Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 22-03-2023 à 18:03
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE MISAJE
                                                                                    OPEN NATIONAL INVITATION TO TENDER NO  002/ONIT /NWR/DMD/MC/MCITB/2023OF 06/03/2023 FOR THE OPENING OF THE BEBEJAMA - MAYOKILA ROAD, MISAJE MUNICIPALITY, DONGA MANTUNG DIVISION, NORTH WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

  Within the framework of the execution of the 2023 state budget, the State of Cameroon represented by the Mayor of MISAJE Council hereby launches an open national invitation to tender for the OPENING OF THE BEBEJAMA - MAYOKILA ROAD, MISAJE SUBDIVISION, MISAJESubdivision, Donga-Mantung Division, North West Region.

 

2.Consistance des prestations New(Additif)

Work to be done consists of:

  • Site Installation
  • Earth works
  • Drainage works
3.Cout Prévisionnel New(Additif)

   The estimated cost after preliminary studies is twenty-seven million (27,000,000) fcfa

     

Subject

Amount for the Project

Vote of charge N°

Expenditure authorization N°

 OPENING OF THE BEBEJAMA - MAYOKILA ROAD, MISAJE MUNICIPALITY,

27, 000,000 FCFA

IY05356

57 36 126 01 641636 523511 861

 

4.Allotissement New(Additif)

The work is in one (1) lot as follows; -  OPENING OF THE BEBEJAMA - MAYOKILA ROAD, MISAJE MUNICIPALITY, MISAJE Municipality, Donga-Mantung Division, North West Region  

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to competent Cameroonian enterprises that are in compliance with the fiscal laws and who are not currently excluded from public procurement

6.Financement New(Additif)

The said works shall be financed as per the Public Investment budget (BIP) of 2023 of the Ministry of Public Works assinged to the Mayor of MISAJE Council

7.Consultation du Dossier New(Additif)

The Tender documents may be consulted immediately after publication of this invitation to tender from the Services of the Contracting Authority (Service in charge of the award of contracts of MISAJE Council), at the Divisional Delegation of Public Contracts DONGA-MANTUNG and the Regional Office of the Public Contracts Regulatory Agency (ARMP) for the North West during working hours.

 

 Subject

Locality

Bid Bond

Tender fee

 OPENING OF THE BEBEJAMA - MAYOKILA ROAD, MISAJE Municipality

MISAJE Council Area

540,000 fcfa

54,000fcfa

 

8.Acquisition du Dossier New(Additif)

The Tender file may be obtained from the Premises of the Contracting Authority (Service of Contracts award) of MISAJE Council as soon as this notice is published against payment of a non-refundable sum of fifty-four thousand (54,000Fcfa), CFA francs, and payable at Municipal Treasury of MISAJE

9.Remises des offres New(Additif)

  SUBMISSION OF BIDS:  Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in Seven (7) copies, that is one (01) original and six (06) copies labelled as such. These shall be submitted in one external envelope - sealed, containing three (3) internal envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical file and Envelope C: Financial file. The sealed external envelope shall bear no information about the company and shall reach the Service of contracts award of MISAJE Council not later than the 28/03/2023 at10am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic. The sealed pack shall bear the following inscriptions:

 

OPEN NATIONAL INVITATION TO TENDER No. 002 /ONIT /NWR/DMD/MC/MCITB/2023, OF 27/02/2023 FOR THE OPENING OF THE BEBEJAMA - MAYOKILA ROAD, MISAJE MUNICIPALITY, DONGA-MANTUNG DIVISION, NORTH WEST REGION

(To be opened only during the bids opening session)

10.Delai de Livraison New(Additif)

The maximum deadline for the execution provided for by the Contracting Authority shall be four months (120 calendar days) with effect from date of notification of the Administrative Order to start works.

 

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 - the list of which is found in document No. 12 of the Tender File, in the amount of five hundred and forty thousand (540,000) francs CFA, and valid for thirty (30) days beyond the deadline of validity of bids

12.Recevabilité des Offres New(Additif)

At the risk of being rejected, only originals or certified true copies by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of this Invitation to Tender. They must not be more than three (3) months old as at the date of submission of bids or must not be established before 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 bids shall be opened in a single phase, in the conference hall of MISAJE COUNCIL, on 28/03/2023 at 11:00am. Only bidders or their authorized representatives, having a perfect knowledge of the file may attend the bids opening session. Any bid which shall not comply with the requirements of the Tender File shall be rejected.

14.Critères d'évaluation New(Additif)

The evaluation of bids shall be carried out in three stages:

  • 1st Stage: verification of the conformity of each administrative document;
  • 2nd Stage: Evaluation of technical bids;
  • 3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

14.1-Eliminatory criteria

-       Absence of a document in the administrative file; (and not submitted 48 hours upon request)

-       Bids submitted after the deadline for submission;

-       Deadline of execution more than the prescribed;

-       False declaration or falsified documents;

-       External envelope bearing identification marks of the Bidder;

-       Absence of, or insufficient bid bond;

-       Omission of a quantified task on the bill of quantities and cost estimates

-       Enterprise with an abandoned or overdue contracts beyond contractual deadline.

-       Failure to obtain at least 75% in the evaluation of the Technical proposal.

 

14.2. Main Qualification criteria: The criteria relating to the qualification of candidates could indicatively be on the following:

  • Financial situation
  • Experience
  • Personnel
  • Equipment.

Methodology/organization of the site

15.Attribution New(Additif)

The evaluation will be done in a purely binary manner - (yes) or (no). The contract shall be awarded to the bidder who would have obtained a minimum technical score of 75% in the essential criteria and 100% in the eliminatory criteria, taken in consideration and who would have proposed a bid with the lowest amount, in conformity with the regulations of the tender documents

                                                                                                                                              

16.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their offers for a period of one hundred and twenty (120) days from the last date of the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.

 

17.Renseignements Complémentaires New(Additif)

: Bidders shall remain committed to their offers for a period of one hundred and twenty (120) days from the last date of the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline

BAMENDA Le 06-03-2023
Le MAYOR
MGBATA SAMMY NFORKEMBA