Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 01-03-2023 à 16:10
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE MBANGA
OPEN NATIONNAL INVITATION TO TENDER (EMERGENCY) N°003/ONIT/C/MBA/CIGSMP/CIMBA/CIPM/2023 OF 28/02/2023  RELATING TO THE REHABILITATION WORKS OF THE AGRICULTURAL TRACK 2ND CROSSROADS DSCHANG KWATER ‑ PLANTATIONS BAKOSSI (06 KM), IN THE MBANGA COUNCIL, MOUNGO DIVISION, LITTORAL REGIONFinancing : PIB/MINADER, Financial year 2023
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the execution of the BIP for fiscalear 2023, the Ma or of the Commune of MBANGA, Contracting Authority and Project Owner, is launching, under an emergency procedure,   a National Open Call for Tenders for the REHABILITATION WORKS OF THE AGRICULTURAL TRAIL 2ND CARREFOUR DSHANG KWATER - BAKOSSI PLANTATIONS (06 KM), IN THE ARRONDISSEMENT OF MBANGA, MOUNGO DIVISION, LITTORAL REGION

2.Consistance des prestations New(Additif)

The works, which are the subject of this invitation to tender, comprise the REHABILITATION WORKS OF THE AGRICULTURAL TRAIL 2ND CARREFOUR DSCHANG KWATER - BAKOSSI PLANTATIONS (06 KM), IN THE ARRONDISSEMENT OF MBANGA, MOUNGO DIVISION, LITTORAL REGION

These are essentially made up of works under the following headings

  • Installation of the site ;
  • Right of way ;
  •  Earthworks and pavement.
3.Participation et origine New(Additif)

Participation in this call for tenders is open to any Cameroonian company with the administrative, technical and financial capacities required for the proper execution of the work.

4.Financement New(Additif)

The works, subject of this invitation to tender, shall be financed by the Public Investment Budget for Fiscal Year 2023 of the MINISTRY OF AGRICULTURE AND RURAL DEVELOPMENT (MINADER), in the form of transferred resources, according to the table below:

Nature of works

Enveloppe TTC

Budget Head

1

REHABILITATION WORKS OF THE AGRICULTURAL TRAIL 2ND CARREFOUR DSCHANG KWATER - BAKOSSI PLANTATIONS (06 KM), IN THE ARRONDISSEMENT OF MBANGA

Sixteen million (16 000 000) FCFA

 

5.Consultation du Dossier New(Additif)

As soon as this notice is published, the bidding documents can be consulted during working hours at the Technical Services of the Mbanga City Hall, INTERNAL UNIT OF PUBLIC CONTRACT MANAGEMENT, BP: 49.

6.Acquisition du Dossier New(Additif)

The bidding documents may be obtained during working hours at the Mbanga Town Hall, BP: 49; Tel: 699 703 029; e-mail: commune_mbanga@gmaitcom, upon publication of this notice, upon presentation of the Original Receipt of Payment to the Mbanga Municipal Receipt Office, of a non-refundable sum of 30,000 (Thirty Thousand) CFA Francs, representing the cost of purchasing the
DAO.
Under penalty of rejection, the receipt must clearly specify the number of the tender notice and must not contain any erasures or ents that could call into question its authenticity,
when withdrawing the Tender Notice, bidders must register by leaving their full address: Post Office Box, Telephone, Fax, E-mail, on a photocopy of the receipt.

 

7.Remises des offres New(Additif)

Each offer drafted in English or French in seven (07) copies including one (1) original and six (06) copies, marked as such should 701023 at  reach to the Mbanga Council, PO box 49 Mbanga, e-mail : commune.mbanciaRgmail.com not later than 23/03/2023 at 12 AM  local time and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER (EMERGENCY PROCEDURE) N°003/ONIT/CMBA/CIGSMP/CIPM/2023 OF  28/02/2023
RELATING TO THE REHABILITATION WORKS OF THE AGRICULTURAL TRACK 2ND CROSSROADS DSCHANG KWATER ‑ PLANTATIONS BAKOSSI (06 KM), IN THE MBANGA COUNCIL, MOUNGO DIVISION, LITTORAL REGION
Financing : PIB/MINADER, Financial year 2023
TO BE OPPENED ONLY DURING THE BID-OPENING SESSION

8.Delai de Livraison New(Additif)

The maximum execution period provided by the Employer for the execution of the works covered by this invitation to tender is ninety (90) calendar days, from the date of notification of the service order to start the works.

