Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 15-02-2024 à 19:12
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE KUMBA 2E
OPEN NATIONAL INVITATION TO TENDER N°003/ONIT/MAYOR KUMBAII COUNCIL/KII CITB/2024 OF 08/02/2024 FOR THE CONSTRUCTION AND REINFORCEMENT OF THREE-PHASE OF ENEO POWER LINE FROM KOSALA H JUNCTION TO GBHS KOSALA II, IN KUMBA II MEME DIVISION, SOUTH WEST REGION.WEST REGION.(EMERGENCY PROCEDURE)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2024 Public Investment Budget (PIB), the Mayor of Kumba II Council "Contracting Authority" hereby launches by emergency procedure an Open National Invitation to tender for the construction and reinforcement of three-phase of ENEO power line from Kosala II junction to GBHS Kosala ii, in Kumba II Meme Division, South West Region.

This invitation to tender comprises is distributed as follows:

Lot

Project

Locality

Amount
for bid
bond

Project
Amount

Budget et neads

Duration ni

months

1

for the construction and
reinforcement of three‑
phase of ENEO power line
from Kosala II junction to
GBHS Kosala II, in
Kumba II Meme Division,
South West Region.

KUMBA III
COUNCIL

—Meme

Division

800 000

50 000 000

58 32 137 01 641 937 523115 931

03

2.Consistance des prestations New(Additif)

The service consists tender for the construction and reinforcement of three-phase of ENEO power line from Kosala II junction to GBHS Kosala ii, in Kumba II Meme Division, South West Region.

3.Cout Prévisionnel New(Additif)

Project amount the project is to be executed on a single phase at  east fifty million francs (50 000 000) CFA

4.Participation et origine New(Additif)

Participation in this invitation to tender is open ta Carneroonian enterprises that are in compliance with the fiwal laws and having a good experience in the dornain concerned.

5.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of employment and vocational training for the 2024 financial year assigned to the mayor of the above mention Council as Delegated Authorizing officers with Budget Heads N° 58 32 137 01 641937 523115 931

6.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 Kumba II Council Tel :233 354 418.

7.Acquisition du Dossier New(Additif)

The file may be obtained at the Kumba II Council, at the Service for the award of Public Contracts, Telephone N° 233 354 418 /677 393 103 as soon as this notice is published against payment of a non- refundable sum of (50 000) fifty thousand CFA francs, payable at the Kumba II Council Treasury representing the cost of purchasing the tender file.

8.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 Kumba H Council at the Service for the award of Public Contracts, not later than 05/03/2024 at 9.00 am local time. It should be labelled as follows:

OPEN NATIONAL INVITATION TO TENDER
N°003/ONIT/MAYOR KUMBA II COUNCIL/KHCITB/2024 OF 07/02/2024
FOR THE CONSTRUCTION AND REINFORCEMENT OF THREE-PHASE OF ENEO POWER LINE FROM KOSALA H JUNCTION TO GBHS KOSALA II, IN KUMBA II MEME DIVISION, SOUTH WEST REGION.WEST REGION.
(EMERGENCY PROCEDURE)
TO BE OPENED ONLY DURING THE BID OPENING SESSION

9.Delai de Livraison New(Additif)

The maximum execution deadline shall be three (03) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement

10.Cautionnement Provisoire New(Additif)

Each hiddcr should include in his administrative document, a bid bond of FCFA 800 000 Wight hundred thousand CFA francs) issucd 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 originale or truc copies certificd by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced in accorclance 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 acceptcd, especially the absence of a bid bond issucd by a first ratc-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

11.Recevabilité des Offres New(Additif)

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
Under penalty of being rejecter, 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 shah be declared inadmissible. This refers specially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance

12.Ouverture des Plis New(Additif)

The bids shah be opened in single phase. The opening of the administrative documents, Technical and Financial offers shah take place on the 05/03/2024 al 10 am local time, by the competent Tenders Board at Kumba II Council Hall.
Only bidders may attend or be represented by duly mandated persons of their choice.

13.Critères d'évaluation New(Additif)

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

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.

  • They refer especially to:
  • The non-respect of Article (92) sub 9 of the public contracts Code;
  • Non conformity of technical specifications (include technical documentation prospectus of equipment to be supplied with photographs)
  • Absence of an element in the administrative file;
  • General presentation of the tender file;
  • Deadline for delivery higher than prescribed;
  • False declaration, forged or scanned documents;
  • A bid with the externat envelope carrying a sign or mark leading to the identification of the bidder.
  • Two Bids with the same personnel
  • Incomplete financial information. Contractors with abandoned and ongoing projects with no justifications.
  • Technical assessment mark lower than 80% of "Yes".

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 shall be based on the following

  • Technical specifications or descriptions;
  • References of similar and other works executed;
  • Financial viability of the bidder;
  • Certificate of guarantee delivered by the supplier for at least six (06) months;
  • An attestation of site visit sign by the contractor or his representative;
  • Site visit report sign by the contractor or his representative;
  • Experience of supervisory staff ;
  • Logistics (Equipment);
  • 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);

NB:

  • The above administrative document should be forwarded in their originale or certified truc copies dating not more than three (03) months.
  • The absence or non-con formity of one of these documents shall resuit to the diminution of the offer.
  • Bids shall be properly bound, separators in color apart front white and order described respect cd.

Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following:
The essential criteria are suhjected 10 minima whose detail is given in the Special Tender Reptation (RPAO).
This evaluation shall bc donc in a purely binary method with a (yes) or a (no) with an acceptable minimum of 80% of thc essential criteria taken in to account.
The contract will bc awardcd to the biddcr who would have proposed the otîer with the lowest amount, in confonnity with the régulations of the Tender Documents and having scorcd 100% aille eliminatory criteria and at Ieast 80% of the csscntial criteria.

14.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).

15.Durée Validité des Offres New(Additif)

The bidders shah remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.

16.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Kumba 11 Council, Service of award of Public Contracta.
Delivery deadline
The maximum execution deadline provided for by the Contracting Authority shah be ninety (60) days maximum, as from the date of notification of the service order.

KUMBA Le 08-02-2024
Le MAYOR
MBACHU Jacob Kay