Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 17-02-2025 à 23:33
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BANGOU
OPEN NATIONAL INVITATION TO TENDER NO 08/ONIT/C-BGOU/CIPM-AI/2025  OF 03/02./2025 FOR EXTENSION OF THE LOW VOLTAGE (LV) ELECTRIC NETWORK TO THE MUNICIPAL CITY.    IN EMERGENCY PROCEDURE.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

As part of the execution of the Public Investment Budget - Transferred Resources - exercise  2025,   the   Mayor of the Municipality of Bangou, Project Owner   launches   a Call for 'National Open Bids For   the extension work of the low voltage (LV) electricity network in the municipal city   in the commune of Bangou.    In emergency procedure.

2.Consistance des prestations New(Additif)

The   works   include   in particular  :

-          Preparatory work;

-          Three-phase LV line in pre-assembled 3x50 cable;

-          Various services (Transport, Handling, Pruning)

-          Connections and indoor installations;

-          Inking base;

Autonomous solar street lights

3.Cout Prévisionnel New(Additif)

The estimated cost of the operation following preliminary studies is: 10 225 000 FCFA

4.Participation et origine New(Additif)

Participation in this Call for Tenders is open on equal terms to all Companies under Cameroonian law with proven  skills in the electrical field..

5.Financement New(Additif)

The work covered by this call for tenders is financed by the Public Investment Budget-Transferred Resources for the 2025 financial year

6.Consultation du Dossier New(Additif)

The   physical file   can be consulted free of charge in the MO services during working hours at the General Secretariat of the commune of Bangou, BP :04   Bangou, telephone: 670 14 08 02/ 696 39 92 14 upon publication   of this notice

7.Acquisition du Dossier New(Additif)

The physical version of the tender dossier can be obtained from the General Secretariat of the   commune of Bangou, BP :04   Bangou, telephone: 670 1408 02/ 696 39 92 14 upon publication of the this notice, against payment of a non-refundable sum of DAO purchase fees of   Twenty   thousand (20,000) CFA francs , payable to   the municipal revenue of Bangou

8.Remises des offres New(Additif)

Each   offer   written   in   French   or   in   English   in seven (07) copies including one (01) original and   six     (06)   copies   marked   as   such,   must   reach   Bangou town hall no later than   04/03/2025   at 11 a.m.   precisely, and must bear   the   mention  “Call File  National Open Bids No8 /AONO/C-BGOU/CIPM-IA/2025 OF 03/02/2025 For the works   d extension of the low voltage (LV) electricity network to the municipal city   in the commune of Bangou  .    In emergency procedure  .    “To   open   only in   session   of   counting”   

9.Delai de Livraison New(Additif)

The maximum period provided by the Project Owner or the Delegated Project Owner for the completion of the work, the subject of this call for tenders, is tree (03) calendar months. This period runs from the date of notification of the service order to begin the services

10.Cautionnement Provisoire New(Additif)

Each bidder must attach to their administrative documents a bid bond, paid by hand, issued by an organization or financial institution approved by the Minister responsible for finance to issue bonds in the areas of public procurement   including   the   list   appears in   the   document  14  of the   DAO   the amount of which amounts to: 204 500 FCFA and valid for up to thirty (30) days beyond the initial date of validity of the offers. The absence of a bid bond issued by a first-rate bank or a first-class financial organization authorized by the Ministry of Finance to issue bonds in the context of public procurement will result in the outright rejection of the offer. . A bid bond produced but having no connection with the consultation concerned is considered absent. The bid bond presented by a bidder during the bid opening session is inadmissible

11.Recevabilité des Offres New(Additif)

The administrative documents, the technical offer and the financial offer must be placed in different separate envelopes and delivered in a sealed envelope.

The following will be inadmissible by the Project Owner:

·         The   envelopes   bearing   the   indications   on   the identity   of the   bidder  ;

·           envelopes   received   after   on   dates   and   hours   limits   of   deposit  ;

·         Entries that do not comply with the submission method.

