Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 31-03-2021 à 14:31
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NKUM
TENDER NOTICE   OPEN NATIONAL INVITATION TO TENDER NO 001/ONIT/NC/NCITB/2021 OF 24/03/2021   FOR THE CONSTRUCTION OF TWENTY (20) CLOSED UP MARKET SHEDS AT WAIKOV MARKET IN NKUM SUB DIVISION, BUI DIVISION, NORTH WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the execution of the 2021 state budget, the State of Cameroon represented by THE LORD MAYOR NKUM COUNCIL hereby launches in an emergency procedure an open national invitation to tender FOR THE CONSTRUCTION OF TWENTY (20) CLOSED UP MARKET SHEDS AT WAIKOV MARKET IN NKUM SUB DIVISION, BUI DIVISION

2.Consistance des prestations New(Additif)

The construction works subject to this invitation to tender include detail description of the items found in the bill of quantities (detail cost estimate).

 

3.Cout Prévisionnel New(Additif)

N/A

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

: Participation in this present invitation to tender is opened to all registered and qualified companies or groups of companies based in the Republic of Cameroon, with the necessary financial capability, technical and professional expertise in Public works (construction domain).

 

6.Financement New(Additif)

The said works shall be financed as per the following programmed budget head of  the 2021 Public Investment Budget (PIB 2021) of the Republic of Cameroon under the Ministry of Decentralization and Local Development (MINDDEVEL) assigned to THE LORD MAYOR NKUM-NKUM under budget head number 55276416516

 

 

7.Consultation du Dossier New(Additif)

: The Tender documents may be consulted and obtained immediately after publication of this invitation to tender from the Service of the Contracting Authority (Service in charge of the award of contracts) Telephone N0 677827817 during working hours at the NKUM COUNCIL. The document shall be obtained upon presentation of a receipt testifying to the payment of a non-refundable sum of Fifty thousand (50,000) Francs CFA payable to the Municipal Treasury NKUM council.

8.Acquisition du Dossier New(Additif)

The document shall be obtained upon presentation of a receipt testifying to the payment of a non-refundable sum of Fifty thousand (50,000) Francs CFA payable to the Municipal Treasury NKUM council. 

9.Remises des offres New(Additif)

Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (7) copies, that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed pack containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical file and Envelope C: Financial file. The sealed pack shall bear no information about the company and shall reach the, Service in charge of the award of contracts NKUM Council not later than 14/04/2021at 10:30 am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic.

The sealed pack shall bear the following inscriptions:

 

 

OPEN NATIONAL INVITATION TO TENDER

NO 001/ONIT/NC/NCITB/2021 OF 24/03/2021FOR THE CONSTRUCTION OF TWENTY (20) CLOSED UP MARKET SHEDS AT WAIKOV MARKET IN NKUM SUB DIVISION,BUI DIVISION,NORTH WEST REGION  

 (To be opened only during bids opening session)

10.Delai de Livraison New(Additif)

The maximum deadline for the execution provided for by the Contracting Authority shall be FOUR MONTHS (120 calendar days) with effect from the date of notification of the Service Order to start works.

 

11.Cautionnement Provisoire New(Additif)

Each bidder shall enclose in his administrative documents a bid bond (provisional guarantee) that respects the model in this tender file of EIGHT HUNDRED AND TWELVE Thousand SIX HUNDRED AND TWEENTY NINE (812,629) francs CFA issued by a first-rate bank approved by the Ministry in charge of Finance featuring on the list in document 10 of the tender file and valid for thirty (30) days beyond the validity of the tenders.

 

 

Only originals or true copies certified by the issuing services of the required administrative documents (Senior Divisional Officer, Taxation Officials, etc.), including the bid bond, must imperatively be produced in accordance with the Special Tender Regulations or such bids shall be subject to rejection. They must obligatorily not be older than three (03) months. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this tender shall be declared inadmissible.

 

The provisional guarantee will be released no later than thirty (30) days after the period of bid validity for unsuccessful bidders. For the bidder who is awarded the contract, the provisional guarantee will be released after constitution of the final guarantee.

NB: The successful bidder shall during site installation present the originals of the respective documents for strict verification of their authenticity.

12.Recevabilité des Offres New(Additif)

Only originals or true copies certified by the issuing services of the required administrative documents (Senior Divisional Officer, Taxation Officials, etc.), including the bid bond, must imperatively be produced in accordance with the Special Tender Regulations or such bids shall be subject to rejection. They must obligatorily not be older than three (03) months. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this tender shall be declared inadmissible.

 

The provisional guarantee will be released no later than thirty (30) days after the period of bid validity for unsuccessful bidders. For the bidder who is awarded the contract, the provisional guarantee will be released after constitution of the final guarantee.

NB: The successful bidder shall during site installation present the originals of the respective documents for strict verification of their authenticity.

13.Ouverture des Plis New(Additif)

The administrative documents, the technical and financial proposals shall be opened on the 14/04/2021 at 11 am prompt, local time, by the Nkum 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.

 

 

a) Stage I shall involve:

i)   Opening and appraisal of validity, authenticity and completeness

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.

 

 

14.Critères d'évaluation New(Additif)

 Tender conformity shall be evaluated as per the following:

A) Eliminatory Criteria.

 

-          Bids  submitted in unsealed envelopes and packs;

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

-          Absence of original or properly certified administrative documents,

-          Administrative documents more than 3months old;

-          Incomplete technical or financial documents;

-          Omission of unit price schedule ;

-          None justification of capacity to pre-finance ;

-          Technical and administrative evaluation mark less than 75% ;

-          False declaration or forged documents ;

-          Work supervisor of the company having less than three (03) years of experience;

-          Site Foreman having less than five (05) years of working experience;

-          Any contractor with an ongoing project for 2021/2019 and who have abandoned work shall not be eligible to be awarded a project within the division

 

B) Evaluation Criteria: The preliminary evaluation shall be the binary method (YES/NO) based on the following essential criteria:

 

 

CRITERA

ELEMENTS

GENERAL PRESENTATION OF THE BIDS

4 Elements

EXPERIENCE OF THE COMPANY

8 Elements

QUALITY OF PERSONNEL AND MANAGEMENT OF THE COMPANY

6 Elements

TECHNICAL EQUIPMENT

6 Elements

METHODOLOGY FOR THE  EXECUTION OF WORKS

4 Elements

TOTAL

28 ELEMENTS

NB:

- Any Bid that shall not obtain 75% evaluation shall simply be rejected.

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

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.

  1. i.                     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 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”.

 

  1. 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 (RPAO).

 

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 (RPAO).

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 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 80% of the essential criteria

 

15.Attribution New(Additif)

The contract shall be awarded to the lowest bidder, who fulfils the technical and administrative requirements.

 

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their offers for a period of ninety (90) days from the last date of for the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.

17.Renseignements Complémentaires New(Additif)

Additional (supplementary) technical information may be obtained during working hours from the service for the award of contracts.

 AMENDMENT TO THE INVITATION TO TENDER: The Delegated Contracting Authority reserves the right, if warranted, to subsequently amend this invitation to tender.

Maximum number of lots: Any bidder may bid for and hold more than one (1) lot but in this case we have just one lot. However for reasons of assiduity, effective presence of the contracting partner and proper realization of works this must be so with different sets of personnel.

                                                                               

 

BAMENDA Le 24-03-2021
Le MAYOR
BONGFAN Stephen