Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 26-05-2022 à 14:22
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE D'ISANGELE
REQUEST FOR QUOTATION N°002 /RQ/IC/ICITB/NDIAN /SW/2022 OF 10/05/2022 FOR THE SUPPLY OF EQUIPMENT TO THE GUEST HOUSE AT ISANGELE MUNICIPALITY NDIAN DIVISION, SOUTH WEST REGION. UNDER EMERGENCY PROCEDURE Financing: MINDDEVEL PIB — 2022
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of 2022 Public Investment Budget, The Lord Mayor of the Isangele Council, Delegated Contracting Authority, hereby launches an Open National Invitation to Tender for the Supply of Equipment to The Guest House at Isangele Municipality Ndian Division, South West Region

2.Consistance des prestations New(Additif)

The work to be done consists of Supply of Equipment to The Guest House at Isangele Municipality Ndian Division, South West Region

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies is 20 000 000 (twenty Million) CFA Francs

4.Participation et origine New(Additif)

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

5.Financement New(Additif)

Works which form the subject of this invitation to tender shall be financed by the 2022 Public Investment Budget of the MINISTRY OF DECENTRALIZATION AND LOCAL DEVELOPMENT

6.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the ISANGELE Council, Telephone N° (237) 672 038 102, (+237) 671726498 as soon as thiS notice is published.

7.Acquisition du Dossier New(Additif)

The file may be obtained from the ISANGELE Council Telephone N° (237) 672 038 102 (+237) 671726498 as soon as this notice is published against payment of the sum of Sixty Thousand (20, 000) CFA francs, payable at the ISANGELE Municipal Treasury, representing the cost of purchasing the tender file.

8.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (copies) copies including 01 (one) original and 06 (six) copies should reach the ISANGELE Council not later than OS/ /2022 at 9:00 AM local time and should carry the inscription:

9.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 One (01) calendar month

10.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No.12 of the Tender File, of an amount of 400 000 CFA (Four Hundred thousand)CFA Francs, valid for thirty (30) days beyond the date of validity of bids As per article 90 (9) of the Public contract Code (Decree No. 2018/366 OF 20 June 2018), certified cheques or bank cheques are acceptable in the place of bid bond.

11.Recevabilité des Offres New(Additif)

Each offer drafted in English or French in 07 (copies) copies including 01 (one) original and 06 (six) copies should reach the ISANGELE Council not later than OS/ /2022 at 9:00 AM local time and should carry the inscription:

12.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 theiV/0612022 at 10:00am local time, in the conference hall of lsangele, by its competent Members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files.

13.Critères d'évaluation New(Additif)
  1. Deadline for delivery higher than prescribed;
  2. False declaration or falsified documents;
  3. Absence or insufficient bid bond;
  4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
  5. Incomplete financial file;
  6. Change of quantity or unit;
  7. Non respect of 86% of essential criteria;
  8. Non completion of any project before 2022 in the South West Region or suspended by MINMAP in 2022.

N:13 For the absence or non-conformity of an element in the administrative file, except the bid bond, the bidder shall be given 48 hours to produce the valid element else failure to do so, the file shall be automatically rejected.

B. Essential criteria

The evaluation of the technical offers would be based on the criteria outlined in the table below. It shall he done in the following manner positive (YES) or negative (NO).

Criteria

 

1

Attestation of solvability of at least 80% of the financial offer (obtained from a bank recognized by the Ministry of Finance).

2

Experience of the bidder (01 contract justifying similar supplies and justified by the first and last pages of the contract and the Reception Minutes).

3

The execution time of this Delivery is fixed at:

90 days from the date of notification of the Service Order to commence works.

4

Proof of the acceptance of the Contract conditions.

The Rules of the Consultation initialled, signed and dated on the last page.

The quotations and Technical specifications initialled, signed and dated on the last page

5

Works Director: At least Senior civil Engineering technician (HTD or HND, Diploma and CV signed) with 02 years working experience

6

Electronics Team head: At least Electrical or Computer technician (BT-EE, Diploma and CV signed and dated) with 02 years working experience

7

Furniture Team Head: At least Woodwork technician (BT-MEB, Diploma and CV signed and dated) with 02 years working experience

 

15-  Technical Evaluation.

The evaluation of these criteria would be done on a purely binary system: positive (YES) or negative (NO). Any negative response (NO) during the examination of the elimination criteria shall lead to the disqualification of the offer. Concerning the essential criteria, a minimum of five (05) on six (06) positive responses would be needed for a bid to be retained for the financial evaluation.

16-  Financial Evaluation.

Only the prices of Bidders retained after the examination of the elimination and essential criteria shall be considered during this financial evaluation. Only the prices of the Unit Price List expressed in letters shall prevail over those in figures.

  1. 17.  Acceptability of Offers.

Every bid should, in order not to be rejected, contain a Caution Fee of Four Hundred Thousand (400,000) Francs CFA issued by a bank recognized by the Ministry of Finance valid for a period of thirty (30) days beyond the date of validity of bids as from the date of deposit of the offer.

  1. 18.  Administrative Documents.

The required administrative documents should be, Under penalty of being rejected; only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officer, 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 (3) months preceding the date of submission of bids 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 the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.

14.Durée Validité des Offres New(Additif)

The bidders shall remain engaged by their offers for a period of Ninety (90) days as from the date fixed for the reception of offers.

15.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained every day during working hours from the Mayor's secretariat of Isangele council within working hours from 8:30am to 3:30pm

MUDEMBA Le 10-05-2022
Le MAYOR
PONDY Magdaline