·         folds without indication of the identity of the Call for Tenders;

·         Failure to comply with the number of copies indicated in the RPAO or offering only copies;

Any incomplete offer in accordance with the requirements of the   Tender Document will be declared inadmissible. In particular the absence of a bid bond issued by an organization or financial institution approved by the Minister in charge of finance to issue bonds in   the   field   of the   public   markets   or   the   non-compliance   of the   models   of the   parts   of the   File   of Invitation   of Tenders , will result in pure rejection and simple offer without any recourse.   A bid bond produced but having no connection with the consultation concerned is considered absent. The bid security presented by a bidder during the bid opening session is   inadmissible.

12.Ouverture des Plis New(Additif)

The opening   of the folds is done in   time and will take place on 04/03/2025   at   12 a.m.   by the Internal Procurement Commission     of the Municipality of Bangou   in the office room of the president of the CIPM in the Municipality of Bangou.

Only bidders may attend this opening session or be represented by a single duly authorized person of their choice, even in the case of a group of companies.

Under   penalty   from    rejection,   the   documents   of the required administrative file must   be produced   in originals or   in   certified copies compliant by the issuing service or the competent administrative authority,   in accordance   with the   provisions   of the Special Regulations of the Call for Tenders.   They   must   date   from   less than three (03) months or have been established after the date of signature of the notice of Invitation   for Tenders

In the event of absence or non-compliance of a document from the administrative file during   the opening of the bids,   after a period of 48 hours granted by the Commission, the offer will be rejected

13.Critères d'évaluation New(Additif)

a.          Elimination   criteria

These   include  :

                                                 i.             of   the absence   of the   guarantee   of   submission   to   the opening   of the   folds;

                                                    ii.      the non-production beyond the deadline of 48 hours after the opening of the envelopes, of a document from the   administrative file deemed non-compliant or absent when the envelopes were opened, (except the   guarantee of   submission);

                                            iii.               false   declarations,   fraudulent   maneuvers   or     falsified   documents  ;

                                             iv.              non-compliance   of   70%  of   criteria   of   qualification   of   offers   technical  ;

                                                     v.      the absence of a sworn declaration of non-abandonment   of construction sites over the last three   years;

                                                   vi.      the absence   of a   unit   price   quantified   in   the   financial   Offer;

                                                vii.       of   the absence   of a   element   of   the   financial   offer (the   submission,   the   BPU,   the   DQE)   ;

                                              viii.       of   the absence   of   the   charter   of integrity   dated   and   signed  ;

                                                   ix.       of   the absence   of   the   declaration   of commitment   to   compliance   of   environmental   clauses   and     social documents dated and signed;

15.2. Essential   criteria

The so-called essential criteria are those essential or key   to judge the technical-financial capacity of the   candidates   to   perform   the   services,   object   of   the call for tenders.   These   must   be   determined   in   function   of  the   nature   and   of   the   consistency   of the   services   to   be carried out.

 

The   criteria   essential   to   the   qualification   of the   bidders   will bear   to   title   indicative   on    :

·           General presentation of the offer (yes/no);

·           Company references in similar achievements (yes/no);

·           Personal (yes/no);

·           Site visit signed by the bidder accompanied by a report (yes/no);

·           Execution methodology (yes/no);

·           Material and logistical means compatible with the work to be carried out (yes/no);

·           Financial offer (yes/no);

·         Agreement(Yes/no)

14.Attribution New(Additif)

The Project Manager awards the contract to the tenderer who has submitted an offer meeting the required technical and financial qualification criteria and whose offer   is evaluated as the lowest     in   including   the   case   applicable   the   discounts   offered.

15.Durée Validité des Offres New(Additif)

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

16.Renseignements Complémentaires New(Additif)

For any denunciation of practices, facts or acts   of corruption or acts of bad practices, please call CONAC at number 1517, the Public Procurement Authority (MINMAP) (SMS or call)   at     numbers  :   (+237)  673 20 57 25  and  699 37 07 48

BANGOU Le 03-02-2025
Le MAIRE
SIKAPIN Paul