Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 13-04-2022 à 14:40
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE KOMBO ITINDI
TENDER NOTICE OPEN NATIONAL INVITATION TO TENDER N° 002/ONIT/KIC/K1CITB/2022 OF 15/02/2022 FOR THE CONSTRUCTION OF A REINFORCE CONCRETE SUSPENDED FOOTPATH IN BARRACKS - KOMBO ITINDI SUB DIVISION, NDIAN DIVISION, SOUTH WEST REGION BY EMMERGENCY PROCEDURE
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

1) Within the framework of the execution of the 2022 state budget, the State of Cameroon represented by THE LORD MAYOR KOMBO ITINDI COUNCIL hereby launches in an emergency procedure an open national invitation FOR THE CONSTRUCTION OF A REINFORCE CONCRETE SUSPENDED FOOTPATH IN BARRACKS ‑ KOMBO ITINDI SUB DIVISION, NDIAN DIVISION, SOUTH WEST REGION BY EMMERGENCY PROCEDURE

2.Consistance des prestations New(Additif)

The construction works and supplies subject to this invitation to tender include detail description of the items found in the bill of quantities (detail cost estimate).

3.Cout Prévisionnel New(Additif)

Estimated cost   :

50 000 000

 

4.Participation et origine New(Additif)

Participation in this present invitation to tender is opened to all registered and qualified companies or groups of companies based in the Republic of Cameroon, with the necessary financial capability, technical and professional expertise in Public works (construction domain). And supplies of equipment

5.Financement New(Additif)

The said works shall be financed as per the following programmed budget head of the 2022 Public Investment Budget (PIB 2022) of the Republic of Cameroon under the Ministry Of Decentralisation and Local Development assigned to THE LORD MAYOR KOMBO ITINDI

6.Consultation du Dossier New(Additif)

The Tender documents may be consulted and obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority (Service in charge of the award of contracts) during working hours at the KOMBO ITINDI COUNCIL. The document shall be obtained upon presentation of a receipt testifying to the payment of a non-refundable sum of Sixty Five Thousand (65,000) Francs CFA payable to the SUB Treasury KOMBO ITINDI.

7.Acquisition du Dossier New(Additif)

1)        Each bidder shall enclose in his administrative documents a bid bond (provisional guarantee) that respects the model in this tender file of One million

 

(1,000,000) francs CFA for issued by a first-rate bank approved by the Ministry in charge of Finance featuring on the list in document 10 of the tender file and valid for thirty (30) days beyond the validity of the tenders.

Only originals or true copies certified by the issuing services of the required administrative documents (Senior Divisional Officer, Sub Divisional officer or Taxation Officials, etc.), including the bid bond, must imperatively be produced in accordance with the Special Tender Regulations or such bids shall be subject to rejection. They must obligatorily not be older than three (03) months or must be produced after the signing of the tender file. Double certification shall not he accepted. Any bid that shall not be in conformity with the prescriptions of this tender shall be declared inadmissible.

The provisional guarantee will be released no later than thirty (3()) days after the period of bid validity for unsuccessful bidders. For the bidder who is awarded the contract, the provisional guarantee will be released after constitution of the final guarantee.

NB: The successful bidder shall during site installation present the originals of the respective documents for strict verification of their authenticity.

ITEM

Purchase of Tender File

Bid Bond

Estimated cost

Execution Period

COST

65,000FCFA

1,000,000FCFA

50,000,000FCFA

Three Month

8.Remises des offres New(Additif)

 

8) SUBMISSION OF OFFERS: Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (7) copies, that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed pack containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical file and Envelope C: Financial file. The sealed pack shall bear no information about the company and shall reach the. Service in charge of the award of contracts (AT KOMBO ITINDI) not later than 28/04/ 2022 at 10 am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic.

