Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 30-03-2021 à 10:30
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNAUTÉ URBAINE DE BAMENDA
OPEN NATIONAL INVITATION TO TENDER N° 007/ONIT/BCCITB/2021 OF 26th MARCH 2021 FOR THE SUPPLY AND INSTALLATION OF SOLAR STREET LAMPS IN BAMENDA I SUB-DIVISION UNDER “EMERGENCY PROCEDURE”  
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The City Mayor of Bamenda City Council hereby launches an open national invitation to tender for the above mentioned project

2.Consistance des prestations New(Additif)

The works includes:

*        Civil engineering works;

*        Supply and planting of galvanized steel poles;

*        Supply and installation of solar street lighting modules.

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at one hundred and forty million FCFA (140,000,000) Francs CFA all taxes inclusive.

 

4.Allotissement New(Additif)

The works are regrouped in a unique lot.

5.Participation et origine New(Additif)

Participation in this invitation to tender is opened to all national companies specialized in public lighting and public works. 

6.Financement New(Additif)

Works which form the subject of this invitation to tender shall be financed by Public Investment Budget of MINHDU 2021 financial year.

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the Bamenda City Council, Department of Technical Services, Tel: 677 144 131/675 102 929 upon publication of the invitation to tender.

 

8.Acquisition du Dossier New(Additif)

The file may be obtained from the Bamenda City Council, Department of Technical Services, Tel: 677 144 131/675 10 29 29 upon publication of the invitation to tender against payment of the non-refundable sum of One hundred and ten thousand 110,000) CFA Francs, payable at Bamenda City Council Treasury under the budgetery head 712 101.

9.Remises des offres New(Additif)

29th April, 2021.

10.Delai de Livraison New(Additif)

The maximum duration of execution provided for by the Contracting Authority shall be three calendar (03) months, as from the date of notification of the contractor by the control engineer to start work.

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by an approved Insurance company, (see list in document No. 12 of this tender file), of an amount of Two million eight hundred thousand (2,800,000) Francs CFA, valid for thirty (30) days as from the date of validity of the offers. 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.

 

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities 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 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 opening of the bids in one phase shall be done on the 22nd April 2021 at 1.00 pm prompt in the Conference Hall of the Bamenda City Council by the sub commission for analysis. 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)

Evaluation criteria

The evaluation of bids shall be carried out in three stages:

  • 1st Stage: verification of the conformity of each administrative document;
  • 2nd Stage: Evaluation technical bids;
  • 3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

14.1-Eliminatory criteria

-          Absence of a document in the administrative file;

-          Deadline of execution more than the prescribed;

-          False declaration or falsified documents;

-          Absence of bid bond;

-          Omission of a quantified task on the bill of quantities and cost estimates

-          The presentation of a personnel without a certified copy of the national identity card

-          Absence of references of execution of similar jobs

-          Enterprise with an abandoned contract or uncompleted above contractual deadline.

-          Non satisfaction of at least 2/3 of the criteria on references

 

14.2. Main Qualification criteria: The criteria relating to the qualification of candidates could indicatively be on the following:

  • Financial situation
  • Experience
  • Personnel
  • Equipment.
  • Methodology/organization of the site

 

15.Attribution New(Additif)

The Contract shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the 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

17.Renseignements Complémentaires New(Additif)

Complementary information may be obtained during working hours from Bamenda City Council Tenders Board at Mulang Bamenda.

BAMENDA Le 26-03-2021
Le MAYOR
ACHOBONG TAMBENG Paul