Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 21-05-2021 à 14:53
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE JAKIRI
OPEN NATIONAL INVITATION TO TENDER  N°:04/ONIT/MINDDEVEL-BUI/JC/JCITB/2021 0F 13/05/2021 FOR THE REHABILITATION OF A BLOCK OF (02) CLASSROOMS AT GBNS JAKIRI GROUP I IN JAKIRI MUNICIPALITY, BUI DIVISION AND NORTH-WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2021 Public Investment Budget (PIB of the ministry of Basic Education), the Mayor of Jakiri Council “Contracting Authority” hereby launches by emergency procedure an open National Invitation to Tender for the rehabilitation of a block of two (02) classrooms at GBNS Jakiri Group I in Jakiri Municipality. This invitation to tender comprises as follows:

S/N

Project

Locality

Amount for bid bond

Project Amount

Budget Heads

Duration in months

01

Rehabilitation of a block of two (02) classrooms at GBNS Group I

Jakiri in Jakiri Municipality

 220,000

11,000,000

5515196026416262222

03

 

2.Consistance des prestations New(Additif)

Work to be done consists of rehabilitating a block of two (02) classrooms at GBNSJakiri Group I in Jakiri Municipality, Bui Division. The works include the following:

Lot 100: Preparatory works and studies

Lot 200: Earth Works

Lot 300: Foundation

Lot 400: Block work in elevation

Lot 500: Carpentryworks

Lot 600: Metallicworks

Lot 700: Electricity

Lot 800: Painting

Lot  900: Drainage works and pavement

Lot  1000: Hygiene and Environmental Protection

3.Cout Prévisionnel New(Additif)

Group I in Jakiri Municipality. This invitation to tender comprises as follows:

S/N

Project

Locality

Amount for bid bond

Project Amount

Budget Heads

Duration in months

01

Rehabilitation of a block of two (02) classrooms at GBNS Group I

Jakiri in Jakiri Municipality

 220,000

11,000,000

5515196026416262222

03

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

 Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned.

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of Basic Education for the 2021 financial year assigned to the Mayor of Jakiri Council as Contracting Authority with Budget Heads N°: 5515 196 02 641626 2222

7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Jakiri Council Office of Award for Public Contract TEL: 677977256

 

8.Acquisition du Dossier New(Additif)

The file may be obtained at the Jakiri Council, at the Service for the award of Public Contracts, Telephone N0 677977256as soon as this notice is published against payment of a non- refundable sum of (20, 000) Fifty thousand CFA francs, payable at the Jakiri Council Treasury(679691743) representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Jakiri Council at the Service for the award of Public Contracts, not later than the…08/06/2021at 10.00 Noon local time. It should be labelled as follows:

“OPEN NATIONAL INVITATION TO TENDER

 

N° 04 /ONIT/MINDDEVEL-BUI/JC/JCITB/2021 0F 13/05/2021 FOR THE REHABILITATION OF A BLOCK OF TWO (02) CLASSROOMS AT GBNS JAKIRI GROUP I IN JAKIRI MUNICIPALITY, BUI DIVISION OF THE NORTH-WEST REGION.

TO BE OPENED ONLY DURING THE BID OPENING SESSION

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be three months(03) 90 calendar dys, 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)

Each bidder should include in his administrative document, a bid bond of FCFA 220 000 [two hundred and twentythousand CFA francs ) issued by a first rate-bank approved by the Ministry in charge of Finance in conformity with COBAC conditions.

Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced in accordance with the Special Conditions of the invitation to tender. They shall neither be older than three (03) months nor be produced before the signing of the tender notice.

            Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted, especially the absence of a bid bond issued by a first rate-bank, approved by the Ministry in charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained.

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively be produced in accordance with the Special Regulations of the invitation to tender.

They must obligatorily not be 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 bids shall be opened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on the 08/06/2021at 11:00 AM local time, by the Jakiri Council Internal Tenders Board in the Council Hall.

Only bidders may attend or be represented by duly mandated persons of their choice.

14.Critères d'évaluation New(Additif)

Evaluation criteria
There are two types of evaluation criteria: eliminatory and essential criteria.  The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.

i.                    Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
 
They refer especially to:
 
Absence of bid bond
Deadline for delivery higher than prescribed;
False declaration, forged or scanned documents;
A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.
Two Bids with the same personnel
Incomplete financial file.
Technical assessment mark lower than 75% of “Yes”.
 
ii.                  Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:
General presentation of the tender files;
References of the company in similar achievements;
Experience of supervisory staff  ;
Logistics (Equipment);
Methodology;
Financial capacity;
Attestation of site visit signed by the Contractor with pictures
Report of site visit signed by the Contractor
The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped);
Special Administrative Clauses completed (each page should be initialed and the last page signed and stamped);
Pre – Financing capacity not less than 75% of  the amount required in the offer
The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).
Iii   Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 75% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 75%of the essential criteria
 

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 (a) 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 technical information may be obtained during working hours at the Jakiri Council,Office of Award of Public Contracts.

BAMENDA Le 13-05-2021
Le MAYOR
WIRNGO KIBO Buba