Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 25-03-2021 à 15:03
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NDU
TENDER NOTICE   OPEN NATIONAL INVITATION TO TENDER (PROCEDURE OF URGENCY)  NO  03/ONIT/MINDDEVEL/NWR/DMD/NC/NCITB/2021 OF THE 12/03/2021  FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY IN JUNCTION ( TR 1 (0.45KM)  IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION  
Source de financement
BUDGET AUTONOME(BA)
1.Objet New(Additif)

Within the frame-work of the 2021 Public Investment Budget (PIB 2021), the Contracting Authority ( the  Mayor of  NDU Council),in DONGA MANTUNG DIVISION, hereby representing the State of Cameroon, launches an Open National Invitation to tender under CONDITIONS OF EMERGENCY FOR THE FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY IN JUNCTION ( TR 1 (0.45KM)  IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

2.Consistance des prestations New(Additif)

The works subject of this invitation to tender shall requireTHE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY IN JUNCTION IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

. The works and service required are found in the detail description mentioned in the bill of quantities and cost estimates.

3.Cout Prévisionnel New(Additif)

The estimated cost of the operations (tasks) following feasibility studies stands as specified in the table below: -

 

Lot

Works

Locality

Estimated Cost

1

FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY  IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

 

 NDU COUNCIL AREA, NDU SUB-DIVISION, DONGA MANTUNG DIVISION

42, 000,000

FCFA

2

 

 

 

4.Allotissement New(Additif)

The works subject of this invitation to tender shall in one lot defined with specifications as in the table below: -

 

Lot

Works

Locality

1

FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY  IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

 

NDU COUNCIL TOWN, NDU SUB-DIVISION, DONGA MANTUNG DIVISION

 

 

 

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domainof construction accompanied by the necessary financial capability.

6.Financement New(Additif)

Works which form the subject of this invitation to tender shall be financed as per the programmed budget head of the 2021 MINDUH ROAD FUNDS BUDGET of the Republic of Cameroon as specified in the table below: -

 

Lot

Ministry

Project Owner

Works

 

Provisional Amount 

Vote of charge N°

Expenditure authorization N°

1

MINHDU

The Mayor of NDU Council

FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY IN JUNCTION (IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

 

42, 000,000

FCFA

IW05570

55 38 498 01 641640 2250 821

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 contracts award) during working hours at the NDU COUNCIL, SERVICE OF THE AWARD OF CONTRACTS, and TEL: 677 78 59 59

8.Acquisition du Dossier New(Additif)

The Tender documents shall be obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority (Service in charge of contracts award) during working hours. The document shall be obtained upon presentation of a Treasury receipt showing the payment of a non-refundable sum of eighty-five thousand (200,000) francs CFA. payable at the Ndu Council Treasury.

9.Remises des offres New(Additif)

Each offer written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in six (6) copies that is one (01) original and five (05) copies labelled as such. These shall be submitted in one external sealed envelope containing three (3) envelopes, that is,

v Envelope A: Administrative Documents,

v Envelope B: Technical document and

v Envelope C: Financial document.

                                                               It shall reach NDU Council Service, in charge of contracts award, not later than  06/04/2021.at 10am local time. The sealed external envelope shall be free of all identification marks, failing which it shall be rejected.

 

The sealed external envelope addressed to the Delegated Contracting Authority shall bear the following inscriptions:

 

OPEN NATIONAL INVITATION TO TENDER

(PROCEDURE OF URGENCY)

 

NO _03/ONIT/MINDDEVEL/NWR/DMD/NC/NCITB/2021 OF THE 12/03/2021

FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY IN JUNCTION ( TR 1)  (0.45KM)  IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

 (To be opened only during the bids opening session of the Tenders Board)

 

10.Delai de Livraison New(Additif)

The maximum duration of execution provided for by the Project Owner for the execution of the works subject of this tender shall be one hundred and twenty calendar days (four (04) months) with effect from date of notification of the Service Order to start execution.

 

11.Cautionnement Provisoire New(Additif)

Each bidder shall enclose in his administrative documents a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 11 of the tender file and valid for thirty (30) days beyond the original date of the validity of the bids.

