Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 26-03-2021 à 13:43
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE MBANGA
OPEN NATIONAL INVITATION TO TENDER N° 002/AONO/MINTP/FR/C/MBA/CIGSMP/CIPM/2021 OF  24/03/2021(EMERGENCY PROCEDURE) RELATIVE TO CONTROL AND MONITORING FOR THE REHABILITATION OF THE ROAD SECTION TRACK NDOH ENTREE RESERVE FORESTIERE - MOUYOUKA (INTER N5) - BRIDGE ON THE MANYA STREAMFinancing: Budget MINTP, ROAD FUND LINE 2021
Source de financement
FONDS ROUTIER(FR)
1.Objet New(Additif)

Within the framework of the road find line 2021, the Mayor of Mbanga Council, Contracting Autority, hereby launches an open national invitation to tender, with emergency procedure for the control and monitoring for the REHABILITATION OF THE ROAD SECTION TRACK "NDOH ENTREE RESERVE FORESTIERE - MOUYOUKA (INTER N5) - BRIDGE ON THE MANYA STREAM"

2.Consistance des prestations New(Additif)

Cocontractor shall:

  • Monitor and control the works;
  • Propose for the signature of the Service Head for Contracts Notices to Proceed necessary for the proper execution of the works;
  • Ensure the quality and implementation of environment protection measures;
  • Ensure the drawing of verification plans.

The works of the successful contractor shall be defined in detail in the Terms of Reference.

3.Participation et origine New(Additif)

Participation in this tender shall be open on equal conditions to Cameroon-law contractors with proven experience in the field of building construction and civil engineering in general.

4.Financement New(Additif)

Works under this tender shah be financed by the Publics Works Budget, Road Fond Line for the 2021 Financial Year, for an estimated cost of Sevent million (7,000,000) CFA francs.

5.Consultation du Dossier New(Additif)

The tender documents may be consulted during workFng hours at Secretariat General of Mbanga Council.

6.Acquisition du Dossier New(Additif)

The tender file can be obtained as from the publication of the present invitation to tender at the Mbanga council, upon presentation of Mbanga Municipal receipt attesting the payment of a non-refundable sum of Fifteen thousand (15 000) CFA F.
The said receipt shall identify the payer as representing a consulting firm or joint-venture willing to participate in the tender.

7.Remises des offres New(Additif)

Each offer drafted in English or French in seven (07) copies including one (1) original and six (06) copies, marked as such should reach to the Mbanga Council, PO box 49 Mbanga, Phone: 699 703 029, e-mail : commune mbanga(a)gmail.com not later than 13/04/2021 at 12 AM O'CLOCK local time and should carry the inscription:

Interested tenderers shall have twenty-one (21) days to apply.

OPEN NATIONAL INVITATION TO TENDER WITH URGENCY
N°002AONO/MINTPIFR/C/MBAICIGSMPICIPM/2021 OF THE 21/04/2021
In emergency procedure for the monitoring and control for the REHABILITATION OF THE ROAD SECTION TRACK "NDOH ENTREE RESERVE FORESTIERE - MOUYOUKA (INTER N5) - BRIDGE ON THE MANYA STREAM" IN MBANGA SUB-DIVISION, MOUNGO DIVISION, LITTORAL REGION..
Financing: Budget MINTP, ROAD FUND LINE 2021
"To be opened only at the tender-opening session".

Presentation of offers
Tenders shall be divided into three volumes and submitted in a double envelope as follows: Envelope A containing the administrative documents (volume 1) and the technical proposai (volume 2),
Envelope B containing the financial offer (volume 3).
Ali the constituent documents (envelopes A and B) shall be enclosed in a large and sealed outer envelope bearing only the subject of the tender concerned.
The different documents of each tender shall be numbered in keeping with the order indicated in the tender file and separated by color dividers.
Submission of tenders

8.Delai de Livraison New(Additif)

The overahl execution timeframe shall be One hundred and twenty (120) calendar days, including the rainy periods, all weather vagaries and various suggestions, with effect from the date of notification of the Notice to Proceed.

