Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 02-03-2023 à 09:53
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE FUNDONG
No. 01/ONIT/ FUNDONG COUNCIL /FCITB /2023, OF 15/02/2023 FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.P.S. NGWAINKUMA (LOT 1), CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.S. MBENGKAS (LOT 2), COMPLETION OF CONSTRUCTION OF 02 CLASSROOMS AT G.S BAISO (LOT 3) AND CONSTRUCTION OF A NURSERY BLOCK AT G.N.S FUJUA – HAUSA (LOT 4) IN THE FUNDONG MUNICIPALITY, BOYO DIVISION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

 Within the framework of the execution of the 2023 state budget, the State of Cameroon represented by the Mayor of Fundong Council hereby launches an open national invitation to tender FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.P.S. NGWAINKUMA (LOT 1), CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.S. MBENGKAS (LOT 2), COMPLETION OF CONSTRUCTION OF 02 CLASSROOM AT GS BAISO (LOT 3) AND CONSTRUCTION OF A NURSERY BLOCK AT GNS FUJUA – HAUSA (LOT 4) IN THE FUNDONG MUNICIPALITY, BOYO DIVISION

2.Consistance des prestations New(Additif)

The different tasks to be executed for this project shall comprise the following:

 

FOR LOT 1 AND LOT 2

1)      PRELIMINARY WORKS

2)      EARTH WORK

3)      FOUNDATION

4)      WALL MASONARY

5)      ROOF

6)      METALLIC WORKS AND JOINERY

7)      ELECTRICITY

8)      PAINTING

9)      EXTERNAL WORKS

FOR LOT 3

  1. SITE INSTALLATION
  2. FOUNDATION
  3. BLOCK WORK IN ELEVATION
  4. CARPENTARY AND JOINERY WORKS
  5. METALLIC WORKS
  6. CARPENTRY AND ROOFING
  7. ELECTRICITY
  8. PAINTING
  9. DRAINAGE AND PAVEMENT

 

FOR LOT 4

  1. PRELIMINARY WORKS
  2. EARTH WORKS
  3. FOUNDATION
  4. WALL MASONRY
  5. CARPENTRY AND ROOFING
  6. METALIC WORKS AND JOINERY
  7. SANITARY AND PLUMBING
  8. ELECTRICITY
  9. PAINTING

EXTERNAL WORKS

3.Cout Prévisionnel New(Additif)

    Estimated cost: The estimated cost after preliminary studies are as follows

    

LOT

Subject

Amount for the Project

Expenditure authorization N°

IMPUTATION

LOT 1

CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.P.S. NGWAINKUMA

23,000,000

FCFA

IY01363

57 15 102 C1 641605 523314

LOT 2

CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.S. MBENGKAS

24,000,000 FCFA

IY01364

57 15 102 C1 641605 523314 426

LOT 3

COMPLETION OF CONSTRUCTION OF 02 CLASSROOM AT GS BAISO

15,000,000 FCFA

IY01365

57 15 102 C1 641605 523314 426

LOT 4

CONSTRUCTION OF A NURSERY BLOCK AT GNS FUJUA – HAUSA

22,974,926 FCFA

IY01367

57 15 101 C2 641605 523314 426

4.Allotissement New(Additif)

-      LOT 1:CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.P.S. NGWAINKUMA

-      LOT 2:  CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.S. MBENGKAS

-      LOT 3:  COMPLETION OF CONSTRUCTION OF 02 CLASSROOM AT G.S BAISO

-      LOT 4: CONSTRUCTION OF A NURSERY BLOCK AT G.N.S FUJUA – HAUSA

 

5.Participation et origine New(Additif)

N/A

6.Financement New(Additif)

The said works shall all be financed by the Public Investment Budget under the Ministry of Basic Education (MINEDUB) for LOT 1, Lot 2, Lot 3 and Lot 4

7.Consultation du Dossier New(Additif)

The Tender documents may be consulted and obtained immediately after publication of this invitation to tender from the Contracts Management Unit of the Fundong council during working hours

8.Acquisition du Dossier New(Additif)

The Tender file shall be obtained from the Fundong Council Chamber as soon as this notice is published against payment of a non-refundable sum of One Hundred Thousand (100,000) Francs CFA payable at the Fundong Council Treasury. Such receipt shall identify the payer as representing the company that wants to participate in the tender.

9.Remises des offres New(Additif)

      Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in Seven (07) copies, that is one (01) original and six (06) copies labelled as such. These shall be submitted in one external envelope - sealed, containing three (3) internal envelopes, that is,

-      Envelope A: Administrative Documents,

-      Envelope B: Technical file

-      Envelope C: Financial file.

