The Mayor of SANTA Council ; CONTRACTING AUTHORITY, initiates on the behalf of the Republic of Cameroon, a OPENNational Invitation to tender for the realization of the operation mentioned above:
The purpose of the tender is the execution of works for the tarring with three coats surface-dressing of the roads section:MILE 6 JUNCTION - FON PALACE - GBHS (LENGTH 690m; Average width 8,00 m)in the Santa council area, mezam division, north-westregion
These works comprise the following descriptions:
SERIE 100: PRELIMINARY WORKS
SERIE 200: EARTH WORKS
SERIE 300: FOUNDATION AND BASE LAYERS
SERIE 400: DRAINAGE
SERIE 500: SIGNALISATION
SERIE 600: OTHERS NETWORK
SERIE 700: GREEN SPACE
LOT |
Stretch of road |
Council concerned |
Road nomenclature |
Distance (m) |
Previewed Budget (TTC) |
Duration (months) |
1 |
MILE 6 JUNCTION - FON PALACE - GBHS |
SANTA |
CR |
690 |
157, 367,525 |
5 |
|
TOTAL |
690 |
157, 367,525 |
5 |
The works subject to this invitation to tender, are presented in ONE lot, following the itinerary described below:
LOT |
Stretch of road |
Council concerned |
Road nomenclature |
Distance (m) |
Previewed Budget (TTC) |
Duration (months) |
1 |
MILE 6 JUNCTION - FON PALACE - GBHS |
SANTA |
CR |
690 |
157, 367,525 |
5 |
|
TOTAL |
690 |
157, 367,525 |
5 |
Participation in this invitation to tender is OPEN to the registered and qualified companies or groups of companies based in the Republic of Cameroon.
The Works on This tender are funded by the budget of the Ministry of Housing and Urban Development, through the 2021 financial year..
The tender file can be consulted in the office of the contracting authority, at the Mayor of SANTA council office
The tender file can be obtained in the office of the contracting authority, precisely in the office of the Mayor of SANTA council situated at Mucham quarter, on presentation of a payment receipt to the public treasury, of a nonrefundable purchase fee for the tender file. 140, 000 (ONE HUNDRED AND FORTY THOUSAND cfa) Francs CFA.
Thisreceipt should be able to identify the buyer as the representative of the bidder, wishing to participate in the consultation.
The bid documents will be presented in three envelopes as illustrated bellow:
The Envelope A containing Administrative documents (volume 1) ;
The Envelope B containing Technical documents (Volume 2) ;
The Envelope C containing financial documents (Volume 3).
All constituted documents (Enveloppes A, B et C), will be put in a big sealed bearing only the title of the OPEN national invitation to tender.
The various documents in each bid will be numbered in the order of the tender file and with separators of different colors other that white.
Each bid, prepared in English or in French in (07) seven copies, that is (01) one original and (06) six copies noted as such, shall be forwarded to the contracting authority, notably to the Mayor of SANTA council office situated atMucham quarter, latest the : 26/05/2021 at 10AM local time bearing the Caption
« OPEN NATIONAL INVITATION TO TENDERN° 014/ ONIT/SC/SCITB/MINHDU/2O21 OF 04/05/2021FOR THE EXECUTION OF WORKS FOR THE TARRING WITH THREE COATS SURFACE-DRESSING OF THE ROADS SECTION: MILE 6 JUNCTION –FON PALACE-GBHS (LENGTH 690m; Average width 8, 00 m) IN THE SANTA COUCNCIL AREA, MEZAM DIVISION, NORTH-WEST REGION BY EMERGENCY PROCEDURE”
.
Duration (months) |
5 |
The bids should be accompanied by a temporal bid bond (BankTender Guarantee), established as per the indicated Model in this tender file, by a financial institution accredited by the Ministry of
Finance, and of an Amount equal to:
Lot Number |
Amount of the bid Bond in cfa F (Tender guarantee) |
UNIQUE LOT |
3,147,350FCFA |
To avoid being rejected, the original copy of the bid bond (Bank tender guarantee) should be produce dating less than 3 (three) months.
The temporal bid bond shall automatically be liberated highest 30 (thirty days) days upon expiration of the validity of the bids for the unsuccessful bidders. In case where the bidder is awarded the contract, the temporal bid bond is liberated after the production of the final bond.
Bids that will be submitted after the date and time mentioned above or those that will not respect the separation model indicated in the different documents in each bid shall not be accepted.
To avoid being rejected, the required Administrative documents, will be imperatively produced in original or in certified true copies by the issuing service, in conformity with the stipulation of the rules and regulations of this tender.
These Administrative documents have a validity period of (03) three months. This validity period has to begin after the date of the lunching of the tender.
The opening of bids shall take place on the 26/05/2021 at 11AMin Santa Council in the conference hall of the SANTA council by the internal tender’s Board.
The opening of bids will be done at once and in three stages:
- Stage 1: Opening of envelope A containing Administrative document (volume 1),
- Stage 2: Opening of envelope B containing Technical document (volume 2)
- Stage 3: Opening of envelope C containing financial document (volume 3).
All the bidders can take part in this opening session or can be represented by one person dully mandated (Even in case of joint-venture) who has a perfect mastery of the tender file.
MAIN CRITERIA OF EVALUATION OF THE BIDS :
- : ELIMINATORY CRITERIA :
a) Absence of submission bid bond (tender bank guarantee) ;
b) Absence after a period of 48 hours following the deposit of bids, of at least one of the administrative document, excluding that of the submission bid bond;
c) False declaration, falsified or nonauthentic document;
d) Incomplete technical Bid,
e) Change of quantity
f) Omission of a unit price in the schedule of unit prices and the bill of quantities and cost estimates;
g) Incomplete financial bid for absence of one of the following documents:
h) Not having obtain at least seven out the ten criteria, following the evaluation of the essential technical criteria.
:essential criteria :
The technical bids will be evaluated according to the following ten (10) main criteria:
a. Key personnel of the enterprise on three (03) criteria ;
b. The site equipment to be mobilized on five (05) criteria ;
c. The Enterprise references on two (02) criteria.
The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.
N/A
Additional information in relation to technical details can be obtained at the office of the contracting authority, The Mayor of SANTA Counciloffice