9.Cautionnement Provisoire New(Additif)

Tenders shall include a provisional guarantee, issued in keeping with the tender model by a first class banking institution approved by the Minister in charge of finance. The amount shall stand at one hundred and forty thousand (140 0000) CFA F
The provisional guarantee shall be valid for a period of one hundred and twenty (120) days with effect from the tender­submission deadline.
The absence of the provisional guarantee in an offer shall lead to rejection of the tender.
The provisional guarantees of unsuccessful tenderers shall be released automatically at most thirty (30) days with effect from the expiration of the tender validity. That of the successful tenderer shall be released after the constitution of the definitive guarantee.

10.Recevabilité des Offres New(Additif)

Tenders not respecting the separation mode of the financial offer from the administrative documents and the technical proposais shall be rejected.
Any tender not in keeping with the requirements of the tender file, especially the absence of the provisional guarantee, issued in keeping with the tender model by a first class banking institution approved by the ministry in charge of finance and valid for a period of thirty (30) days with effect from the tender-validity deadline shall be rejected.
Lest they be rejected, shall be submitted only originals or true copies of the relevant administrative documents, certified by the issuing service in keeping with the tender requirements.
They must date less than three (3) months old with effect from the initial tender-submission deadline.

11.Ouverture des Plis New(Additif)
The bids shall be opened at once. Both administrative documents, technical and financial offers shall be opened on 13/04/2021  at 1 PM by the Tenders Board attached to the MBANGA Council in the Conference hall.
Each bidder may attend the opening session or may be represented by a person of his choice, having an expert and excellent knowledge of the offers.
12.Critères d'évaluation New(Additif)

Eliminatory criteria
a)                   Absence of Bid bond ;
b)                   Absence 48 hours after offers deposit, less than one piece of administrative offer except Bid bond;
c)                   Non-conformity 48 hours after offers deposit, less than one piece of administrative;
d)                   False declaration in the Tender file of the Bidder no matter the file ; For This effect the contracting authority and DCTB has the reserves and right to authentify all the documents which seems not to correct.
e)                   Non acceptance of contract such as (CCAP et CCTP not paraphed, not signed and dated at the end) ;
f)                     Incomplete technical offers for absence of:

Declare in his Technical file that the Bidder by honor is not among the enterprise or group of enterprise that have abandon projects for the past Three (03) years and who have not been on the list of suspended enterprises by Ministry Of Public Contracts.
Works Conductor having qualification requires in Tenders invitation ;
g)                   Non existence in technical offers of the aspect « organisation, méthodologq et planning » ;
h)                   Omission of one quantified price in the tenderer's offer BPU DQE and SDPU;
12      Technical note <—à 70/100
a)           Incomplète financial offers for absence of suitable pieces:
Submission letter ;
Unitaries prices bordereau (BPU) accordind to the model with HTVA prices in numeral and letters;
quantitative and estimative détail (DQE);
Unitaries prices under details;
b)            Absence of a pre-financing capacity of five millions (5 000 000) CFA F.
c)      
Essential criteria
The technical proposais shall be evaluated as per the following essential criteria:
-      Tenderer's reference out of 15 points;
-      Qualification and experience of staff out of 10 points;
-      Methodology and organization out of 20 points;
-      Knowledge of the services sites out of 10 points;
-      Financing capacity on 05 points;
NB : Only the financial offers of administratively compliant documents having scored a Technical mark of at least 70 out of 100 points shall be evaluated.

13.Attribution New(Additif)
The contracting authority will award the order letter to the tenderer whose offer has been evaluated the best, that is to say the one having obtained the highest overall score, and deemed substantially compliant with the tender dossier.

Complementary and technical information may be obtained at Mbanga Council, Project owner during working hours at Contracting Authority services.
The Contracting Authority shall award the contract to the tenderer with the lowest bid that is the tender deemed to be essentially in keeping with the tender file and having scored the highest final mark (NF).
The Contracting Authority may reject abnormally low bills on conditions that the candidate has been requested to provide justifications which have been deemed unacceptable.
14.Durée Validité des Offres New(Additif)

Tenderers shall be bound by their tenders for a period of ninety (90) days with effect from the tender-submission deadline.

15.Renseignements Complémentaires New(Additif)

In order to improved good governance in the Public Contracts System (fight against corruption), numbers below (free of charge) can be used if necessary.
For any case of corruption, please call or send a SMS at the following numbers: 673 205 725 / 699 370 748.

MBANGA Le 24-03-2021
Le MAYOR
ENDALLE EPSE EJAKE MBONDO HENRIETTE