Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 27-02-2021 à 12:51
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE FONFUKA
OPEN NATIONAL INVITATION TO TENDER (BY THE EMERGENCY PROCEDURE) No. 008/ONIT/FC/FCITB/PIB/2021 OF 24/02/2021 FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS IN G.S. NJINIJUO
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of 2021 Public Investment Budget, the Mayor of FONFUKA Council hereby launches an Open National Invitation to Tender FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS IN G.S. NJINIJUO

2.Consistance des prestations New(Additif)

Works to be done consists of preparatory works, earth works, foundation works, masonry works, roofing works, metallic joinery, electricity, painting, external works and environmental protection. The works comprise the preliminary studies carried out on the site and the detailed information provided in the technical specification and the quantitative estimates FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS IN G.S. NJINIJUO

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at a sum of 18,000,000 FCFA (Eighteen Million Francs) All Taxes Inclusive

4.Allotissement New(Additif)

Works shall be in to a single Lot.

5.Participation et origine New(Additif)

Participation and origin (NEW)
Participation in this invitation to tender is opened to duly legalized Cameroonian based Companies that fulfil the requirements ofthis invitation to tender and exercising in the domain ofpublic works having the fînancial and technical capacity, who are categorised as per the 2018 public contract code and has fulfilled their fiscal obligations in accordance with the 2021 Finance Law.

All otherprovisions remain unchanged

6.Financement New(Additif)

The MINDDEVEL Decentralised Credits –2021 Program shall finance the works, which form the subject of this invitation to tender.

BUDGET HEAD:     HEAD 27, PROGRAMME 351, ACTION 01, PARAGRAPH 2222 OF MINDDEVEL

             Budgetary Authorisation:    IW03418

             Budgetary Imputation:        55 27 351 01 641619 2222 861

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the technical service of the FONFUKA Council, Telephone No (237)675 32 21 75 as soon as this notice is published.

8.Acquisition du Dossier New(Additif)

The file may be obtained from the technical service of the FONFUKA Council, Telephone No (237)675 32 21 75 as soon as this notice is published against payment receipt of a Non-Refundable sum of 36,000 FCFA (Thirty Six Thousand Francs) , payable at the FONFUKA Council Municipal Treasury, representing the cost of purchasing the tender file.

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 should reach the FONFUKA Council premises at Fonfuka not later than 17/03/2021 at 10 a.m. local time and should carry the inscription:

-       Envelop A: Administrative Documents;

-       Envelop B: Technical Offer;

-       Envelop C: Financial Offer.

These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall be sealed and labelled imperatively as follows:

« OPEN NATIONAL INVITATION TO TENDER »

BY THE EMERGENCY PROCEDURE

No. 008/ONIT/FC/FCITB/PIB/2021 OF 24/02/2021

FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS IN G.S. NJINIJUO

 “To be opened only during the Bids-opening session

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 plain type and carrying no Trademark

10.Delai de Livraison New(Additif)

The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is Three (03) calendar Months as from the date of notification of Service Order to start 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. Whose list is found in document No. 12 of this Tender File, of an amount, set at 2 % of the estimated amount, all taxes inclusive, of the project amount in accordance with the Order in force (Prime Ministerial Order No. 093/CAB/PM of 5/11/2002) as follows; 360,000 FCFA (Three Hundred and Sixty Thousand Francs).

Valid for thirty (30) days beyond the date of validity of Bids. As per article 90 (9) of the Public contract Code (Decree No. 2018/366 of 20 June 2018), certified cheques or bank cheques are acceptable in the place of Bid Bond. The bid bonds shall be addressed to the Contracting Authority and following the conditions of the invitation to tender.

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 Regulations of the invitation to tender.

They must obligatorily be not older than three (3) months preceding the date of LAUNCHING OF THE TENDERS 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 a Single Phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 17/03/2021 at 11:00 a.m. local time, at the Conference hall of FONFUKA Council by the FONFUKA Council Internal Tenders’ Board. Only bidders may attend or be represented by duly mandated persons of their choice

14.Critères d'évaluation New(Additif)

The Bids shall be evaluated according to the main criteria as follows:

A-Eliminatory criteria

  • Outright elimination during the opening session of the Bids
  1.   Deadline for delivery higher than prescribed;
  2.   False declaration or falsified documents;
  3.  A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
  4.  Incomplete financial file;
  5.   Change of quantity or unit of the Tender file in the financial bid;
  6.   Non-respect of 75%of essential criteria;

NB: During the opening session of the Bids, if a document of the administrative bid is absent or noncompliant, the bidder will be given forty-eight (48) hours to produce or replace the said document else it will be eliminated during the evaluation of the Bids. No such document will be accepted after this deadline.

  1. Essential criteria
  1. General presentation of the tender files;
  2. Financial capacity;
  3. References of the company in  similar achievements;
  4. Quality of the personnel; 
  5. Technical organization of the works;
  6. Safety measures on the site;
  7. Logistics;
  8. Attestation and report of site visit;
  9. Special Technical Clauses initialled in all the pages;
  10. Special Administrative Clauses completed and initialled in all the pages.

- 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 technician in Building construction with 5 years’ experience or Senior Civil/Rural Technician with three (03) years of experience. Proof with duly signed CVs.

Yes / No

- Financial situation; Turnover, Financial capacity, Access to credits or other financial sources to the tune of 18,000,000 FCFA (Eighteen Million Francs);

Yes / No

- Planning of works; Deadline of execution. Proof with GANTT and PERT planning

Yes / No

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

Yes / No

NB: The non-compliance with any three (03) criteria out of the Seven (07) above shall cause the elimination of the bid.

These essential criteria are subject to lower limits, the details of which are spelled out in the Special Regulations of the invitation to tender

15.Attribution New(Additif)

This evaluation will be done in a purely binary method with a positive (Yes) or negative (No) with an acceptable minimum of 75% of the essential criteria taken into account.

The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.

 Pursuant to justification by bidder, unconvincing abnormally low costing will not be accepted spelled out in the Special Regulations of the invitation to tender.

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Technical Service of the FONFUKA Council, Telephone N0 (237)675 32 21 75

BAMENDA Le 24-02-2021
Le MAYOR
CHIA Philip