Within the framework of 2020 Investment Budget, the MAYOR NJINIKOM COUNCIL hereby launched an Open National for the REHABILITATION OF 5.4km ROAD ALONG THE BAINGEH-KINDO-JINGWAH FARM TO MARKET ROAD IN NJINIKOM SUBDIVISION (DECENTRALISED CREDITS -MINDDEVEL -Program 2020) NJINIKOM, BOYO DIVISION
Work to be done consists of preparatory works, grading and opening of part of the road works
The estimated cost after preliminary studies is 20 000 000 (twenty million) CFA Francs.
Unique lot :he REHABILITATION OF 5.4km ROAD ALONG THE BAINGEH-KINDO-JINGWAH FARM TO MARKET ROAD IN NJINIKOM SUBDIVISION (DECENTRALISED CREDITS -MINDDEVEL -Program 2020) NJINIKOM, BOYO DIVISION
Participation to this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.
Works which form the subject of this invitation to tender shall be financed by the 2020 Public Investment Budget of the Ministry of Decentralization and Local Development (MINDDEVEL)
The file may be consulted during working hours at the technical service of the NJINIKOM Council, Telephone N° (237) 675 20 10 00 as soon as this notice is published.
The file maybe obtained from the technical service of the NJINIKOM Council, Telephone N° (237) 679 20 36 56 as soon as this notice is published against payment of the Sum of 40 000 CFA francs, payable at the NJINIKOM Council Municipal Treasury, representing the cost of purchasing the tender file.
Each offer drafted in English or French in 07 (SEVEN) copies including 01 (one) original and 05 (five) copies should reach the premises of the NJINIKOM Council at Njinikom not later than 30/06/2020 at 10 am local time and should carry the inscription:
TO THE PROJECT OWNER
(OPEN NATIONAL INVITATION TO TENDER N° 007/ONIT/NC/NCTB/PIB/2020 OF 05/06/2020 REHABILITATION OF 5.4km ROAD ALONG THE BAINGEH-KINDO- JINGWAH Farm TO MARKET ROAD IN NJINIKOM SUB DIVISION (DECENTRALISED CREDITS - MINDDEVEL -Program 2020) NJINIKOM SUB DIVISION OF THE NORTH WEST REGION"
"To be opened only during the bid-opening session"
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this Invitation to tender is three (03) calendar months
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 document No. 12 of the Tender File, of an amount of 400 000 CFA (Four hundred thousand Francs CFA, valid for thirty (30) days beyond the date of validity of bids. As per article 90 (9) of the Public contract Code (Decree No. 2018/366 OF 20June2018), certified cheques or bank cheques are acceptable in the place of bid bond.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officers, Divisional Officers) 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 launching of the tender file 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.
The bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 30/06/2020 at 11 a.m. local time, at the conference hall of NJINIKOM Council by the NJINIKOM Council InternalTenders' Board. Only bidders may attend or be represented by duly mandated persons of theirchoice.
The bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
• Outright elimination during the opening session of the bids
1. Absence of the bid bond
• Elimination during the evaluation of bids by the ad hoc committee
2. Absence or non-conformity of an element in the administrative file and can’t be submitted within 48hrs
3. Deadline for delivery higher than prescribed;
4. False déclaration or falsified documents;
5. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
6. Incomplete financial file;
7. Change of quantity or unit of the Tender file in the financial bid;
8. Non respect of 75%of essential criteria;
During the opening session of the bids if a document of the administrative bid is absent or noncompliant, the bidder will be given forty eight (48) hours to produce or replace the said document else it will be eliminated during the evaluation of the bids.
No such document will be accepted after this deadline.
B. Essential criteria
1. General presentation of the tender files;
2. Financial capacity;
3. References of the company in similar achievements;
4. Quality of the personnel;
5. Technical organization of the works;
6. Safety measures on the site;
7. Logistics;
8. Attestation and report of site visit; justified with photos
9. Special Technical Clauses initialed in all the pages, signed, dated, and stamped on the last page
10. Special Administrative Clauses completed and initialed in ail the pages.
5These essential criteria are subject to lower limits, the details of which are spelled out in the
Special Regulations of the invitation to tender
This evaluation will be done in a purely binary method with a positive (yes) or negative (no) with an acceptable minimum of 75% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.
Pursuant to justification by bidder. Unconvincing abnormally low costing will not be accepted spelled out in the Special Regulations of the invitation to tender of this consultation.
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours at the Njinikom council Telephone N° (237) 679 20 36 56