9.Recevabilité des Offres New(Additif)

Each bidder must attach to its administrative documents a bid bond issued by a first class bank or by an insurance company approved by the Ministry of Finance and listed in Exhibit 12 of the tender documents, in the amount of 320,000 (Three Hundred and Twenty Thousand) CFA francs.
In the absence of this bid bond and in accordance with Order No. 093/CAB/PM of November 5, 2002 fixing the amounts of the bid bond and the costs of the tender file, SMEs with national capital and management may produce a legal mortgage.
The other administrative documents required must be produced in originals or in copies certified as true by the issuing department in accordance with the provisions of the Special Rules for Invitations to Tender.
They must have been drawn up after the date of launch of the invitation to tender.

10.Ouverture des Plis New(Additif)

The bids shall be opened at once. Both administrative documents, technical and financial offers shall be do opened on  23/03/2023 at 1 PM by the Tenders Board attached to the Mayor of Mbanga Council in the Conference hall.
Each bidder may attend the opening session or may be represented by person of his choice, heaving an expert and excellent knowledge of the offers.

11.Critères d'évaluation New(Additif)

The evaluation criteria are: eliminatory criteria and essential criteria.

 Eliminatory Criteria:

a)   Absence of the bid bond ;

b)   Absence of supporting documents within 48 hours, of a non-conforming document, during the opening of the documents in the administrative file, with the exception of the bid bond;

  • False declaration or falsified document whatever the File. To this end, the Contracting Authority and the CIPM reserve the right to ' proceed with the authentication of any document presenting a doubtful character;

d)     Non-acceptance of the clauses of the contract (SCC and CCTP not initialed on each page, not signed and not dated at the end);

e)     Incomplete technical offer and for lack of

  • A statement on honor attesting that the bidder has not abandoned a contract in the last three years, and that it is not on the list of defaulting companies established by MINMAP;
  • A Works Supervisor with the qualifications required in the tender documents;

f)      Omission of a quantified unit price in the Unit Price Schedule and the Quantitative and Estimative Cost;

g)     Failure to obtain at least 23 Yes / 28 or at least 80% of the essential criteria.

Essential Criteria:
i)       Company's references;
ii)      Availability of essential materials and equipment;
iii)     Methodology and Implementation Schedule; (iv) Acceptance of contract terms;
v) Absence of the World Digital File of the technical and financial offers (on US8 key)

To be declared technically responsive, each offer must have met all the eliminatory criteria and obtained at least 23 Yes /28 or at least 80% of the essential criteria listed above, evaluated in accordance with the Technical Offer Scoring Grid.
Each bid to be declared technically responsive must have met all of the eliminatory criteria and obtained at least 80% of the essential
criteria listed above, evaluated in accordance with the Technical Bid Scoring Grid.
Each file declared technically conform most satisfy all eliminatory criterias and have at least 23 yes/28 there for 80% of the analysis
Criterias, Evaluated in conformity with the table of Evaluation the Technical file.

12.Attribution New(Additif)

The contracting authority will attribute the contract to the tenderer of which the offer has been declare conform for the essential to the bid invitation file and who dispose technical capacity and financial capacity to execute the contract in a satisfactory manner and who's the offer have been evaluated the least-saying.

13.Durée Validité des Offres New(Additif)

Bidders will remain committed to their offers for 90 days from the deadline set for the submission of tenders.

14.Renseignements Complémentaires New(Additif)

Complementary and technical information may be obtained at Mbanga Council, Project owner during working hours at Contracting Authority services.
Toll-free numbers
In order to improved good governance in the Public Contracts System (fight against corruption), numbers below (free of charge) can
be used if necessary.
For any case of corruption, please call or send a sms at the following numbers: 673 205 7251699 370 748.

MBANGA Le 28-02-2023
Le MAYOR
ENDALLE EPSE EJAKE MBONDO HENRIETTE