Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 10-05-2019 à 16:32
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NKUM
OPEN NATIONAL INVITATION TO TENDER N° 001/ONIT/NC/NCITB/2019 OF 02/05/2019 FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT GS DIYRI IN NKUM COUNCIL AREA, BUI DIVISION, NORTH WEST REGION (EMERGENCY PROCEDURE)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the frame work of the 2019 Public Investment Budget (PIB), the Mayor of Nkum Council "Contracting Authority" hereby launches by emergency procedure an Open National Invitation to tender for the construction of a block of two (02) classrooms at GS Diyri in Nkum Council Area.

2.Consistance des prestations New(Additif)

Work to be done consists of constructing a block of two (02) classrooms at G S Diyri in Nkum Council Area, Bui Division

The works include the following:

Lot 100: Preparatory works and studies

Lot 200: Earth Works

Lot 300: Foundation

Lot 400: Block work in elevation

Lot 500: Carpentry works

 Lot 600: Metallic works

Lot 700: Electricity

Lot 800: Painting

Lot 900: Drainage works and pavement

Lot 1000: Hygiene and Environmental Protection

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at nineteen million (19 000 000) F CFA

4.Allotissement New(Additif)

This Invitation to tender comprises one (01) lot: construction of a block of two (02) classrooms at GS DIYRI.

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned.

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of Basic Education for the 2019 financial year assigned to the Mayor of Nkum Council as Delegated Authorizing officers with Budget Heads N° 220 140

7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further Information during working hours as from the date of publication of this tender notice, at the Nkum council.

8.Acquisition du Dossier New(Additif)

The file may be obtained at the Nkum Council at the Service for the award of Public Contracts, Telephone N° 677 49 23 14 as soon as this notice is published against payment of a non-refundable sum of (35 000)Thirty Five Thousand CFA francs, payable at the Council Treasury Nkum representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01(one) original and 06(six) copies marked as such, should reach the Nkum Council, Service for the award of Public Contracts, not later than 31/05/2019 at 10.00 am local time. It should be labelled as follows:

OPEN NATIONAL INVITATION TO TENDER

N° 001/ONIT/NC/NCITB/2019 OF 02/05/2019 FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT GS DIYRI IN NKUM COUNCIL AREA, BUI DIVISION, NORTH WEST REGION

BE OPENED ONLY DURING THE BID OPENING SESSION

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be four (04) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

Each bidder should include in his administrative document, a bid bond of 380 000 (Three Hundred and Eighty Thousand) CFA francs issued by a first rate-bank approved by the Ministry in charge of Finance inconformity with COBAC conditions. Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced in accordance with the Special Conditions of the Invitation to tender. They shall neither be older than three (03) months nor be produced before the signing of the tender notice. Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted, especially the absence of a bid bond issued by a first rate-bank, approved by the Ministry in charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively be produced in accordance with the Special Regulations of the invitation to tender. They must obligatorily not be 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 bids shall be opened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on the 31/05/2019 at 11am local time, by the Local Tenders Board in the Council Hall. Only bidders may attend or be represented by duly mandated persons of their choice.

14.Critères d'évaluation New(Additif)

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.

 i. Eliminatory criteria

Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of thee 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 an element in the administrative file;

• 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.

• Two Bids with the same personnel

• Incomplete financial file.

 •Technical assessment mark lower than 80% of "Yes".

 ii. 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;

-Experience of supervisory staff;

-Logistics (Equipment);

-Methodology;

-Financial capacity;

-Attestation of site visit signed by both the Project owner

-Report of site visit signed by the Contractor

-The Special Technical Clauses (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 (RRAO).

iii. 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 (RRAO).This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 80% of the essential criteria taken into 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 least80%of the essential criteria

15.Attribution New(Additif)

The jobbing order shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 99 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 during working hours at the Nkum Council, Service of award of Public Contracts.

BAMENDA Le 02-05-2019
Le MAIRE
SUILA ARUNA KIDZE