Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 27-04-2024 à 13:46
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NJIKWA
   “Open National Invitation to Tender, Emergency Procedure” No. 08/ONIT/NCITB/NC/2024 OF 11/04/2024 FOR THE CONSTRUCTION OF THE FAAH AND NKUN GRAVITY WATER SCHEMES IN NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION.                                                                                                                                FUNDING : PIB MINEE 2024
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Mayor of Njikwa Council, the Delegated Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an open invitation to tender, emergency procedure for the construction of the Faah and Nkun gravity water schemes in Njikwa Municipality, Momo Division, North West Region.

2.Consistance des prestations New(Additif)

The works include the following:

 

  • Preparatory works (studies, Transpotation-Site installation);
  • Construction of spring catchment in Faah and reconstruction of spring catchment in Nkun;
  • Construction ofstorage tank in Faah and Nkun;
  • Construction of piping network with all its plumbering accessories;
  • Putting in place environmental mitigation measures
  • Putting in place project sustainability measures

 

3.Cout Prévisionnel New(Additif)

Lot:

Name of project

Amount of project

Amount of bid bond

Cost of tender file :

Single lot

CONSTRUCTION OF THE FAAH AND NKUN GRAVITY WATER SCHEMES

44 710 000 F

895,000 F

75,000 F

 

4.Allotissement New(Additif)

It is a SINGLE LOT.

NB: Execution works for the construction of the Faah and Nkun gravity water schemes in Njikwa Municipality, Momo Division, North West Region.

            

5.Participation et origine New(Additif)

Participation is open under the same conditions to all Cameroonian companies and business concerned that have proven experience in the field of building construction, water works and civil engineering in general.

6.Financement New(Additif)

Theworks, subject of this invitation to tender, shall be financed by the Public Investments Budget MINEE 2024.

7.Consultation du Dossier New(Additif)

The tender file may be consulted at the Njikwa Council (SIGAMP) during working hours, as soon as this tender notice is published.

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the Njikwa Council upon presentation of a non-refundable treasury receipt of 75,000 (seventy five thousand) FCFA. Such a receiptshall identify the payer as representing the company that wants to participate in the tender.

 

9.Remises des offres New(Additif)

The tender file in three (03) volumes shall be enclosed in three sealed envelopes.

  • Envelope A containing the administrative documents (Volume 1);
  • Envelope B containing the technical offer (Volume 2);
  • Envelope C containing the financial offer (Volume 3).

The three volumes shall then be enclosed in a single sealed envelope bearing only the reference of the tender in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour.

 

NB

Each offer or bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a receipt at Njikwa Council not later than 10/05/2024 at 10 a.m local time and should carry the inscription:

 

“Open National Invitation to Tender, Emergency Procedure”

N0. 08/ONIT/NCITB/NC/2024 OF 11/04/2024

FOR THE CONSTRUCTION OF THE FAAH AND NKUN GRAVITY WATER SCHEMES IN NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION.

      «To be opened only during the bid opening session »

 

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be four (04) calender 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 must include in his administrative documents a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance featuring in the annex of the tender file of the sum of Eight hundred and ninety five thousand (895,000) FCFA.

The provisional deposit shall be automatically released not later than 30 (thirty) days following the expiry of the validity of the bids for bidders who shall not be retained. In the case where the bidder is awarded the contract, the provisional deposit shall be released after the constitution of the final bond.

12.Recevabilité des Offres New(Additif)

The bids not respecting the separation mode of the financial bid from the administrative and technical bids shall be rejected.

Any bid not in conformity with the prescription of this tender notice and tender file shall be declared inadmissible. Especially the absence of a bid bond of a first-rate bank approved by the Ministry of Finance and valid for a period of thirty (30) days shall be rejected.

Least they are rejected, only the originals or certified true copies by the issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three (03) months and must be valid during the bid opening session.

 

13.Ouverture des Plis New(Additif)

The opening of the bids in one phase shall be done on 10/05/2024 at 11 a.m in the Conference Hall of the Njikwa Council by the competent tenders board.

Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.

 

14.Critères d'évaluation New(Additif)

The evaluation of the bids shall be done in three (03) steps:

  • 1st step: Verification of the conformity of the administrative file;
  • 2nd step: Evaluation of the technical file;
  • 3rd step: Analysis of the financial file.

 The criteria of evaluation are the following:

-Eliminatory criteria

- Administrative documents

  • Any offer not in conformity with the prescriptions of this tender file shall be declared inadmissible. Especially the lack of the provisional guarantee;
  • Any company having a 2023 project, notified to commence in 2023 and which has not yet commenced;
  • False declaration or falsified documents.
  • Lack of tender purchase receipt.

- Technical file

  • Incomplete or non compliant documents ;
  • False declaration, forged or scanned documents;
  • Absence of the prefinancing capacity of at least seven million, (7,000,000) CFA F.
  • Any company having a 2023 project, notified to commence in 2023 and which has not yet commenced;
  • Technical assessment mark lower than 80% of “Yes”.
  • Non existence in the technical file of the rubric « organization, methodology and planning »

- Financial offer

  • Incomplete financial offer;
  • Non compliant documents;
  • Omission of quantified unit price in the financial offer;
  • Absence of break down price.

Essential criteria: 

The technical offer of the bidder shall be assessed along the following lines:

S/N

Designation

MARKS

 

01

General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents in the order given in this tender file, quality of document.

 

01

 

02

Quality of Requested staff: Qualifications,experience of personnel affected to the project, CV, NIC and attestation of availability signed and dated.

 

04

 

03

Technical equipment/material affected to the project: The company should justify the property of the necessary material to the execution of works.

 

03

 

04

Reference of the enterprise:

  • Turnover in the past any two years;
  • Experience in construction of potable water supply systems.

 

02

05

Presence of the methodology of work execution

04

06

Presence of the prefinancing capacity

01

 The note of the technical offer will be gotten by addition of marks for every criteria. Only the technical offer having gotten an equal or superior note to 80% of YES will be kept for the financial evaluation.

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 bids during a period of one hundred and twenty (120) days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained every day during working hours from the Divisional Delegation for Water Resources and Enery for Momo

                                                                                            

BAMENDA Le 11-04-2024
Le MAYOR
AKEBE ANGWA Emmanuel