Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 29-02-2024 à 12:00
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE FONFUKA
OPEN NATIONAL INVITATION TO TENDER(BY THE EMERGENCY PROCEDURE)No. 00002/ONIT/MINDDEVEL/FC/FCITB/PIB/2024 OF 27/02/2024FOR THE MAINTENANCE OF THE ROAD SECTIONS FONFUKA- MUNGONG BY 10KM ANDPAVEMENT OF 800M SECTION BETWEEN IPS MUNGONG AND MALLAM MUSA.FINANCING: PUBLIC INVESTMENT BUDGET 2024 - MINTP
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the execution of the 2024 Public Investment Budget, the Mayor of Fonfuka
Council, Project Owner and Contracting Authority hereby launches an Open National Invitation to
Tender (by the emergency procedure) FOR THE MAINTENANCE OF THE ROAD SECTIONS
FONFUKA- MUNGONG BY 10KM AND PAVEMENT OF 800M SECTION BETWEEN IPS
MUNGONG AND MALLAM MUSA.

2.Consistance des prestations New(Additif)

Works to be done consists of; preparatory works, cleaning and earth works, grading and opening, drainage works, construction of stone pavements, culverts and environmental protection etc. The works comprise the preliminary studies carried out on the site and the detailed information provided in the technical specifications and the quantitative estimates FOR THE MAINTENANCE OF THE ROAD SECTIONS FONFUKA- MUNGONG BY 10KM AND PAVEMENT OF 800M SECTION BETWEEN IPS MUNGONG AND MALLAM MUSA.

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands for: 27,000,000

4.Allotissement New(Additif)

Works are combined in a Single Lot;

5.Participation et origine New(Additif)

Participation in this invitation to tender is opened to duly legalized Cameroonian based Companies that fulfil the requirements of this invitation to tender and exercising in the domain of public works having the financial and technical capacity, who are categorised as per the Order No.0000166/A/MINMAP of 7th June 2022 to lay down the modalities of categorising companies in the sector of building construction and public works as provided for by the 2018 public contract code, and who has fulfilled their fiscal obligations in accordance with the 2024 Finance Law.

6.Financement New(Additif)

The MINTP Decentralised Credits – 2024 Programme shall finance the works, which form the subject of this invitation to tender.
Budget Head: 58 36100359 OF MINTP
Budgetary Authorisation: IZ05658
Budgetary Imputation: XXXX

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the technical service of the Fonfuka Council,
Telephone No (237) 675 32 21 75 as soon as this Tender Notice is published.

8.Acquisition du Dossier New(Additif)

The file may be obtained from the technical service of the Fonfuka Council, Telephone No (237) 67532 21 75 as soon as this Tender Notice is published against payment receipt of a Non-Refundable sum of 50,000 FCFA (Fifty Thousand Francs), payable at the Fonfuka Council Municipal Treasury, representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) Copies including 01 (One) original and 06
(Six) copies should reach the Fonfuka Council premises at Fonfuka not later than 22/03/2024 at
10 a.m. local time and should carry the inscription:
- Envelop A: Administrative Documents;
- Envelop B: Technical Offer;
- Envelop C: Financial Offer.
These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall
be sealed and labelled imperatively as follows:

« OPEN NATIONAL INVITM ATION TO TENDER »

(BY THE EMERGENCY PROCEDURE)

No. 00002/ONIT/MINDDEVEL/FC/FCITB/PIB/2024 OF 27/02/2024
FOR THE MAINTENANCE OF THE ROAD SECTIONS FONFUKA- MUNGONG BY 10KM AND
PAVEMENT OF 800M SECTION BETWEEN IPS MUNGONG AND MALLAM MUSA.
“To be opened only during the Bids-opening session”

NB: The fourth envelop shall not bear any identification mark of the Bidder or any compromising
sign/indication of the Enterprise.
The fourth envelop should be a plain type and carrying no Trademark

10.Delai de Livraison New(Additif)

The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is Three (03) calendar Months from the date of notification of Service Order to start works.

11.Cautionnement Provisoire New(Additif)

Each Bidder must include in their administrative documents, for a Bid Bond of 540,000 issued by a first-rate banking establishment approved by the Ministry in charge of Finance. Whose list is found in document No. 12 of this Tender File, of an amount, set at 2% of the estimated amount, all taxes inclusive.

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Governors, Senior Divisional Officers, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of the Invitation to Tender.
They must obligatorily be not older than three (03) months preceding the date of launching of the tender or may be established after 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.

13.Ouverture des Plis New(Additif)

The Bids shall be opened in a Single Phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 22/03/2024 at 11:00 a.m. local time, at the Conference hall of Fonfuka Council by the Fonfuka Council Internal Tenders’ Board. Only Bidders may attend or be represented by duly mandated persons of their choice having a sound knowledge of the Bids.

14.Critères d'évaluation New(Additif)

The Bids shall be evaluated according to the main criteria as follows:

A. Eliminatory criteria

  •  Outright elimination during the opening session of the Bids

1. Deadline for delivery higher than prescribed;
2. False declaration or falsified documents;
3. A bid with the external envelope carrying a sign or mark leading to the identification of the
bidder;
4. Incomplete financial file;
5. Change of quantity or unit of the Tender file in the financial bid;
6. Non-respect of 75%of essential criteria;

NB! 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.

B. Essential criteria

The criteria relating to the qualification of the candidates shall be indicatively assessed on:
1. General presentation of the tender files;
2. Financial capacity;
3. References of the company in similar achievements;
4. Quality of the personnel;
5. Technical organization of the works;
6. Safety measures on the site;
7. Logistics;
8. Attestation and report of site visit;
9. Special Technical Clauses initialled in all the pages;
10. Special Administrative Clauses completed and initialled in all the pages.

- Methodology; Methodological approach and relevance of proposed solutions;.................................................................................................. Yes / No

- Experience; References of the bidder (experience of at least two (02) years in similar
works) (attach proof) ...................................................................................................................Yes / No
- Equipment; Availability of material and essential equipment (attach proof) ...................................................................................................................Yes / No
- Personnel; Experience of key supervisory staff (at least senior technician in Building
construction with two (02) years’ experience or Civil/Rural Technician with three (03)
years of experience. Proof with duly signed CVs..............................................................................................................Yes / No
- Financial situation; Turnover, Financial capacity, Access to credits or other financial
sources to the tune of 27,000,000 FCFA (Twenty Seven Million Francs); ...................................................................................................................Yes / No
- Planning of works; Deadline of execution. Proof with GANTT and PERT planning.......................................................................................................Yes / No
- Presentation of offer; packaging, binding, clear copies etc. ...................................................................................................................Yes / No

NB: The non-compliance with any three (03) criteria out of the Seven (07) above shall cause the
elimination of the bid.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special
Regulations of the invitation to tender

15.Attribution New(Additif)

The evaluation will be done in a purely binary method with a positive (Yes) or negative (No) with an acceptable minimum of (Yes) 75% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.
Pursuant to justification by the bidder, unconvincing abnormally low costing will not be accepted as prescribed in the Special Regulations of the invitation to tender.

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their offers for sixty (60) days from the deadline set for the
submission of tenders.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Technical Service of the Fonfuka Council, Telephone N0 (237) 675 32 21 75

BAMENDA Le 27-02-2024
Le MAYOR
CHIA Philip