Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 16-04-2024 à 15:46
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BELO
“TENDER FILE No 14/MINDDEVEL/BC/BCITB /NWR/2024 of 05/04/2024 THE DEVELOPMENT OF NGWI WATER FALLS IN BELO SUB DIVISION, BOYO DIVISION OF THE NORTH WEST REGION (RELAUNCHED)        FUNDING : MINTOUR PUBLIC INVESTMENT BUDGET (PIB) - 2023
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Mayor of BELO Council, the   Contracting Authority, on behalf of the Republic of Cameroon, hereby launches a TENDER FILE, THE DEVELOPMENT OF NGWI WATER FALLS IN BELO SUB DIVISION, BOYO DIVISION OF THE NORTH WEST REGION (RELAUNCHED).

2.Consistance des prestations New(Additif)

-      Preparatory works

-      Earth works

-      Foundation

-      Masonry/elevation

-      Carpentry – roofing – ceiling

-      Metallic work

-      Electricity

-      Painting

-      VRD 

3.Cout Prévisionnel New(Additif)

LOT

NAME OF PROJECT

ESTIMATED CST

AMOUNT OF BID BOND

AMOUNT OF FILE

Single

THE DEVELOPMENT OF NGWI WATER FALLS

10,000,000(Ten million)FCFA

200,000(Two hundred thousand)FCFA

20,000(Twenty thousand)FCFA

4.Allotissement New(Additif)

LOT

NAME OF PROJECT

Single

THE DEVELOPMENT OF NGWI WATER FALLS

5.Participation et origine New(Additif)

Participation to this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws

6.Financement New(Additif)

Works which form the subject of this Invitation to tender shall be financed by the 2024 Public Investment Budget of the Ministry of TOURISM AND LEISURE (MINTOUL), budget head No._________________

 

 

 

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the Secretariat of BELO Council, Telephone N0 674 716 429, as soon as this notice is published.

 

8.Acquisition du Dossier New(Additif)

The TENDER FILE file may be acquired from the Belo Council office payment of the sum of 20,000 CFA francs (Twenty thousand Francs CFA), payable at the BELO Municipal Treasury, representing the cost of purchasing the Tender File.

.

9.Remises des offres New(Additif)

The TENDER FILE in three (03) volumes shall be enclosed in three sealed envelopes.

  • Envelope A containing the administrative documents (Volume 1);
  • Envelope B containing the technical offer (Volume 2);
  • Envelope C containing the financial offer (Volume 3).

The three volumes shall then be enclosed in a single sealed envelope bearing only the reference of the TENDER FILE in question. The different documents of each offer shall be numbered as indicated in the TENDER FILE and separated by dividers of the same colour.

 

NB

Each offer or bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such in accordance with the prescriptions of the TENDER FILE should be submitted against a receipt at the Belo Council office not later than 30/04/2024 at 10 am local time and should carry the inscription:

 

TENDER FILE No14/MINDDEVEL/BC/BCITB /NWR/2024 of 05/04/2024 THE DEVELOPMENT OF NGWI WATER FALLS IN BELO SUB DIVISION, BOYO DIVISION OF THE NORTH WEST REGION

  «To be opened only during the bid opening session»

 

The offers or the bids submitted after the stipulated deadline shall not be received.

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be four (04) calender months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

A guarantee bid bon of 200,000fcfa valid for 60 days must be included in the administrative file else the bids shall be rejected out rightly

12.Recevabilité des Offres New(Additif)

The bids not respecting the separation mode of the financial bid from the administrative and technical bids shall be rejected.

Any bid not in conformity with the prescription of this TENDER FILE notice and TENDER FILE shall be declared inadmissible. Especially the absence of a bid bond of a first rate bank approved by the Ministry of Finance and valid for a period of thirty (30) days shall be rejected. 

Least they are rejected, only the originals or certified true copies by the issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three (03) months and must be valid during the bid opening session.

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 30/04/2024 at 11:00 AM local time, in the Belo Council Hall, by the Belo Council Internal Tenders Board. Only bidders may attend or be represented by duly mandated persons of their choice.

.

14.Critères d'évaluation New(Additif)

The evaluation of the bids shall be done in three (03) steps:

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

The criteria of evaluation are the following:

-Eliminatory criteria

- Administrative documents

  • Any offer not in conformity with the prescriptions of this TENDER FILE shall be declared inadmissible. Especially the lack of the provisional guarantee;
  • Absence of a document in the administrative file; (The bidder shall have 48 hours to provide the documents)
  • False declaration or falsified documents.
  • NOTE: THE ABSENCE OF A BID BOND SHALL RESULT TO OUT RIGHT ELIMINATION

- Technical file

  • Incomplete or non compliant documents ;
  • False declaration, forged or scanned documents;
  • Absence of the prefinancing capacity of at least one quarter the cost of project.
  • Technical assessment mark lower than 75% of “Yes”.
  • Non existence in the technical file of the rubric « organization, methodology and planning »

- Financial offer

  • Incomplete financial offer;
  • Non compliant documents;
  • Omission of quantified unit price in the financial offer;
  • Absence of break down price.
  • Modification of the model break down unit price attached.

