The present Invitation to tender has as objective the execution of road works maintenance Carrefour Okok-Komo Ngobo-Ntouba centre-Carrefour Ela in Evodoula council in the Lekie Division of the Centre Region.
Ordre |
ITINERAIRE |
LENGTH |
Council Budi |
Am |
01 |
CARREFOUR OKOK-KOMO NGOBO-NTOUBA CENTRE-CARREFOUR ELA |
09 90 0( |
EVODOULA |
|
The work, object of the present call to tender is as follows;
- Preparatory works
-site installation alongside site plants and folding up;
-buklozing of the road;
-roaciworks and sidewalk
-drainage works
N/A
Participation in this invitation to tender is open to Cameroonian-Law related firms andspecialised and experienced in road works and Civil Engineering and justify their technicil .11141 financial capacities for the proper realisation of this work.
Works which form the subject of this invitation to tender is financed by the priority invest invio projects (PIP) 2016 financial year, imputation 49 36 468 03 641134 2250 861 estimalud 1)90.000.000 FCFA
Upon publication of this notice, the tender file may be consulted during working hours at the Cali lor Tender Support Unit (door no 226) on the 2nd Floor of the Regional Delegation of Public contracts for the Centre located at Omnisport, Tel: 22218150.
The file may be obtained during working hours at the Call for Tender Support Unit (room 225) on lite 2nd Floor of the Regional Delegation of Public Contracts fo'r the Centre located at Omnispori, Tol: 22218150; as from publication of this notice, upon presentation of a receipt testifying payment oi non-refundable application fee of ninety thousand (90.000) FCFA to the Municipalities arc:omit carrying the tender file number. Bidders must leave behind the full contact details, post box, telephone or fax numbers.
Applicants will have twenty (20) days to apply upon publication of this notification.
four (04) months
LOT bond (Caution) (F CFA) 1 1 800 000 |
Tender drafted in English or French in seven (7) copies, one (01) original and six (06) r6pios marked as such, sealed must reach the Cali for Tender Support Unit (room 220, 2nd Mar) (11 he Regional Delegation of Public Contracts for the Centre, no later than 29 June 2016 a( 12 O'clock local time and shall be labelled as follows:
OPEN NATIONAL INVITATION TO TENDER
No 041./ONIT/PR/MINPC/RD-CE/RM/RTB/201G OF 08 JUNE 2016, IN EMERGENCY
PROCEDURE FOR ROAD WORKS MAINTENANCE IN OKOK-KOMO NGOBO-NTOUBA CENTER‑
CARREFOUR ELA, IN THE EVODOULA COUNCIL, OF THE LEKIE DIVISION, CENTER REGION (09 km).
"To be opened only during the bid-opening session" ()Ifers arriving after date line has passed shall not be received.
Opening of the tenders will be done once on 29 lune 2016 at 1.00 pm prompt by the Center Regional Tenders Board at the meeting Hall of the Center Regional Delegation of Public Contracts 2nd floor at Omnisport.
Only bidders or their duly designated and well informed représentative (even in case of group)shah attend the opening session.
Tender evaluation will be done in three (3) stages:
> First stage: Verification of the administrative file regularity.
> Second stage: Technical appraisal of the administrative tender attested as regular.
> Third stage: Verification of the financial offer of those c
ompanies whose the tender rires
have been previously admitted as far as technical and administrative stages are concerned.The tenders evaluation criteria are the followings
131. Principal Eliminatory criteria
They include the following:
13.1.i) Incomplete or non-compliant administrative file on reserve of the dispositions of point 1.1 of Circular No 002/CAB/PM of 31 January 2011 relative to the Amelioration of performance in the Public Contract system.
ii) False declaration or fOrged document. (the Regional Tenders Board] and the Contracting Authority have the right to conduct an authenticity check on any document which seem fraucluleni.
iii) Absence in the technical file of a detailed proposed methodology on the execution of tlu project, organisation and planning;
iv) Non satisfaction of at leaf 90% of the essential criteria;
V) Non registration of supervisor into the National Order of Civil Engineers (NOCE);
vi) Non possesion of persona] or rented bulldozer, a grader, a chip spread truck and a compactor t ire, and a pneumatic or a tamper compactor;
vii) Omission of a quantified unit price from the price schedule; viii ) lncomplete financial offer; ] absence of a sub detailed price.
1 3.2. Essential criteria
kvaluation shall be based on 24 criteria in the manner of either Satisfactory or Non. A..sossinent of the technical proposai will be carried out on the basis of the main criteria shared
follows:
i) Qualification and experience of personnel in the project; ii)The company's references;
iii) Availability of materials and the essential unes;
iv) Methodology of execution-execution date line;
v) Access to credit or other financial resources;
The Non-Respéct of 90% of the criteria above means elimination from the bid.
Tender evaluation will be done in three (3) stages:
> First stage: Verification of the administrative file regularity.
> Second stage: Technical appraisal of the administrative tender attested as regular.
> Third stage: Verification of the financial offer of those companies whose the tender rires
have been previously admitted as far as technical and administrative stages are concerned.
The tenders evaluation criteria are the followings
131. Principal Eliminatory criteria
They include the following:
13.1.i) Incomplete or non-compliant administrative file on reserve of the dispositions of point 1.1 of Circular No 002/CAB/PM of 31 January 2011 relative to the Amelioration of performance in the Public Contract system.
ii) False declaration or fOrged document. (the Regional Tenders Board] and the Contracting Authority have the right to conduct an authenticity check on any document which seem fraucluleni.
iii) Absence in the technical file of a detailed proposed methodology on the execution of tlu project, organisation and planning;
iv) Non satisfaction of at leaf 90% of the essential criteria;
V) Non registration of supervisor into the National Order of Civil Engineers (NOCE);
vi) Non possesion of persona] or rented bulldozer, a grader, a chip spread truck and a compactor t ire, and a pneumatic or a tamper compactor;
vii) Omission of a quantified unit price from the price schedule; viii ) lncomplete financial offer; ] absence of a sub detailed price.
1 3.2. Essential criteria
kvaluation shall be based on 24 criteria in the manner of either Satisfactory or Non. A..sossinent of the technical proposai will be carried out on the basis of the main criteria shared
follows:
i) Qualification and experience of personnel in the project; ii)The company's references;
iii) vailability of materials and the essential unes;
iv) Methodology of execution-execution date line;
v) Access to credit or other financial resources;
The Non-Respéct of 90% of the criteria above means elimination from the bid.
The contract shall be awarded to the bidder whose bid, technically qualified and evaluated the lowest bidder after verifying the prices deemed to be and substantially in accordance with the tender file.
Bidders will be bound by their tenders for a period of ninety (90) days with effect from the tendersubmission deadline.
Further technical information may be obtained during working hours from the Cali for Tender Support Unit at the Regional Delegation of Public Contracts for the Centre on the 2nd Floor at Omnisport, Tel: 22 21 81 50 or at the concerned Councils.