Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 07-04-2021 à 11:56
Support : support@armp.cm Plateforme : pridesoft@armp.cm
PORT AUTONOME DE KRIBI
INTERNATIONAL OPEN CALL FOR TENDERS N2..0./A010/PAK/CIPM/2021 OF 3 1 MARS 202ioSTUDY AND DEVELOP A DIGITAL MODEL OF MOORINGIBERTHING IN THE PORT OF KRIBI
Source de financement
BUDGET AUTONOME(BA)
1.Objet New(Additif)

The General Manager of the Port Authority of Kribi, Contracting Authority, hereby launches a Call for Tenders to study and develop a digital model of mooring/berthing in the Port of Kribi.

2.Consistance des prestations New(Additif)

The objectives of the study are the following:

  • Check the characteristics of the mooring systems proposed by CHEC in phases 1 and 2;
  • Suggest potential technical and financial optimisations of the mooring systems proposed by CHEC in

phases 1 and 2;

  • Determine the downtime thresholds and improve the mooring system if necessary;
    • Analyse the resonance conditions of the harbour according to the responses of several types of moored vessels taking into consideration regular/irregular swell; wind, with gust effects, and current; hydrodynamic characteristics of the vessels (added mass, damping); non-linear characteristics of mooring lines and berthing fenders.

Services shall be detailed in the Terms of References.

3.Cout Prévisionnel New(Additif)

The provisional cost following prior studies shall be thirty million (30,000,000) CFAF all tax inclusive.

4.Allotissement New(Additif)

This Call for Tenders shall not be divided.

5.Participation et origine New(Additif)

This Call for Tenders shall be open to companies established in Cameroon and abroad, specialised in providing such services.

6.Financement New(Additif)

Services covered by this Call for Tenders shall be funded by the Budget of the Port Authority of Kribi, 2021 financial year.

7.Consultation du Dossier New(Additif)

The tender file can be consulted during opening hours at the Public Contracts Unit located on the ground floor of the new PAK 2-storey building, Head Office of the Port Authority in Kribi Tel.: (237) 222 46 21 00; Fax: (237) 222 46 21 04, P.o.Box: 203 Kribi, email: contact@pak.cm upon publication of this Call for Tenders.

8.Acquisition du Dossier New(Additif)

The tender file can be collected during opening hours at the Public Contracts Unit of the Port Authority of Kribi, on the ground floor of the new PAK 2-storey building Tel.: (237) 222 46 21 04, BP: 203 Kribi, email: contact@pak.cm, upon presentation of deposit receipt of a nun-refundable amount of fifty thousand (50,000) CFAF in the special account CAS-ARMP No.33598860001 94 of the Public Contracts Regulatory Agency (ARMP) opened in this regard at BICEC. The deposit receipt shall be scanned and sent to cipm@pak.cm. The tender documents shall then be sent back to the sender of the e-mail.

The copy of the receipt shall be submitted when collecting the Tender File.

9.Remises des offres New(Additif)

In application of the social distancing measures decreed by the Government of the Republic of Cameroon and the subsequent arrangements put in place by the Top Management of PAK to handle the health crisis linked

to the spread of Covid-19, each bid written in English or French shall be submitted via electronic means, no
  later than............................................ ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... MAT 71121                                    at 2 pm prompt, locale time, at the following address: cipm@oak.cm. The

files constituting the tender shall be transmitted in Microsoft Word format and protected from access by a password held exclusively by the bidder, until the opening of the tenders. Each bidder shall also indicate the e-mail address with which they intend to attend the bid opening by videoconference.

In addition, each offer will be sent in physical version in 7 copies including one (01) original and six (06) copies marked as such, at the latest on the date and time limit for submitting offers, to the following address:

seat of the Port Authority of Kribi, Head Office, ground floor of the R+2 Building of the Port Authority of Kribi located next to the MEAO building, Phone: (237) 233 431 610, BP: 203 Kribi, e-mail: contact@pak.cm.

