Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 22-03-2022 à 11:08
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BATIBO
“OPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDURE N°0004 /ONIT/BC/BCITB/2022 OF 03/03/2022 THE EXECUTION OF MANUAL ROAD MAINTENANCE WORKS ON THE PAVED SECTION OF THE NATIONAL ROAD N6: BAMENDA – BALI -BATIBO (FROM PK 0+000 TO PK 43+000) 43 KM.                                                                                                                                            FUNDING: MINTP BUDGET, ROAD FUND LINE - FISCAL YEAR 2022.   Name of project Amount of project Amount of bid bond Cost of tender file :  EXECUTION OF MANUAL ROAD MAINTENANCE WORKS ON THE PAVED SECTION OF THE NATIONAL ROAD N6: BAMENDA – BALI -BATIBO (FROM PK 0+000 TO PK 43+000) 43 KM.   25,000,000  (Twenty five thousand) F CFA   500,000 (Five hundred thousand) F CFA   42,000 (Fourty two thousand) F CFA
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Mayor Batibo Council, Project Owner, launches on behalf of the Republic of Cameroon an Open National Invitation to Tender, in emergency procedure for the realization of the aforementioned operation.

The Call for Tenders concerns the EXECUTION OF MANUAL ROAD MAINTENANCE WORKS ON THE PAVED SECTION OF THE NATIONAL ROAD N6: BAMENDA – BALI -BATIBO (FROM PK 0+000 TO PK 43+000) 43 KM., annual programme 2022, for a period of one year executed in two (02) phases with an interval of at least six (06) months between phases and will be funded by the 2022 annual program of the Road Fund. 

2.Consistance des prestations New(Additif)

This work includes (list of task according to council):

 

  • Task 1: Weeding or clearing brush from the roadside;
  • Task 2: Pruning of trees and/or shrubs;
  • Task 3: Possible felling of trees and/or shrubs;
  • Task 4: Stripping and cleaning of the shoulders;
  • Task 5: Cleaning of existing hydraulic structures;
  • Task 6: Cleaning of ditches and outlets;

Task 7: Clearance upstream and downstream of engineering structures and on sections of the riverbed;

3.Cout Prévisionnel New(Additif)

The estimated cost of all the work provided for in this Open National Invitation to Tender, in emergency procedure is: Twenty five million (25,000,000) FCFA All Taxes Included.

Amount of the lot is presented below:

 

Lot

Amount including VAT in F CFA

1

25,000,000

TOTAL

25,000,000

4.Allotissement New(Additif)

The work is divided into a lot according to the following route:

N° Lot

 

Road

 

Type

Intervention sections

Length (Km)

Projected

Budget

TTC

 

Deadline (months)

Project manager

 

1

 

N6

 

C.L

Bamenda – Bali -Batibo(from 0+000 to pk 43+000)

 

43

 

25,000,000

12

 

 

Head of technical department territorially

competent

 

 

 

TOTAL

25,000,000

Adapted according to the context: two (02) phases with an interval of at least six (06) months between phases

5.Participation et origine New(Additif)

Participation is open on equal terms to all small and medium-sized enterprises under Cameroonian law.

6.Financement New(Additif)

The works subject to this Call for Tenders are financed by the Budget of the Ministry of Public Works road fund 2022 financial year. 

7.Consultation du Dossier New(Additif)

The tender file may be consulted at the Batibo council office (Secretariat) during working hours, as soon as this tender notice is published.

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the Batibo council office upon presentation of a non-refundable treasury receipt of 42 000 (forty-two thousand) FCFA. Such a receiptshall identify the payer as representing the company that wants to participate in the tender.

 

 

9.Remises des offres New(Additif)

The tender file in three (03) volumes shall be enclosed in three sealed envelopes.

  • Envelope A containing the administrative documents (Volume 1);
  • Envelope B containing the technical offer (Volume 2);
  • Envelope C containing the financial offer (Volume 3).

The three volumes shall then be enclosed in a single sealed envelope bearing only the reference of the tender in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour.

