Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 04-05-2023 à 19:01
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BAMENDA 2E
N°01/RQ/BII.CITB/FEICOM/BIIC/2023 OF 28/04/2023 FOR THE SUPPLY OF A PICK-UP 4X4 DOUBLE CABIN VEHICLE TO THE BAMENDA II COUNCIL, MEZAM DIVISION OF THE NORTH WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of 2023 Investment Budget, the Mayor of the BAMENDA II Council, Contracting Authority, hereby launches, a Request for Quotation for the supply of a pick-up 4x4 double cabin vehicle to BAMENDA II Council, MEZAM División of the North West Region.

2.Consistance des prestations New(Additif)

The supply consists of the delivery of two (01) vehicle whose characteristics are described in the Special Technical Clauses Book (CCTP). “see characteristics on page 14-point 3.3 technical description”.

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies is 48 000 000 (Forty-Eight Million) FCFA

4.Allotissement New(Additif)

The supply is as follows:

Supply of a pick-up 4x4 double cabin vehicle to BAMENDA II Council, MEZAM Division of the North West Region

5.Participation et origine New(Additif)

Participation to this consultation is opened to Enterprises of Cameroonian Nationality who are in compliance with the regulations in force

6.Financement New(Additif)

    This project shall be co-financed by the FEICOM/BAMENDA II Council 2023 Public Investment Budgets as follows:

S/N

SOURCE OF FUNDING

AMOUNT

01

FEICOM INVESTMENT FUND

28,000,000

02

BAMENDA II COUNCIL PROPER FUND

20,000,000

7.Consultation du Dossier New(Additif)

The Tender file could be consulted in the BAMENDA II Council, Contracts Award Service, the Divisional Delegation of MINMAP or the Regional Centre of ARMP- North West upon publication of this invitation

8.Acquisition du Dossier New(Additif)

The file may be consulted and obtained at the BAMENDA II Council, Contracts Award Service, BAMENDA II Council with effect from the date of signature of this Tender Notice upon presentation of a receipt attesting to the payment of a non-refundable fee of 60 000 (sixty thousand Francs CFA) into BAMENDA II Municipal Treasury or any other public treasury, representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Complete bidders’ files, including all administrative and technical documents, must be deposited in seven (07) copies including one (01) original file and six (06) copies on the 24/05 /2023  at 10:00 AM local time in sealed envelopes, in the BAMENDA II council Contracts Award Service bearing on:

 

N°01/RQ/BII.CITB/FEICOM/BIIC/2023 OF 28/04/2023 FOR THE SUPPLY OF A PICK-UP 4X4 DOUBLE CABIN VEHICLE TO THE BAMENDA II COUNCIL, MEZAM DIVISION OF THE NORTH WEST REGION

 

«To be opened only during the Tenders Board Opening session ».

10.Delai de Livraison New(Additif)

The deadline of execution is Sixty (60) days from the date of notification for this Jobbing Order to begin.

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 this Consultation File, valid for thirty (30) days beyond the date of validity of bids and of an amount of 820 000 (Eight Hundred and Twenty Thousand) FCFA.

12.Recevabilité des Offres New(Additif)

Subject to being rejected, documents in the administrative file must include only originals or true copies certified by the issuing service or competent administrative authorities in accordance with the Special Regulations of the invitation to tender. These documents must be less than three (3) months old or established after the signing of the tender notice.

       

          Any bid not in conformity with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance or the non-respect of the models of the tender file documents shall lead to a pure and simple rejection of the bid.

 

        Bids that do not respect the method of separating the financial offer from administrative and technical offers will be inadmissible.

13.Ouverture des Plis New(Additif)

Bids will be opened on the 24/05/2023   at 11:00 AM in the conference hall of the BAMENDA II  Council, by the Council Internal Tender’s Board, in the presence of the bidders or their mandated representatives with full knowledge of the files if they so desire.

The bids will be evaluated exclusively of value added tax (EVAT) and all taxes inclusive (ATI) and accompanied by a signed model submission

14.Critères d'évaluation New(Additif)

[The aim of these criteria is to identify and reject incomplete bids or bids not in compliance with the essential conditions laid down in the Tender File relating especially to admissibility of administrative documents, compliance of the technical bid with the technical specifications in the Tender File and the qualification of candidates].

14.1        Eliminatory criteria

[These criteria fix the minimum conditions to be met to qualify for evaluation according to the essential criteria. They should not be the subject of scoring. The non-respect of these criteria shall lead to the rejection of the bid by the bidder]. They include notably:

-       Absence of bid bond ;

-       False declaration or falsified document;

-       Non-compliance with major technical specifications of the supply ((to be listed) “see characteristics in point 1.0 technical description”;

-       Non respect of two (02) essential criteria;

-       Absence of quantified unit price;

-       Non-compliance with the model tender;

-       Absence of prospectus accompanied by the technical sheets from the manufacturer;

-       Absence of agreement or authorization from the manufacturer, where applicable.

14.2        Essential criteria

The so-called essential criteria are those primordial or key used to judge the technical and financial capacity of candidates to execute the services or deliver the supplies forming the subject of the invitation to tender.

 

The criteria relating to the qualification of candidates could indicatively be on the following:

 

  • Turnover:                                                                                               
  • Supplier’s references of similar supplies         
  • Availability of spare parts                                                                 
  • After-sales service                                                                        
  • Access to a line of credit or other financial resources (if applicable)

The non-respect of 02 of criteria leads to the elimination of the bid.

(It is important to avoid arbitrariness in determining qualification)                                                            

[Indicate the main qualification criteria which show that the bidders have the technical capacities and required resources to execute the contract fully. These criteria are given in detail in article 6(1) of the Special Regulations of the invitation to tender]

[The marking scale for offers by award of points is proscribed in favour of the binary method (yes or no)].

15.Attribution New(Additif)

The jobbing order shall be awarded to the bidder 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.

16.Durée Validité des Offres New(Additif)

The bidder is bound by his bid for a period of sixty (60) days with effect from the deadline fixed for the submission of the bids.

17.Renseignements Complémentaires New(Additif)

Complementary information which could be technical in nature can be obtained from the Mayor’s Secretariat of the Bamenda II Council Tel: 674 10 88 53.                                                  

BAMENDA Le 28-04-2023
Le MAYOR
CHENWI Peter