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,”  N° 09/ONIT/NCITB/NC/2024 OF 11/04/2024.  ThePAVEMENT OF THE BAD SPOTS AT THE NJUMUKOD HILL AND BAKO HILL, Njikwa Municipality, Momo Division Of The North-West Region.   FUNDING : PIB MINTP 2024
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2024 Public Investment Budget (PIB), the Mayor of Njikwa Council “Contracting Authority” hereby launches an open National Invitation to tender for thePAVEMENT OF THE BAD SPOTS AT THE NJUMUKOD HILL AND BAKO HILL,Njikwa Municipality, Momo Division of the North-West Region. This invitation to tender comprises only one (01) lot.

2.Consistance des prestations New(Additif)

Work to be done consists of the PAVEMENT OF THE BAD SPOTS AT THE NJUMUKOD HILL AND BAKO HILL, Momo Division. The works include the following:

-           Installation

-          Cleaning and earth works

-          Drainage

-          Signalisation and security equipment

3.Cout Prévisionnel New(Additif)

Lot

N°:

Project name

Project Amount

Amount for bid bond

 

Cost of tender file :

 

Budget Head

SINGLE

The PAVEMENT OF THE BAD SPOTS AT THE NJUMUKOD HILL AND BAKO HILL

20,000,000CFAF

400,000 CFAF

40,000 CFAF

 

4.Allotissement New(Additif)

Lot

N°:

Project name

SINGLE

The PAVEMENT OF THE BAD SPOTS AT THE NJUMUKOD HILL AND BAKO HILL

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 Public Works MINTP, for the 2024 financial year assigned to the Mayor of  Njikwa Council as Authorizing officer with Budget Head N°…………………………………...

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 Njikwa council.

8.Acquisition du Dossier New(Additif)

The file may be obtained at the Njikwa Council Office, as soon as this notice is published against payment of a non- refundable sum of (40,000 ) Forty thousand  CFA francs, payable at the Njikwa Council Treasury representing the cost of the tender file.

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 the Njikwa Council Office not later than 10/05/2024 at 10 a.m local time and should carry the inscription:

 

ʺOpen National Invitation to Tender,ʺ

N° 09/ONIT/NCITB/NC/2024 OF 11/04/2024.

The PAVEMENT OF THE BAD SPOTS AT THE NJUMUKOD HILL AND BAKO HILL, Njikwa Municipality, Momo Division Of The North-West Region.

«To be opened only during the bid opening session »

 

The offers or the bids submitted after the stipulated deadline shall not be received.

10.Delai de Livraison New(Additif)

Bidders have TWENTY ONE (21) days for the submission of their bids with effect of the publication of the tender notice.

NB

The maximum execution deadline shall be three (03) 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 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 400,000 (four hundred thousand) CFAF.

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)

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 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 internal tender 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:

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.

 -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:

- 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 past project, notified to commence in in the corresponding year and which has not yet been received;
  • False declaration or falsified documents;
  • Lack of tender purchase receipt.

 - Technical file or Certificate of Categorisation

  • Incomplete  or non compliant documents;
  • False declaration forged or scanned documents;
  • Absence of the prefinancing capacity of at least five millions (5,000,000) CFAF,
  • Technical assessment mark lower than 70% 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

Reference of the enterprise:

  • Experience in the similar works

 

02

 

03

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

 

03

04

Presence of the methodology of work execution

05

 

05

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

 

02

06

Presence of  the prefinancing capacity

01

 

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).

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 70% 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 to 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 (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 Njikwa Council.                                                      

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