It shall bear the following mention:

 "INTERNATIONAL OPEN CALL FOR TENDERS No.....0

./A010/PAKICIPM/2021 OF 3 1 MÂRS 202+0

STUDY AND DEVELOP A DIGITAL MODEL OF MOORING/BERTHING IN THE PORT OF KRIBI

TO BE OPENED ONLY DURING THE BID-OPENING SESSION."

10.Delai de Livraison New(Additif)

The maximum execution time provided by the Project Owner to carry out the works covered by this Call for Tenders shall be five (5) months.

11.Cautionnement Provisoire New(Additif)

Bids must be accompanied by a bid bond issued by a first-rate banking institution approved by the Minister in charge of finance (see Document 10 in the Tender File) and amounting to six hundred thousand (600,000) CFAF to be automatically released no later than 30 days after the expiry of the validity of the tenders

12.Recevabilité des Offres New(Additif)

Under penalty of rejection, administrative documents required must be provided in originals or certified copies by the issuing institution in accordance with the provisions of the Specific Rules of the Call for Tenders.

They must have been issued less than three (3) months before the original date of submission of bids.

Any bid that is incomplete in accordance with the requirements of the Tender File shall be declared inadmissible, especially the absence of a bid bond issued by a first-rate financial institution or bank approved by the Ministry of Finance.

13.Ouverture des Plis New(Additif)
  1. The opening of bids shall take place in two stages.

The opening of administrative and technical files shall take place on the 2 1 MAT 2021at 3:00 pm prompt, a local time, by the Internai Commission of Procurement (CIPM) in the conference room located on the 1st floor of the MEAO building in Kribi.

Bidders shall attend this opening session by videoconference via Microsoft Skype. Each representative connected shall present a duly signed mandate before the opening of the bids. Bidders shall provide the password to open the files constituting their bid, without which the bid shall not be accessible.

Financial files shall be opened alter the technical evaluation and shall apply only to bidders with the minimal score of 70.

14.Critères d'évaluation New(Additif)

A. Elimination criteria

1) Administrative

-       Lack of administrative document;

Lack of a bid bond;

False statement or forged document;

-     Non-compliance with the submission template.

2) Technical file

-     Financial solvency certificate below one-third (1/3) of the budget;

-     Technical score below 70/100.

3) Financial file

-     No quantified unit price;

-     No sub-details of quantified unit prices.

B. Key criteria

No.

Evaluation Criteria

Score

1

Bidder's references in similar services

15

2

Funding capacity

5

3

Methodology: work plan, understanding the mission.

20

4

Qualification and competence of key personnel assigned to carry out the mission

55

5

Logistical and material resources assigned to carry out the mission

5

Total file evaluation score

100

 

16. Selection method

The method used to select the services provider shall be based on quality and cost in accordance with the provisions of the Specific Regulations of the Call for Tenders, namely:

The respective weights assigned to the technical and financial bids are:

Weight of the technical bid (T) = 80%

Weight of the financial bid (F) = 20%

The overall score (Ng) of a bid is obtained by weighting the technical score (Nt) by the weight of the technical bid (T) and the financial score (NO by the weight of the financial bid (F) according to the following formula: Ng = (Nt x T + Nf x F).

The bid with the highest overall score (Ng) shall be ranked as the "best bid". The other bids shall be ranked in descending order of overall scores.

15.Attribution New(Additif)

The contract shall be awarded to the bidder with the "most competitive bid".

16.Durée Validité des Offres New(Additif)

Bidders shall be bound by their tenders for ninety (90) days with effect from the tender submission deadline

17.Renseignements Complémentaires New(Additif)

Additional information shall be obtained during working hours at the following address:

Port Authority of Kribi, Head Office, ground floor of the R+2 Building of the Port Authority of Kribi located next to the MEA() building, Phone: (237) 222 46 21 00, BP: 203 Kribi, e-mail: contact©pak,cm

KRIBI Le 31-03-2021
Le DIRECTEUR GÉNÉRAL
MELOM Patrice