Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 03-03-2021 à 14:25
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE MBENGWI
OPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDURE N°003/ONIT/MC/ITB/2021 OF 18/02/2021 FOR THE CONSTRUCTION OF A BRIDGE AND ROAD ALONG WUMNITE - CALABAR CHALK IN MBENGWI COUNCIL AREA, MOMO DIVISION, NORTH-WEST REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Mayor of Mbengwi Council, the Delegated Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an open invitation to tender, for the CONSTRUCTION OF A  BRIDGE AND ROAD ALONG WUMNITE - CALABAR CHALK , Mbengwi Sub Division, MOMO Division, North-West Region.

2.Consistance des prestations New(Additif)

The works include the following:

Lot 100: SITE INSTALLATION/ CIRCULATION

Lot 200: SITE PREPARATION

Lot 300: EARTH WORKS

Lot 400: FOUNDATION,ABUTMENTS,SLABS

Lot 500: ASSEMBLINGS/ PAINTING

Lot 600: EQUIPMENT

Lot 700: OTHERS

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands for 27,000,000 (Twenty seven million) CFA Francs

4.Allotissement New(Additif)

It is a single lot.

  •  CONSTRUCTION OF A BRIDGE AND ROAD ALONG WUMNITE - CALABAR CHALK IN MBENGWI COUNCIL AREA
5.Participation et origine New(Additif)

Participation is open under the same conditions to all Cameroonian companies and business concerned that have proven experience in the field of building construction and civil engineering in general.

6.Financement New(Additif)

Theworks, subject of this invitation to tender, shall be financed by the Public Investments Budget MINTP 2021.

7.Consultation du Dossier New(Additif)

The tender file may be consulted at the Mbengwi council office (Secretariat) during working hours, as soon as this tender notice is published.

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the Mbengwi council office upon presentation of a non refundable treasury receipt of 45 000 (Forty five thousand) FCFA. Such a receiptshall identify the payer as representing the company that wants to participate in the tender.

9.Remises des offres New(Additif)

Each offer or bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a receipt at the Mbengwi council office not later than 10/03/2021 at 10 a.m local time and should carry the inscription:

 

ʺOPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDUREʺ

N°003/ONIT/MC/ITB/2021 OF 18/02/2021

FOR THE CONSTRUCTION OF A BRIDGE AND ROAD ALONG WUMNITE - CALABAR CHALK IN MBENGWI COUNCIL AREA, MOMO DIVISION, NORTH-WEST REGION. 

                               «To be opened only during the bid opening session »

 The offers or the bids submitted after the stipulated deadline shall not be received

The tender file in three (03) volumes shall be enclosed in three sealed envelopes.

  • Envelope A containing the administrative documents (Volume 1);
  • Envelope B containing the technical offer (Volume 2);
  • Envelope C containing the financial offer (Volume 3).

The three volumes shall then be enclosed in a single sealed envelope bearing only the reference of the tender in question.The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour.

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be four (04) calender 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)

Name of project

Amount of project

Amount of bid bond

Cost of tender file :

CONSTRUCTION OF A  BRIDGE AND ROAD ALONG WUMNITE - CALABAR CHALK

 

27 000 000F CFA

 

540 000F CFA

 

45 000F CFA

12.Recevabilité des Offres New(Additif)

The bids not respecting the separation mode of the financial bid from the administrative and technical bids shall be rejected.

Any bid not in conformity with the prescription of this tender notice and tender file shall be declared inadmissible. Especially the absence of a bid bond of a first rate bank approved by the Ministry of Finance and valid for a period of thirty (30) days shall be rejected.

 Least they are rejected, only the originals or certified true copies by the issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three (03) months and must be valid during the bid opening session.

13.Ouverture des Plis New(Additif)

The opening of the bids in one phase shall be done on 10/03/2021 at 11a.m in the Conference Hall of the Mbengwi Council by the competent tender 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

14.Critères d'évaluation New(Additif)

The criteria of evaluation are the following:

1-Eliminatory criteria

1.1- Administrative documents

  • Any offer not in conformity with the prescriptions of this tender file shall be declared inadmissible. Especially the lack of the provisional guarantee;
  • Absence of a document in the administrative file;
  • False declaration or falsified documents.

1.2- Technical file

  • Incomplete  or non compliant documents;
  • False declaration, forged or scanned documents;
  • Absence of the prefinancing capacity of at least seven million (7 000 000) F CFA.
  • Technical assessment mark lower than 75% of “Yes”.
  • Non existence in the technical file of the rubric « organization, methodology and planning »

1.3- Financial offer

  • Incomplete financial offer;
  • Non compliant documents;
  • Omission of quantified unit price in the financial offer;
  • Absence of break down price.
  • Modification of the model break down unit price attached.

 

2 Essential criteria:

 

The technical offer of the bidder shall be assessed along the following lines:

S/N

Designation

MARKS

 

01

General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents in the order given in this tender file, quality of document.

 

01

 

02

Quality of Requested staff: Qualifications,experience of personnel affected to the project, CV, NIC and attestation of availability signed and dated.

 

04

 

03

Technical equipment/material affected to the project: The company should justify the property of the necessary material to the execution of works.

 

03

 

04

Reference of the enterprise:

  • Turnover in the past two years;
  • Experience in road/public works

 

02

05

Presence of the methodology of work execution

04

06

Presence of  the prefinancing capacity

01

 

The note of the technical offer will be gotten by addition of marks for every criteria. Only the technical offer having gotten an equal or superior note to 75% of YES will be kept for the financial evaluation.

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 bid and technical quality. (See article 99 of the public contracts code).

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their bids during a period of (one hundred twenty) 120 days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained every day during working hours from the Council office

BAMENDA Le 18-02-2021
Le MAYOR
NDANGSA KENNEDY AKAM