The sealed pack shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER
N° 002/ONIT/MAYOR/KICITB/2022 OF 15/02/2022

FOR THE CONSTRUCTION OF A REINFORCE CONCRETE SUSPENDED
FOOTPATH IN BARRACKS - IN KOMBO ITINDI SUB DIVISION, NDIAN
DIVISION, SOUTH WEST REGION BY EMMERGENCY PROCEDURE

(To be opened only during bids opening session)

9.Delai de Livraison New(Additif)

1)        The maximum deadline for the execution provided for by the Contracting Authority shall be four months (120 calendar days) with effect from date of notification of the Service Order to start works.

10.Cautionnement Provisoire New(Additif)

he successful bidder shall during site installation present the originals of the respective documents for strict verification of their authenticity.

ITEM

Purchase of Tender File

Bid Bond

Estimated cost

Execution Period

COST

65,000FCFA

1,000,000FCFA

50,000,000FCFA

Three Month

11.Recevabilité des Offres New(Additif)

 

8) SUBMISSION OF OFFERS: Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (7) copies, that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed pack containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical file and Envelope C: Financial file. The sealed pack shall bear no information about the company and shall reach the. Service in charge of the award of contracts (AT KOMBO ITINDI) not later than 28/04/ 2022 at 10 am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic.

The sealed pack shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER
N° 002/ONIT/MAYOR/KICITB/2022 OF 15/02/2022

FOR THE CONSTRUCTION OF A REINFORCE CONCRETE SUSPENDED
FOOTPATH IN BARRACKS - IN KOMBO ITINDI SUB DIVISION, NDIAN
DIVISION, SOUTH WEST REGION BY EMMERGENCY PROCEDURE

(To be opened only during bids opening session)

12.Ouverture des Plis New(Additif)

The offers shall be opened on thz 28/04/2022 at 11 am in a single phase, according to the following schedule, in the office of the chairman of the tenders Board for KOMBO

ITINDI COUNCIL situated at KOMBO ITINDI. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Any bid which shall not comply with the requirements of the tender file shall be rejected. Bids shall be opened and assessed in a single (01) phase and two stages.

a) Stage I shall involve:

i)        Opening and appraisal of validity, authenticity and completeness

ii)      Opening of envelopes containing technical documents to appraise and evaluate technical proposals NB: Any bids which shall not obtain 75% score in the technical evaluation shall simply be eliminated.

b) Stage II Opening of financial offers to appraise proposed amount for the project.

13.Critères d'évaluation New(Additif)

Bids submitted in unsealed envelopes and packs: Offers (bids) submitted after the deadline or time limit;

Absence of original or properly certified administrative dochments,

Administrative documents more than 3months old;

Incomplete technical or financial documents;

-     Omission of unit price schedule ;

None justification of capacity to pre-finance ;

-     Technical and administrative evaluation mark less than 75% ;

False declaration or forged documents ;

Work supervisor of the company having less than three (03) years of experience;

Site Foreman having less than five (05) years of working experience;

-     Bidder has an abandon or on-going projects for the previous years with in Ndian Division.

B) Evaluation Criteria: The preliminary evaluation shall be the binary method (YES/NO) based on the following essential criteria:

CRITERA

ELEMENTS

General presentation of the bids

6 Elements

Experience of the company

3 Elements

Quality of personnel and management of the company

16 Elements

Technical equipment list

2 Elements

Methodology / organization of works

16 Elements

Financial capability

1 Elements

TOTAL

44 ELEMENTS

 

NB:

- Any Bid that shall not obtain 75% evaluation shall simply be rejected.

- Details of these main qualification criteria are specified in the assessment grid found in the Special Tender Regulations (RPAO).

14.Attribution New(Additif)

The contract shall be awarded to the lowest bidder, who fulfils the technical and administrative requirements

15.Durée Validité des Offres New(Additif)

Additional (supplementary) technical information may be obtained during working hours from the service for the award of contracts.

16.Renseignements Complémentaires New(Additif)

12)    The Delegated Contracting Authority reserves the right, if warranted, to subsequently amend this invitation to tender.

MUDEMBA Le 08-04-2022
Le MAYOR
EDONDE ETIM Cornelius