Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 07-02-2018 à 21:25
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE SANTA
  OPEN NATIONAL INVITATION TO TENDERN° 003/ONIT/SC/ SCITB/ 2018 OF 06/02/2018FOR THE REHABILITATION OF FARM TO MARKET ROADS: ROAD KHONGMANDAN-MUVVAH-SANTA Lot N° 1 (4km) and ROAD AZIANE-KATLE-AKULE-AWING Lot 2 (5km) IN SANTA MUNICIPALITY COUNCIL. FINANCING: PUBLIC INVESTMENT BUDGET MINADER
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The state of Cameroon represented by the Mayor of Santa Council, the Contracting Authority, hereby launches an open National invitation to tender for Rehabilitation of farm to market roads: road KHONGMANDAN-MUWAH-SANTA Lot N° 1 (4 km), and road AZIANE-KATLE-AKULE-AWING Lot N°2 (5km) in Santa municipality Council.

2.Consistance des prestations New(Additif)

 

The works include the following:
Installation
Road surfacing
Drainage

3.Cout Prévisionnel New(Additif)

 

The estimated cost after preliminary studies is:

-Lot No 1: 12.000.000 Fcfa 
-Lot No2: 15.000.000 Fcfa

4.Allotissement New(Additif)

 

The works are in two (02) lots:

-Lot 1: road KHONGMANDAN-MUWAH-SANTA  (4 km)                      -Lot 2: road  AZIANE-KATLE-AKULE-AWING  (5km)

5.Participation et origine New(Additif)

 

Participation in this invitation is opened to register qualified Contractors of the Republic of Cameroon with financial ability, technical and professional expertise in public works and construction.

6.Financement New(Additif)

 

The works, subject of this invitation to tender, is financed by the Public Investment Budget of MINADER 2018.

7.Consultation du Dossier New(Additif)

 

The Tender File may be consulted at the Santa Council within working hours from 7:30am to 3:30pm.

8.Acquisition du Dossier New(Additif)

 

The tender file may be acquired from the Santa Council upon presentation of a non-refundable treasury receipt of twenty four thousand (24 O00) FCFA for lot 1 and thirty thousand (30 000)
FCFA for lot 2 bearing the name of the company.

9.Remises des offres New(Additif)

Each offer or bid drafted in English or French in seven (07) copies including the one (01) original and six (06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a treasury receipt at the Santa Council not later than 06/03/2018 at 12 a.m local time and should carry the inscription:


OPEN NATIONAL INVITATION TOTENDER
N° 003/ONIT/SC/ SCITB/ / 2018
FOR THE REHABILITATION OF FARM TO MARKET ROAD: KHONCMANDAN-MUWAH- SANTA Lot 1(4km) OR AZIANE-KATLE-AKULE-AWING Lot N°2 (5kM) IN SANTA MLNICIPALITY COUNCIL.

"To be opened only during thebid-opening session"

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

10.Delai de Livraison New(Additif)

 

The maximum execution deadline shall be three (03) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the service order to start work.

11.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 N° 12 of the Tender File of an amount of two hundred and forty thousand FCFA (240 OOOFCFA) for lot 1 and three hundred thousand FCFA (300.000 FCFA) for lot 2 and valid for thirty (30) days beyond the date of validity of bids.

12.Recevabilité des Offres New(Additif)

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 to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance. .

13.Ouverture des Plis New(Additif)

The opening of bids in one phase shall be done on the 06/03/2018 at 1:00 p.m in the Conference Hall of the Santa Councilbythe competent Tender Board.
Only bidders may  attend or be duly represented by a person of their choice who has full knowledge of the file.
The opening of adminstrative documents, and the technical and financial bids (technical  and financial if the opening is single phased, technical only if the opening is double-phased)

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.

i. Ellminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according to the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder. They refer especially to;
♦ Absence of bid bond
♦ False declaration or forged document
♦ Non-compliance with major technical specifications (to be listed)
♦ Non-respect of Xessential criteria (X being greater than or equal to 1)
♦ Absence of quantified unitprice)
♦ Non-compliance with the model bid,


ii. Essential criteria

CRITERIA COFORMITY OBS.
    YES NO  
 REFERENCES OF THE COMPANY
1  Minimum two (02) registered contract (1st and last pages) certified by a competent authoritY      
2  Minimum two (02) PV of reception corresponding to the-joint contracts certified by a competent authority      
 PERMANENT OR MOBILIZABLE MATERIAL MEANS
3  Proof of a grader in good operating condition (owned or hired)      
4  Proof of a bulldozer D6 in good operating condition (owned or hired)      
5  Proof of a compactor in good operating condition (owned or hired)      
6  Proof of a vehicle (Pick up 4x4 or van) (owned or hired)      
 QUALIFICATION OF SITE PERSONNEL
7  Organizational Chart of the company      
8  Organizational Chart of site with comments      
9  Works Director (atleast Civil Engineer with at least 03 years of experience in similar works)      
10  Presentation of the Original of the Diploma of Work Director signed by the SDO or the Governor      
11  CV signed and dated by the works Director      
12  Site foreman (at least Higher Civil Engineering Technician with at least 03 years of experience in similar works)      
13  Certified copy of certificate of Foreman      
14  CV signed and dated by the site foreman      
15  Presentation of the Original of the Diploma of foreman signed by the SDO or the Governor.      
 METHODOLOGY OF INTERVENTION AND EXECUTION OF THE WORKS
16  Attestation of site Visit signed by the Mayor of Santa Council or his representative      
17  Site Visit report      
18  Detailed technical note concerning the organisation and the execution of works.      
19  Planning of execution of works      
20  Respect of the duration of work      
21  Description of safety measures at the building site      
22  Description of socio- environmental measures for the protection the site      
23  Coherence in the execution of works      
24  Coherence in the organisation of the site      
25  CCTP dully initialled on each page and signed and dated on the last page      
 CAPACITY OF SELF-FINANCING
26  Attestation of credibility Minimum 25% of the bid price in FCFA       
 GENERAL PRESENTATION OF THE BIDS
27  Presence of all the documents      
28  Properly bind      
29  Table of content      
30  Page separators in colour apart from white      
31  Order prescribed respected      
32  Clearness of the documents      
15.Attribution New(Additif)

The jobbing Order shall be awarded to the bidder to the whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the Public Contracts Code. However inconsistent and unrealistic financial offers shall not be accepted.

16.Durée Validité des Offres New(Additif)

 

The bidders shall remain committed to theiroffers 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 theSanta Council.

BAMENDA Le 06-02-2018
Le MAIRE
SAMKIE ELVIS GANYAM II