Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 17-05-2024 à 13:58
Support : support@armp.cm Plateforme : pridesoft@armp.cm
CONSEIL REGIONAL DE L'EXTREME NORD
OPEN NATIONAL INVITATION TO TENDER N°  001/AONO/CREN/SG/CIPM-EN/2024 OF  02/05/2024 FOR THE EXECUTION OF PERIODIC MAINTENANCE WORKS ON INNOVATIVE PRODUCTS OF REGIONAL EARTH ROADS: R0924 : BALAZA (INTER R0905) – GUINADJI – DOUBEL – PETTE (INTER R0912), 35,50 KM ; R0920 : GAZAWA (INTER R0905) – HINA, 40 KM.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

As part of the earth road maintenance campaigns for Fiscal Years 2024, the President of the Far North Regional Council, Project Owner, is launching an Open National Invitation to Tender for the execution of the works periodic maintenance to innovative soil stabilization products for Regional Earth Roads in two (02) sites: R0924 : Balaza (Inter R0905) – Guinadji – Doubel – Pette (Inter R0912), 35,50 km ; R0920 : Gazawa (Inter R0905) – Hina, 40 km, dans le Reseau Nord, Departements du Diamaré et du Mayo Tsanaga, gion de l’Extrême-Nord, Diamaré and Mayo-Sava Departments, Far North Region.

2.Consistance des prestations New(Additif)

The works will consist of the maintenance of the roads concerned and the interventions will have to be carried out in three successive stages:

-          1st stage : the treatment of critical points (including engineering works) ;

-          2nd stage : earthworks and reshaping of the platform with special emphasis on sanitation and drainage ;

-          3rd stage: the resurfacing of the wearing course with improved materials, by litho stabilization, with innovative products or by construction of reinforced concrete rafts for flood-prone areas.

This work to be carried out under the contract covers the following tasks:

SERIES 000 : FACILITIES

-          Site installation ;

-          Delivery and withdrawal of equipment;

-          Study and execution project.

 

SERIES 100 : CLEANING AND EARTHWORKS

-          clearing;

-          Ordinaire excavation deposited ;

-          Rock spoil deposited ;

-          Backfill in "lateritic gravel" or "karal" from improved borrowing from litho stabilization or an innovative product ;

-          Formatting the platform ;

-          Heavy reprofiling with improved material supply to the litho stabilization or to the innovative product ;

-          Cleaning and reforming existing ditches and outlets ;

-          Cleaning and reshaping of existing earthen ditches ;

-          Creation of ditches and divergent in the ground with the grader.

SERIES 300 : SANITATION - DRAINAGE

-          Construction of reinforced concrete slabs.

 

SERIES 400 : STRUCTURES

-          Construction of reinforced concrete culverts including heads ;

-          Rubble masonry ;

-          Cleaning of hydraulic structures.

SERIES 600 : MISCELLANEOUS

-          Supply and installation of rain barrier.

 

3.Cout Prévisionnel New(Additif)

Provisional budgets including VAT (CFA F) : 964 499 968

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

The application to this invitation to tender is opened with equal conditions to Cameroon-Law related firms and companies experienced in similar services and located in Cameroon.

6.Financement New(Additif)

The works covered by this Call for Tenders are financed by the MINDDEVEL Budget, Road Fund Line, Fiscal Year 2024 and following.

7.Consultation du Dossier New(Additif)

Upon publication of this notice, The Tender File can be consulted during working hours at the Far North Region-CTD Service (General Secretariat of the Region-CTD).

8.Acquisition du Dossier New(Additif)

The tender documents offer may be obtained from the Secretariat General, at Djarengol-Pitoaré Street, Phone/Fax: 222 29 01 50/ 222 29 01 51 on presentation of a receipt showing the payment of a non-refundable sum of  four hundred thousand (400,000) CFA Frs, as purchase fee for the document, payable into the Regional Council Receiver Office.

This receipt must identify the buyer as a representative of the Company wishing to participate in the Call for Tenders.

When withdrawing the Call for Tenders Dossier, tenderers must register, indicating their full address (PO box, telephone numbers, fax, email, etc.).

9.Remises des offres New(Additif)

LIRE PLUTOT:

Seven copies of each tender application written either in English or in French; one (01) original document and six (06) copies labelled as such, in accordance with the invitation to tender should be submitted in a sealed envelope against a receipt at the Regional Council of the Far North Region in Maroua, Services of the Secretariat General, by 07/06/2024 at 12 am (local time). Phone /Fax: 222 29 01 50/ 222 29 01 51. They should bear the following:

OPEN NATIONAL INVITATION TO TENDER

N°  001/AONO/CREN/SG/CIPM-EN/2024 OF  02/05/2024 FOR THE EXECUTION OF PERIODIC MAINTENANCE WORKS ON INNOVATIVE PRODUCTS OF REGIONAL EARTH ROADS:

  • R0924 : BALAZA (INTER R0905) – GUINADJI – DOUBEL – PETTE (INTER R0912), 35,50 KM ;
  • R0920 : GAZAWA (INTER R0905) – HINA, 40 KM.
10.Delai de Livraison New(Additif)

The maximum execution time provided by the Project Owner for the completion of the works is six (06) months for each of the two (02) sites. This period runs from the date of notification of the Service Order to Begin Works (OSCT).

