Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 28-02-2025 à 09:44
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNAUTÉ URBAINE DE KUMBA
PROJECT OWNER : THE CITY MAYOR TO THE KUMBA CITY COUNCILCONTRACTING AUTHORITY : THE CITY MAYOR TO THE KUMBA CITY COUNCILTENDERS BOARD : THE KUMBA CITY COUNCIL 1NTERNAL TENDERS BOARD OPEN NATIONAL INVITATION TO TENDERS N°: 04/ONIT/KCC/MEME/KCCITB/2025 OF 14/02/2025FOR THE PRE-COLLECTION OF HOUSEHOLD MUNICIPAL SOLID WASTE FROMINACCESSIBLE POINTS, TRANSPORTATION TO ACCESSIBLE FIXED POINTS,CLEANING OF GUTTERS, CLEANING AND DREDGING OF WATER WAY IN THECITY OF KUMBA SOUTH WEST REGION FUNDING: KUMBA CITY COUNCIL/MINFI, FISCAL YEAR 2025
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

As part of the achievement of the objective of complete cleanliness of the City of Kumba, for the years 2025, the Mayor of the City of Kumba, Project Owner, is launching on behaif of his City, an Open National Invitation to Tender for the pre-collection of household municipal solid waste from inaccessible points, transportation to accessible fixed points, cleaning of gutters and cleaning and dredging of water way in the Kumba City Council Municipality, Meme Division in the South-West Region.

2.Consistance des prestations New(Additif)

The main objective of the services is the pre-collection of household waste and urban solid waste in the City of Kumba for the integral cleanliness of the City.

 

The services consist of:

-           Sensitisation of concerned population on the project activities

Provision of materials, equipment and personnel for the realisation of the project

-           Waste Pre-collection, transportation and disposai at accessible collection points

Cleaning of gutters and removal of the debris

-           Clearing and dredging of river beds to assure water flow and avoid floods

-           Collection and transportation of produced debris to accessible collection points

3.Cout Prévisionnel New(Additif)

The estimated cost of the operation for each lot as per the studies is:

Lot

STRETCH

AMOUNT (FCFA)

1

Kumba I Municipality

355,000,000

2

Kumba il Municipality

242,288,167

3

Kumba III Municipality

242,300,000

 

6)        Participation and origin

4.Allotissement New(Additif)

The services thus defined are not divided into three (03) lots.

5.Participation et origine New(Additif)

Participation is open to companies and/or groups of companies under Cameroonian, operating as much as possible in the household waste management sector

6.Financement New(Additif)

The services of this can for tenders are financed by the budget of the MINFI, FISCAL YEAR 2025

7.Consultation du Dossier New(Additif)

The file can be obtained from the Public Procurement Service of the KUMBA City Council Tel: 233 35

42 15 as soon as this notice is published by publication in the JDM (public procurement journal) and by display in the premises of the said Council.

8.Acquisition du Dossier New(Additif)

The file can be obtained at the Public Procurement Service of the Kumba City Council Tel: 233 35 42 15, upon publication of this notice by way of publication in the JDM (journal of public contracts) and by way of posting in the premises of the said Council, against presentation of a receipt for payment of the non­refundable sum representing the costs of purchasing the tender file, payable at the Municipal Treasury:

Lot

STRETCH

AMOUNT (FCFA)

1

Kumba I Municipality

200,000

2

Kumba II Municipality

150,000

3

Kumba III Municipality

150,000

 

9.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 be sent against receipt at the Public Procurement Service of the Kumba City Council Tel: 233 35 42 15, at the latest 21/03/2025 at 10 a.m. local time and must bear the following mention:

OPEN NATIONAL INVITATION TO TENDER

N°: 04/ONIT/KCC/MEME/KCCITB/2025 OF 14/02/2025, FOR THE PRE-COLLECTION OF HOUSEHOLD MUNICIPAL SOLID WASTE FROM INACCESSIBLE POINTS, TRANSPORTATION TO ACCESSIBLE FIXED POINTS, CLEANING OF GUTTERS, CLEANING AND DREDGING OF WATER WAY IN THE CITY OF KUMBA SOUTH WEST REGION,

"To be opened only during the opening bid session"

