Within the framework of earth roads maintenance in the City, the City Mayor of Bamenda City Council, Contracting Authority hereby launches OPEN NATIONAL INVITATION TO TENDER N°001/ONIT/BCCITB/2021 for the selection of a consultant (firm) to control and supervise the works of maintenance of earth roads in Bamenda City under the emergency procedure.
In general, the firm selected shall carry out the supervision and control of the maintenance works. The services shall include notably:
The estimated cost after preliminary studies is fourteen million four hundred thousand (14,400,000) Francs CFA inclusive of all taxes.
The services are regrouped in a unique lot.
Participation in this invitation to tender is open to national consulting firms specialized in the control and supervision of road works.
Services which form the subject of this invitation to tender shall be funded by the Bamenda City Council Budget for 2021 under the budgetary Head: 610 107.
The tender documents may be consulted during working hours at the Bamenda City Council, Department of Technical Services, Tel: 677 14 41 31, upon publication of the invitation to tender.
The file may be obtained from the Bamenda City Council, Department of Technical Services at Mulang Tel: 677 14 41 31 upon publication of the invitation to tender against payment of the non-refundable sum of twenty-five thousand (25,000) CFA Francs, payable at Bamenda City Council Treasury under the budgetary head 712 101.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in five(05) copies including the original and four (04) 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 Bamenda City Council on or before the 04/03/2021 not later than 12.00 noon and should carry the inscription:
TO BE OPENED ONLY DURING THE TENDER OPENING SESSION»
The maximum deadline provided by the Contracting Authority for the execution of the services forming the subject of this invitation to tender is four (4) months.
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 whose list is found in document No. 12 of the Tender File, of two hundred and eighty-eight thousand (288,000) Francs CFA and 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 those of successful bidders shall be retained until the required performance guarantee for good execution is provided
For fear of being rejected, only originals or true copies certified by the issuing services or administrative authorities (Senior Divisional Officer, Divisional Officers etc…) must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be 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 in compliance with the prescriptions of the Tender File shall be declared inadmissible.
The opening of the Administrative and technical bids shall be done on the 04/03/2021, at 1.00 pm prompt in the Conference Hall of the Bamenda City Council by the Internal Tenders Board. Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.
The opening of the financial bids shall take place at the end of the technical analysis and shall only concern bidders who obtained the minimum required score of seventy percent (70%).
1. Eliminatory criteria
- Absence or non-conformity of a document in the administrative file;
- False declaration or forged documents;
- Absence of bid bond
- Deadline of execution more than the prescribed
- Omission in the price list of a quantified item;
- Financial proposal more than the provision;
- Non compliance with bid model;
- Technical mark less than 70%.
- Absence of Special Administrative Clauses (CCAP) initialled in all its pages;
2. Essential criteria
The following essential criteria shall be evaluated in a binary manner (satisfactory or not) and will include:
- Financial situation;
- Personnel;
- References for similar works ;
- Equipment;
- Methodology/planning;
The consultant will be chosen by method of quality-price ratio, in conformity with the procedure given in the present Tender File.
The contract will be attributed to the Consultant whose offer having been evaluated the lowest, that is to say the offer having had the best technico-financial mark and judged in conformity with the tender document, within the available funds.
Bidders will remain committed to their bids for a period of ninety (90) days with effect from the bid submission deadline.
Complementary technical information may be obtained during working hours from the Department of Technical Services, Tel: 233 36 12 67 / 677 14 41 31, upon publication of the invitation to tender