Momenam

COMMUNE D’ELAK OKU: TENDER NOTICE N°:06 /ONIT/MINDDEVEL/ECITB/2020 OF 16/10/ 2020 FOR THE EXECUTION OF REHABILITATION WORKS ON KETAM MANGHOCK TO NANKWI ROAD IN OKU SUB DIVISION, IN BUI DIVISION, NORTH WEST REGION

Télécharger le DAO

1. Objet
Within the framework of 2020 state Budget, the state represented by the Mayor. ELAK COUNCIL, CONTRACTING AUTHORITY, hereby launches in an emergency procedure an Open National Invitation to tender for the above works.

2. Consistance des prestations
Works under this tender invitation are constituted in the Rehabilitation of the earth road as designated below:

Lot N°

DESIGNATION OF ROADS
SECTIONS

Locajity

Amount for bid bond

Project
, Amount

LENGTH(KM)

Durotio
n In
months

01 KETAM MANGHOCKNANKWI Manchock 554,000 27.700.000

4

03

These works shall involve the following tasks:
The re-profiling of the carriageway of 5-6m width,
The creation of ditches and outlets,
The backfiling/re-loading of the carriageway,
Construction of metallic culverts
All other works described in the bill of estimates.

3. Coût prévisionnel

Lot N°

DESIGNATION OF ROADS
SECTIONS

Locajity

Amount for bid bond

Project
, Amount

LENGTH(KM)

Durotio
n In
months

01 KETAM MANGHOCKNANKWI Manchock 554,000 27.700.000

4

03

4. Délai de livraison
The maximum deadline provided for by the CONTRACTING AUTHORITY shall be three (03) months from the date of the notification of the service order for works to start.

5. Allotissement

Lot N°

DESIGNATION OF ROADS
SECTIONS

Locajity

Amount for bid bond

Project
, Amount

LENGTH(KM)

Durotio
n In
months

01 KETAM MANGHOCKNANKWI Manchock 554,000 27.700.000

4

03

6. Participation et origine
Participation in this invitation to tender shall be open to all Cameroon-based public works companies.

7. Financement
Works under this tender shall be financed by the RIB budget; 2020
FISCAL YEAR.

8. Consultation du dossier
The tender invitation documents may be consulted at the Service for the award of contracts, ELAK COUNCIL.

9. Acquisition du dossier
The tender documents may be purchase at the Services of Contracts award at the ELAK COUNCIL, upon presentation of a receipt of payment into the Elak Council municipal treasury of a non refundable fee of fifty thousand (50 000) francs CFA.

The said receipt must identify the payer as representing aconsulting firm willing to participate in the tender.

10. Remise des offres
Tenders shall be divided into three volumes and submitted in a simple envelope as follows:
Volume 1 : Administrative documents;
Volume 2: Technical proposal;
Volume 3: Financial offer.
All the constituent documents (volumel, 2 and 3) shall be enclosed in a large and sealed outer envelope bearing only the subject of the tender concerned.
The different documents of each bid shall be numbered in keeping with the order indicated in the tender file
and separated by colour dividers.

10-SUBMISSlON OF BIDS: Drafted in English or French and in SEVEN (7) including one (1) original and SIX(6) copies, labelled as such, bids shall be submitted in a sealed envelope and against a receipt at the Contracts Service of the ELAK COUNCIL, no later than the 16/11/2020 at 10 a.m. They shall bear the following:

N° 06 /ONIT/MINDDEVEL/ECITB/2020 OF 16/10/ 2020 FOR THE EXECUTION OF REHABILITATION WORKS ON KETAM MANCHOCK TO NANKWI ROAD IN OKU SUB DIVISION, IN BUI DIVISION, NORTH WEST REGION .
FINANCING: PIB BUDGET; 2020 FISCAL YEAR

“TO BE OPENED ONLY AT THE BIDS OPENING SESSION”

11. Cautionnement provisoire
The bid shall be submitted with a bid bond of five hundred and fifty four thousand 554 000)FCFA delivered by a banking Institution recognized by MINFI and COBAC in the form provided in the special tender regulations. The bid bond shall remain valid 90 days after submission of the bids.

Subject to rejection, the provisional guarantee shall be obligatorily produced in its original dated not more than three (03) months.
For unsuccessful bidders, the provisional guarantee shall be released not later than 15 (fifteen) days after theexpiry of tender validity. For successful bidders, it shall be released only after the definitive guarantee has been constituted.

12. Recevabilité des offres
The bids shall be evaluated according to the main criteria as follows:
There are two types of evaluation criteria: eliminatory and essential criteria. [The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.

13. Ouverture des plis
The administrative documents, the technical and financial proposals shall be opened on the 16/11/2020 at 11 am prompt, local time, by the ELAK COUNCIL Internal Tenders Board in the presence of bidders or their representatives.
All Bidders may attend the opening session or each has himself represented by one person of his choice (even in the event of a joint-venture) with sound knowledge of his file.

14. Critères d’évaluation
Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of 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 or non conformity of an element in the administrative file If not rectified within 48 hours ;

  • Deadline for delivery higher than prescribed;
  • False declaration, forged or scanned documents;
  • A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.
  • Incomplete financial file
  • Absence of bid bond
  • Technical assessment mark lower than 75% of “Yes”.

Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:

  • General presentation of the tender files;
  • References of the company in similar achievements;
  • Logistics (Equipment):
  • Methodology:
  • Financial capacity;
  • Attestation of site visit signed by the contractor.
  • Report of site visit signed by the Contractor with pictures
  • The Special Technical Glauses (STC). (Each page should be initialed and the last page signed and
    stamped);
  • Special Administrative Clauses completed (each page should be initialed and the last page signed and
    stamped);
  • Pre – Financing capacity not less than 75% of the amount required in the offer
    The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).

In Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following;
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 75% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in
conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 75% of the essential criteria
Details of these main qualification criteria are specified in the assessment grid contained in the Special Tender
Regulations.

15. Attribution
The contract shall be awarded to the lowest bidder, complying with the technical and administrative requirements.

16. Durée de validité des offres
The tenders shall be valid for 90 (ninety) days with effect from their submission deadline.

17. Renseignements complémentaires
The CONTRACTING AUTHORITY reserves the right to carry out any necessary modifications to this invitation to tender.

BAMENDA le 16 Octobre 2020
Le MAYOR
NGUM JEROME Njioh

Télécharger le DAO

0 Comments

There are no comments yet

Leave a comment

Votre adresse e-mail ne sera pas publiée. Les champs obligatoires sont indiqués avec *