Lot

Works

Locality

Estimated Cost

Bid Bond

Tender Fee

1

FOR THE PAVING OF ROAD FROM WAY OUT TOTAL PETROL STATION TO MOTOR PARK’S WAY IN JUNCTION  IN NDU COUNCIL AREA DONGA MANTUNG DIVISION  NORTH WEST REGION

 

NDU COUNCIL AREA, NDU SUB-DIVISION, DONGA MANTUNG DIVISION

42, 000,000

FCFA

850,000

FCFA

85,000

FCFA

12.Recevabilité des Offres New(Additif)

 Under penalty of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials, Bank Officials, etc.) or by Administrative Authorities (Example: SDO, DO etc) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three (03) months or must not be produced before the signing of the tender file. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this notice and tender file shall be declared inadmissible (null and void), especially bids containing a bid bond not issued by a first-rate bank approved by the Ministry in charge of Finance or bid bond less than 850,000fCFCFA

      The bid bond which shall only be released by the Contracting Authority will be released not later than thirty (30) days after the period of bid validity for unsuccessful bidders. For the contractor (bidder to whom the contract is awarded), the bid bond shall be returned to the contractor by the Delegated Contracting Authority once the final bond has been provided and the corresponding amount refunded by the Bank upon presentation of the original bid bond.

    Bidders shall remain committed to their offers for a period of ninety (90) 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.

NB: The contractor shall during site installation, present the originals of the respective certified documents for strict verification of their authenticity.

13.Ouverture des Plis New(Additif)

Bids shall be opened by the NDU Internal TENDERS BOARD in a single phase on the  06/04/2021 at 11:00 am local time in a Tenders Board hall at the NDU Council. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected. Bids shall be opened and assessed in a single (01) phase of two stages where: -

 

a) Stage I shall involve:

i)   Opening of envelopes containing Administrative documents to appraise the validity, authenticity and completeness of files.

ii)   Opening of envelopes containing technical documents to appraise and evaluate technical proposals

NB: Any bids which shall not obtain 80% score in the technical evaluation shall simply be eliminated.

 

b) Stage II Opening of financial offers to appraise proposed amount for the project.

NB: Bidders who’s offers when calculated for verification and found more than the provisional amount of the project will simply be eliminated.

 

14.Critères d'évaluation New(Additif)

EVALUATION CRITERIA:

Tender conformity shall be evaluated as per the following:

A)    Eliminatory Criteria.

 

-          Offers (bids) submitted after the deadline or time limit;

-          Bids submitted in unsealed external envelopes.

-          External envelopes with identification marks or inscriptions,

-          Absence of an original or properly certified administrative document or documents certified more than one time, and not submitted within 48hours on request:

-          Absence of bid bond or bid bond not issued by a first-rate bank approved by the Ministry in charge of Finance or bib bond lower than 850,000fcfa;

-          Incomplete financial file;

-          Technical evaluation mark less than 80%;

-          Enterprise suspended from public procurement;

-          Financial proposal higher than the provisional amount in case of multiple bidders;

B)             Essential Criteria They are primordial or key modalities in the judgment of the technical and financial capacity of candidates to execute the tasks forming the subject of the invitation to tender. They were determined in relation to the nature and content of the tasks to be executed. Hence in the evaluation of:-

(i) Technical documents, it shall be the binary method (YES or NO) based on the following distribution of points:

 

CRITERA

POINTS

GENERAL PRESENTATION OF THE BIDS

5

EXPERIENCE OF THE COMPANY

8

QUALITY OF PERSONNEL AND MANAGEMENT OF THE COMPANY

9

TECHNICAL EQUIPMENT

5

METHODOLOGY FOR THE EXECUTION OF WORKS

7

TOTAL

34

 

   NB:

       -Any Bid that shall not obtain 80% scores in technical evaluation shall simply be eliminated.

             -Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAO).

(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices.

 

15.Attribution New(Additif)

The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements.

16.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their bids for ninety (90) days from the deadline set for the submission of tenders (offers).

17.Renseignements Complémentaires New(Additif)

COMPLEMENTARY INFORMATION:

   Additional information may be obtained during working hours from the service contracts award at the NDU council.

 

 AMENDMENT TO THE INVITATION TO TENDER:

     The Contracting Authority may at any time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.

BAMENDA Le 12-03-2021
Le MAYOR
ABDOU KANFON Burno