria are primordial in the judgment of the technical and financial capacity ofcandidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:

  • General presentation ofthetender files;
  • References ofthe company in similar achievements;
  • Experience ofsupervisory staff ;
  • Logistics (Equipment):
  • Methodology;
  • Financial capacity;
  • Attestation of site visit signed by the Contractor
  • Report of site visit signed by the Contractor
  • The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped);
  • Special Administrative Clauses completed (each page should be initialed and the last page signed and stamped);
  • Pre - Financing capacity not less than 75% of the amount required in the offer

The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).

iii Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation 
(RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 80% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest realistic amount, in conformity with the regulations of the Tender Documents and having scored 100% of the etiminatory criteria and at least 80% ofthe essential criteria

 

15.Attribution New(Additif)

The Jobbing Order 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 realistic bid and technical quality. (See article 33 ofthe
public contracts code).
 

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids

The maximum execution deadline provided for by the Contracting Authority shall be One Hundred and twenty (120) days maximum, as from the date of notification of the Service Order.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Mbiame Council, Service of award of Public Contracts

BAMENDA Le 26-03-2020
Le MAYOR
FONYUY BERNSAH Fidelis