The sealed external envelope shall bear no information about the company and shall reach the Fundong Council secretariat not later than the 03/03/2023 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 BY EMERGENCY PROCEDURE 

No. 01/ONIT/ FUNDONG COUNCIL /FCITB /2023, OF  15/02//2023

FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.P.S. NGWAINKUMA (LOT 1), CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.S. MBENGKAS (LOT 2), COMPLETION OF CONSTRUCTION OF 02 CLASSROOMS AT G.S BAISO (LOT 3) AND CONSTRUCTION OF A NURSERY BLOCK AT G.N.S FUJUA – HAUSA (LOT 4) IN THE FUNDONG MUNICIPALITY, BOYO DIVISION

(To be opened only during the bids opening session

10.Delai de Livraison New(Additif)

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 Administrative Order to start works

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry of Finance - the list of which is found in document No. 12 of the Tender File, whose amount is Four Hundred and Sixty Thousand, (460,000) FCFA for LOT 1, Four Hundred Eighty Thousand (480,000) FCFA for LOT 2,  Three Hundred Thousand, (300,0000) FCFA for LOT 3 and Four Hundred and Fifty-Nine Thousand, Five Hundred Francs (459,500) FCFA for LOT 4  and shall be valid for thirty (30) days beyond the deadline of validity of bids.

LOT

Subject

Locality

Bid Bond

Tender fee

LOT 1

CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.P.S. NGWAINKUMA

NGWAINKUMA

460,000

F.CFA

 

 

 

 

100,000 F.CFA

LOT 2

CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT G.S. MBENGKAS

MBENGKAS

480,000

F.CFA

 

LOT 3

COMPLETION OF CONSTRUCTION OF 02 CLASSROOM AT G.S BAISO

BAISO

300,000

F.CFA

 

LOT 4

CONSTRUCTION OF A NURSERY BLOCK AT G.N.S FUJUA – HAUSA

FUJUA - HAUSA

459, 500

FCFA

 

12.Recevabilité des Offres New(Additif)

At the risk of being rejected, only originals or certified true copies by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of this Invitation to Tender. They must not be more than three (3) months old as at the date of submission of bids or must not be established before 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 and valid for a period of thirty days shall be rejected.

 

13.Ouverture des Plis New(Additif)

The bids shall be opened in a single phase, in the Fundong Council Hall, on 03/03/2023 at 11:00am. Only bidders or their authorized representatives, having a perfect knowledge of the file may attend the bids opening session. Any bid which shall not comply with the requirements of the Tender File shall be rejected

14.Critères d'évaluation New(Additif)

The bids shall be evaluated in three (03) steps:

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

The criteria of evaluation are the following:

14.1- Eliminatory criteria

  1. 1.      Absence of the bid bond
  2. 2.      Deadline for delivery higher than prescribed;
  3. 3.      False declaration or falsified documents;
  4. 4.      A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
  5. 5.      Incomplete financial file;
  6. 6.      Change of quantity or unit of the Tender file in the financial bid;
  7. 7.      Non respect of 70% of essential criteria;

During the opening session of the bids if a document of the administrative bid is absent or noncompliant, the bidder will be given forty-eight (48) hours to produce or replace the said document else it will be eliminated during the evaluation of the bids. No such document will be accepted after this deadline. This shall not be applied to the bid bond.

 

14.2- Administrative documents

  • Absent of Bid bond
  • Any Administrative document not in conformity with the prescriptions of this tender file shall results in elimination if the situation is not regularized within forty-Eight Hours. This rule shall not be applied to the Bid Bond
  • Any bids not in conformity with the prescriptions of this tender shall be inadmissible
  • False declaration or falsified documents.

14.3- Technical File

  • Complete documents or scanned documents ;
  • False declaration, forged or scanned documents;
  • Technical assessment mark lower than 70% of “YES”.

14.4- Financial Offer

  • Incomplete financial Offer;
  • Non-compliant documents;
  • Omission of quantified unit price in the financial offer;
  • Absence of breakdown of prices;

Essential criteria: General presentation of the tender files;

  1. Financial capacity;
  2. References of the company in similar achievements;
  3. Quality of the personnel; 
  4. Technical organization of the works;
  5. Safety measures on the site;
  6. Logistics;
  7. Attestation and report of site visit;
  8. Special Technical Clauses initialed in all the pages;
  9. Special Administrative Clauses completed and initialed in all the pages.

These essential criteria are subject to lower limits, the details of which are spelled out in the Special Regulations of the invitation to tender.

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

NO

CRITERIA

MARKS

1.

General presentation

YES/NO

2.

Quality of the personnel

YES/NO

3.

Execution Methodology

YES/NO

4

Equipment

YES/NO

5

Pre-financing capacity

YES/NO

6.

References of the bidder

YES/NO

7

Attestation and report of site visit

YES/NO

8

Non-existence in the technical file of the rubric “organization, methodology and planning

YES/NO

9

Special Technical Clauses initialled in all the pages and signed, stamped and dated on the last page;

YES/NO

10

Special Administrative Clauses completed and initialled on all the pages and signed, stamped and dated on the last page

YES/NO

 

15.Attribution New(Additif)

The contract shall be awarded to the bidder who would have obtained a minimum technical score of 70% in the essential criteria and 100% in the eliminatory criteria, taken in consideration and who would have proposed a bid with the lowest amount, in conformity with the regulations of the tender documents. (See article 33 of the Public Contracts Code).

16.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their offers for a period of ninety (90) days from the last date of the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline

17.Renseignements Complémentaires New(Additif)

Complementary information which could be technical in nature can be obtained from the Fundong Council Tel.: Phone: (237) 677755510 Email: fundongcouncil2014@gmail.com, Website: fundongcouncil.org

BAMENDA Le 15-02-2023
Le MAYOR
AWOH NDANG Denis