10.Delai de Livraison New(Additif)

The overall period of execution of this contract is eight (08) months

11.Cautionnement Provisoire New(Additif)

Each bidder must attach to his administrative documents, a bid bond established by a first-rate bank or

by insurance companies approved by the Ministry in charge of finance and whose list appears in document 11 of the TENDER FILE, valid for ninety (90) days beyond the original date of validity of offers

for an amount:

Lot

STRETCH

BlD BOND AMOUNT (FCFA)

1

Kumba I Municipality

5,325,000

2

Kumba II Municipality

3,635,000

3

Kumba III Municipality

3,634,500

 

12.Recevabilité 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 be sent against receipt at the Public Procurement Service of the Kumba City Council Tel: 233 35 42 15, at the latest 21/03/2025 at 10 a.m. local time and must bear the following mention:

OPEN NATIONAL INVITATION TO TENDER

N°: 04/ONIT/KCC/MEME/KCCITB/2025 OF 14/02/2025, FOR THE PRE-COLLECTION OF HOUSEHOLD MUNICIPAL SOLID WASTE FROM INACCESSIBLE POINTS, TRANSPORTATION TO ACCESSIBLE FIXED POINTS, CLEANING OF GUTTERS, CLEANING AND DREDGING OF WATER WAY IN THE CITY OF KUMBA SOUTH WEST REGION,

"To be opened only during the opening bid session"

13.Ouverture des Plis New(Additif)

The opening of the folds will be done in one phase.

The opening of the Administrative documents, technical and financial offers will take place on 21/03/2025 at 11 a.m. prompt by the Internai Tenders Board of the KCC in the deliberation room of the said Council.

Only bidders may attend this opening session or be represented by a duly mandated person of their choice.

14.Critères d'évaluation New(Additif)

 

 

The qualifying criteria are as follows:

1.   Absence of a bid bond

2.   Absence or non-conformity of a document in the administrative file after the additional 48 hours of granted period.

3.   Falsified document(s) or false statement(s);

4.   Technical score less than 75 out of 100;

5.   Omission in the financial offer of a unit price or fixed price quantified within the framework of the quantitative and estimated estimate.

Under penalty of rejection, the bid bond and the bidder's bank domiciliation certificate must imperatively be produced in originals, the other documents in originals or in certified copies. These Administrative justifications must date from less than three (03) months and comply with the models.

N:B For the absence or non-conformity of an element in the administrative file, except the bid bond and falsified document, the bidder shall be given 48 hours to produce the valid element else failure to do sa, the file shall be automatically rejected.

14.2 Essential criteria

The criteria relating to the qualification of candidates will relate, for information only, to:

A.    Presentation                                                                                               03 marks

B.    References of the company in the similar domains                                        15 marks

C.    Methodology                                                                                               20 marks

D.    Experience of the main technical management staff                                        30 marks

E.     Turnover and Solvability                                                                              07 marks

F.     Equipment                                                                                                  25 marks

Only bidders having obtained at least 75 yes out of 100 marks after technical evaluation will they financial offer be analysed.

NB: the evaluation of the essential criteria and sub-criteria is binary, with validation thresholds attached to it. And to take into account the relative importance of the various criteria or sub-criteria, a weighting

is carried out in the event of a positive (yes) or negative (no) evaluation.

15. Method of selection of the Service Provider

The Service Provider will be chosen by the cost-quality selection method in accordance with the

selection methods described in this tender file.

 

 

15.Attribution New(Additif)

In case of quality-cost selection The Project Owner will award the contract to the tenderer whose tender has been recognized as essentially compliant with the Tenders File and who has the technical and financial capacities required to perform satisfactorily and whose offer has been evaluated as the lowest price, including, where applicable, the discounts offered.

NB: A bidder can tender for the three lots but only two lots can be attributed to a bidder

16.Durée Validité des Offres New(Additif)

Tenderers remain committed to their offer for 90 days from the deadline set for the submission of

tenders.

17.Renseignements Complémentaires New(Additif)

Additional information can be obtained during working hours at the Public Procurement Service of the Bamenda City Council, Tel: 233 35 42 15

KUMBA Le 14-02-2025
Le MAYOR
NTEMOYOCK MEWANU GREGORY