Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 24-05-2023 à 11:29
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BAMENDA 2E
OPEN NATIONAL INVITATION TO TENDER NO. 17/ONIT/MINDDEVEL/BII.C/BII.CITB/BAMENDA II-FEICOM/2023 OF 04/05/2023 THROUGH THE EMERGENCY PROCEDURE FOR THE CONSTRUCTION OF A MODERN MARKET AND A SOLAR BOREHOLE WITH A REINFORCED CONCRETE TANK OF 7.5 M3 AND 06 STANDPIPES AT MILE 90 NSONGWA, IN BAMENDA II COUNCIL, MEZAM DIVISION OF THE NORTH WEST REGION.
Source de financement
FONDS SPÉCIAL D'EQUIPEMENT ET D'INTERVENTION INTERCOMMUNALE(FEICOM)
1.Objet New(Additif)

Within the framework of the Funding Agreement No._______/CCF/FEICOM/DG/CAJ/DCCC/2023 between FEICOM and BAMENDA II Council for the execution of the Public Investment Budget of the 2023  financiaL year, the Contracting Authority, the Mayor of BAMENDA II Council, hereby launches an open national invitation to tender through the Emergency procedure for the construction of a modern market and 01 solar borehole with a reinforced concrete tank of 7.5 m3 and 06 standpipes at LIME 90 NSONGWA  In Bamenda II Council, Mezam Division of the North West Region.

2.Consistance des prestations New(Additif)
  1. 1.                  The project consists of the construction of 06 blocks of single-storey shops, toilets, stalls and a security post which  includes:
  • Block A comprising 01 security post and 24 shops on a surface area of 342.97m2;
  • Block B comprising of 20 shops on the surface area of 281.68m2,
  • Block C comprising of 16 shops, 01 storage shed and 01 office for the market keeper on a surface area of 260.53m2;
  • Block D comprising 33 stalls on a surface area of 158.63m2.
  • Block E comprising 05 shops and 04 butcher’s shops on a surface area of 139.35m2.
  • Block F comprising of 05 shops on a surface area of 70.84m2.
  • A solar-powered borehole with a 7.5m3 reinforced concrete tank

 

The works comprise notably:

 

Designation

1

Studies - site installation

2

Earthworks

3

 substructure -foundations concrete/masonry works

4

Super structure

5

Roofing works

6

Tillingworks

7

Wood works

8

Metallic works

9

Aluminum works

10

 Painting works

11

Electricial installation

12

Plumbing sanitary installation

13

External works

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at 281,682,513 (Two Hundred Eighty-One Million Six Hundred and Eighty-Two Thousand Five Hundred and Thirteen) FCFA all taxes inclusive.

4.Allotissement New(Additif)

The works are divided into one lot.

5.Participation et origine New(Additif)

Participation is opened under the same conditions to all Cameroonian Companies and business concerns that have proven experience in the fieldof building construction and civil engineering in general and who are not in aperiod of suspension by the authority in charge of public contracts.

6.Financement New(Additif)

The said works shall be financed jointly as per the convention signed between FEICOM and BAMENDA II   Council assigned to the Mayor BAMENDA II Council as Authorising Officer with the budgets of 2023 assigned to the Mayor in the Funding Agreement No._______/CCF/FEICOM/DG/CAJ/DCCC/2023.

7.Consultation du Dossier New(Additif)

The tender file may be consulted during working hours at the Mayor’s Secretariat of the BAMENDA II council and tel: 676244462,

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the BAMENDA II Council, Mayor’s Secretariat, tel: 676244462, upon presentation of a non-refundable treasury receipt (payable at theTreasury of the BAMENDA II Council) of 150 000 (One hundred and Fifty Thousand FCFA.Such a receiptshall identify the payer as representing the company that wants to participate in the tender.

9.Remises des offres New(Additif)

Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach the BAMENDA II Council, Contracts Award Service, not later than 10AM on 01/06/2023, and should carry the inscription:

 

 

OPEN NATIONAL INVITATION TO TENDER NO. 17/ONIT/MINDDEVEL/BII.C/BII.CITB/BAMENDA II-FEICOM/2023 OF 04/05/2023 THROUGH THE EMERGENCY PROCEDURE FOR THE CONSTRUCTION OF A MODERN MARKET AND A SOLAR BOREHOLE WITH A REINFORCED CONCRETE TANK OF 7.5 M3 AND 06 STANDPIPES AT MILE 90 NSONGWA, IN BAMENDA II COUNCIL, MEZAM DIVISION OF THE NORTH WEST REGION.

.

 

“To be opened only during the bid-opening session”

10.Delai de Livraison New(Additif)

The maximum deadline provided by the Project Owner / Contracting Authority for the execution of the works forming the subject of this invitation to tender iseight calendar (08) months, as from the date of notification of the contractor by the control engineer to start work.

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents, a bid bond that respects the models of thistender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), of an amount of 5,633,650 (Five Million, Six Hundred Thirty-Three Thousand, Six Hundred and Fifty) FCFA, valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.

12.Recevabilité des Offres New(Additif)

        Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities 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 the bids in one phase shall be done on 01/06/2023 at 11p.m. prompt in the conference hall of the BAMENDA II council by the competent tender board. Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.

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 technical bids;
  • 3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

14.1-Eliminatory criteria

Eliminatorycriteria fix the minimum conditions to be fulfilled to beadmitted 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:

 

¨      Financial capacity absent or below 1/3 of estimated cost.

¨      Absence of bid bond

¨      False declaration or forged document

¨      Non compliance with major technical specifications (to be listed)

¨      Non-respect of X essential criteria (X being greater than or equal to 1)

¨      Absence of quantified unit price)

¨      Non compliance with the model bid.

¨      Bid with external envelop carring an identification of the bidder.

 

14.2. Main Qualification criteria:

Essential criteria are those that are primordial or key in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender. They must be determined in relation to the nature and content of the works to be executed.

 

Indicatively, the criteria related to the qualification of candidates will be on:

¨      Financial situation;

¨      Experience;

¨      Personnel;

¨      Equipment.

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 bidders shall remain committed to their offers 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 the BAMENDA II Council, Contracts Award Service, tel: 676244462.

BAMENDA Le 04-05-2023
Le MAYOR
CHENWI Peter