 Essential criteria:

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

 

 General presentation of the Tender

-Page Numbering

˗Document spirally bound

˗Table of content page

˗Colour sheets separation

˗  Presentation of documents in the order given in this tender

-Neatness and clarity of document

 

 

B.1

LIST OF REFERENCES OF THE ENTERPRISE IN THE SIMILAR JOBS

B.1.1

List of references of the enterprise in similar jobs justified by certified contracts (first and last pages) and certified minutes of acceptance or attestation of clearances of works executed. (minutes of final acceptance for up to 2023)

Should show prove of haven executed successful projects in the last 3 years. 

Minimum acceptable: 02 Contracts realized in the domain of development of Green spaces

 

1st Reference

 

 

 

2nd reference

 

 

B.2

QUALIFICATION AND EXPERIENCE OF SUPERVISORY STAFF

B.2.1

01 works supervisor (at  least Civil Engineer or equivalent certificate)

.

.

.

Qualification of the works supervisor: (civil engineer or Rural engineer (BAC +3)

 

 

Professional experience of the project engineer ≥ 05 years

-          CV signed by the candidate,

-          A certified copy of the technical diploma

-          An attestation of availability signed by the candidate

-          Certified copy of ID card

B.2.2

01 Site foreman(Civil Engineering Senior Technician)

 

 

 

 

 

 

 

 

 

Qualification of the Site foreman: (HND  in Civil Engineering (BTS Genie civil or equivalent certificate)

 

 

 

 

 

`

Professional experience of the Site foreman ≥ 02 years 

-          CV signed by the candidate,

-          A certified copy of the technical diploma

-          An attestation of availability signed by the candidate

-          Certified copy of ID card

-          An attestation of presentation of original of diploma

B.2.3

Other personnel

.

.

-          02 two bricklayers with 3 years professional experience in building construction or similar works and a technical diploma of at least CAP/ITVEE

(Only CVs signed by the candidate accompanied by certified photocopies of National ID Card and technical diploma)

 

 

B.3

TECHNICAL PROPOSALS

B.3.1

Organigram of the project  (Specify names of the personnel handling the various functions)     

 

 

B.3.2

Logical sequence for the execution of the task

 

 

B.3.3

Quality control method

 

 

B.3.4

Environmental protection measures   

 

 

B.3.5

Security  and safety at the site

 

 

B.3.6

Duration of execution in respect with the Tender File

 

 

B.4

LOGISTICS (Equipment put aside for this project)

 

 

B.4.1

Prove of ownership or rental of a pick-up or other vans

 

 

B.4.2

Prove of ownership or rental of a dump truck

 

 

B.4.3

Prove of ownership or rental of a Concrete mixer

 

 

B.4.4

Prove of ownership or rental of a concrete vibrator

 

 

B.4.5

Prove of ownership or rental of a Hand compactor

 

 

B.4.6

 

Masonry Kit : Wheelbarrows, masonry clamps, masonry harmer 300g, shovel, dig axe, building level, masonry bucket , trowels, etc.

 

 

B.4.7

Carpentry Kit  : carpentry clamps, saws, harmers, etc.

 

 

B.5

FINANCIAL CAPACITY

 

 

B.5.1

An attestation of financial capacity (solvency) of the enterprise equal to or greater than a-third of the project cost issued by a 1st class bank located in any area in Cameroon and approved by the Ministry of Finance and respect COBAC conditions.

 

 

B.6

Attestation of site visit signed by the Contractor

 

 

B.7

Comprehensive report of site visit signed by the company administrator and justified by photos

 

 

B.8

Special Technical Clauses initialed in all the pages and last page signed

 

 

 

The note of the technical offer will be gotten by addition of marks for every criterion. Only the technical offer having gotten an equal or superior note to 75% of YES will be kept for the financial evaluation.

15.Attribution New(Additif)

The jobbing order shall be awarded to the bidder whose bid is in conformity with the dispositions of the TENDER FILE file and on the basis of the lowest bid and technical quality. (See article 99 of the public contracts code).

 

16.Durée Validité des Offres New(Additif)

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

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained every day during working hours from the             Council office

BAMENDA Le 05-04-2024
Le MAYOR
NGONG ANKIAMBON Innocent