Each offer or bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a receipt at the Batibo council office not later than 29/03/2022 at 10 a.m local time and should carry the inscription:

 

ʺOPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDUREʺ

                                            N0004 /ONIT/BC/BCITB/2022 OF 03/03/2022

FOR THE EXECUTION OF MANUAL ROAD MAINTENANCE WORKS ON THE PAVED SECTION OF THE NATIONAL ROAD N6: BAMENDA – BALI -BATIBO (FROM PK 0+000 TO PK 43+000) 43 KM., MOMO DIVISION, NORTH WEST REGION.

 

                               «To be opened only during the bid opening session »

 

The offers or the bids submitted after the stipulated deadline shall not be received.

 

10.Delai de Livraison New(Additif)

The contract to be awarded at the end of the Open National Invitation to Tender, in emergency procedure will extend over twelve (12) months with an interval of at least six (06) months between the two (02) consecutive phases

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents a bid bond issued by a first rate bank approved by the Ministry in charge of Finance featuring in the annex of the tender file of the sum of 500 000 (five hundred thousand) FCFA.

The provisional deposit shall be automatically released not later than 30 (thirty) days following the expiry of the validity of the bids for bidders who shall not be retained. In the case where the bidder is awarded the contract, the provisional deposit shall be released after the constitution of the final bond.

12.Recevabilité des Offres New(Additif)

The bids not respecting the separation mode of the financial bid from the administrative and technical bids shall be rejected.

Any bid not in conformity with the prescription of this tender notice and tender file shall be declared inadmissible. Especially the absence of a bid bond of a first rate bank approved by the Ministry of Finance and valid for a period of thirty (30) days shall be rejected.

 

Least they are rejected, only the originals or certified true copies by the issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three (03) months and must be valid during the bid opening session.

13.Ouverture des Plis New(Additif)

The opening of the bids in one phase shall be done on 29/03/2022 at 11a.m in the Conference Hall of the Batibo Council by the competent tender board.

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 of the bids

The evaluation of the bids shall be done in three (03) steps:

  • 1st step: Verification of the conformity of the administrative file;
  • 2nd step: Evaluation of the technical file;
  • 3rd step: Analysis of the financial file.

The criteria of evaluation are the following:

 -Eliminatory criteria

 - Administrative documents

  • Any offer not in conformity with the prescriptions of this tender file shall be declared inadmissible. Especially the lack of the provisional guarantee;
  • Absence of a document in the administrative file;
  • False declaration or falsified documents.

 - Technical file

  • Incomplete  or non compliant documents;
  • False declaration, forged or scanned documents;
  • Absence of the pre-financing capacity of at least six million two hundred and fifty thousand (6,250,000) F CFA.
  • Technical assessment mark lower than 75% of “Yes”.
  • Nonexistence in the technical file of the rubric « organization, methodology and planning »

 - Financial offer

  • Incomplete financial offer;
  • Non-compliant documents;
  • Omission of quantified unit price in the financial offer;
  • Absence of break down price.
  • Modification of the model break down unit price

Essential criteria:

The technical offer of the bidder shall be assessed along the following lines:

S/N

Designation

MARKS

 

01

General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents in the order given in this tender file, quality of document.

 

02

 

02

Quality of Requested staff: Qualifications,experience of personnel affected to the project, CV, NIC and attestation of availability signed and dated.

 

05

 

03

Technical equipment/material affected to the project: The company should justify the property of the necessary material to the execution of works.

 

04

 

04

Reference of the enterprise:

  • Turnover in the past two years;
  • Experience in road/public works

 

02

05

Presence of the methodology of work execution

08

06

Presence of  the pre-financing capacity

01

 

The note of the technical offer will be gotten by addition of marks for every criterion. Only the technical offer having gotten an equal or superior note to 75% of YES will be kept for the financial evaluation.

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 of the public contracts code).

 

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their bids 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 every day during working hours from the Council office

BAMENDA Le 03-03-2022
Le MAYOR
ACHA KENNEDY NGU