11.Cautionnement Provisoire New(Additif)

Tenders must be accompanied by a provisional bond (tender guarantee) drawn up according to the model indicated in the Call for Tenders file by a bank or an insurance company approved and authorized by the Minister in charge of Finance to issue sureties in the context of Public Contracts. The amount in FCFA of the said guarantee is mentioned in the table below:

Batch No.

Amount of the Bid Security

1

Nineteen million two hundred and ninety thousand (19,290,000) FCFA

12.Recevabilité des Offres New(Additif)

Tenders received after the date and time of submission of tenders or those not respecting the mode of separation of the financial tender from the administrative and technical tenders will be inadmissible.

Lest they be rejected, should compulsory be submitted only the originals and copies of the other required administrative documents (valid) certified by either the issuing service or an administrative authority in keeping with the requirements of the special tender regulation. They must date less than three (3) months and valid on the day of the tenders disclosure. These others required documents must compulsory be in process of validity in compliance with the prescribed regulation. 

13.Ouverture des Plis New(Additif)

LIRE PLUTOT:

Tenders disclosure will be done in one stage on 07/06/2024 at 01 pm prompt (local time) at the meeting Hall of the Regional Council of the Far North Region in the presence of the tender applicants.

Only the tender applicants may attend this opening session or have themselves represented by a duly authorized person of their choice (even in case of joint venture) having a knowledge of their file.

The opening of the bids will be done in one time and in three stages:

-          1st step: Opening of envelope A containing the administrative documents;

-          2nd step: Opening envelope B containing the technical offers;

-          3rd step: Opening of envelope C containing the financial offers.

All bidders may attend this opening session or be represented by a single duly authorized person (even in the case of a group) of their choice who has perfect knowledge of the file.

14.Critères d'évaluation New(Additif)

Eliminatory criteria

a)      Absence of the original of the provisional guarantee at the opening ;

b)      Absence, after the 48-hour period after the opening of the tenders, of at least one of the documents in the administrative file, with the exception of the provisional guarantee ;

c)      False declaration or falsified document or non authentic document ;

d)      Non control of the site and non exixtence of the visit certificate signed on honor;

e)      Have unfinished projets at Far North Regional concouil;

f)       The declaration on honor attesting that the bidder has not abandoned a public contrat during the last tree years and that il does not appear on the list of defaulting companies establishd by MINPC;

g)      No proof of own possession of all the following minimum equipment :

h)      Not having presented at least one reference proving that the company has satisfactorily carried out a road works contract of the same nature for an amount including tax greater than or equal to one billion (1 000,000,000) CFA F ;

i)        Absence of certified financial statements for the last three (03) years (2021-2023) constituting a cumulative turnover greater than or equal to one Billion (1 000,000,000) CFA francs;

j)       Incomplete financial file for absence or non-compliance of one of the following documents :

  • A stamped, signed, dated and sealed submission;
  • The unit price schedule (BPU) (Exhibit 6) following the model with indication of the prices excluding VAT in figures and in words, completed legibly, initialed on each page and signed, dated and stamped on the last page ;
  • The Quantitative and Estimated estimate (DQE) initialed on each page, signed, dated and stamped on the last page ;
  • The lack of financial capacity/solvency de 370 000 000 FCFA.

k)      Omission of a quantified unit price in the BPU, the DQE and the Sub-detail of unit prices ;

l)        Not having obtained at least a total of 34 criteria out of all 48 essential criteria;

m)  Registration on the suspensive list of the Public Procurement Authority.

Essential criteria

The evaluation of the technical offers will be made on 48 criteria based on the essential criteria below:

a. The proposed management staff (exhibit 9.5) out of 17 criteria;

b. The material to be mobilized based on 16 criteria;

c. The references of the co-contractor over the last five years on 5 criteria;

d. The organization and methodology based on 5 criteria;

e. Financing capacity of at least one billion (1,000,000,000) CFA francs based on 1 criterion;

f. The amount of turnover must be at least one billion five hundred million (1,500,000,000) CFA francs over the last three years based on 3 criteria:

g. A certified photocopy of the categorization certificate issued by MINPC (those who are on the categorization list) based on 1 criterion.

 

NB: Any public official listed among the staff and who has not presented all the documents likely to justify their release,revocation, etc… of the Civil Service will be considered invalid.

- The presence of a certified photocopy of the Categorization certificate issued by MINMAP or its duly authorized representative exempts the bidder from the production in his technical offer of the following documents:

  • The supporting documents of his figure d
  • Supporting documents for his references;
  • Supporting documents for its technical and logistical resources;
  • Supporting documents for its permanent staff;
  • Supporting documents for the rental of its headquarters.
15.Attribution New(Additif)

The President of Regional Council of the Far North Region, Contracting Authority grants the contract to the applicants whose file, technically skilled, assessed appealing with the lowest bid deemed to be and substantially in accordance with the tender file. The lowest price is not a guarantee.

16.Durée Validité des Offres New(Additif)

Applicants will be bound by their tenders for ninety (90) days with effect from the tender-submission deadline.

17.Renseignements Complémentaires New(Additif)

Some technical information could be obtained during working hours at the Secretariat General Office of the Regional Council of Far North Region; Phone /Fax: 222 29 01 50/ 222 29 01 51.

For any other additional technical information, bidders may contact the Regional Delegation of Public Works of the Far North located at Carrefour PARA in Maroua.

MAROUA Le 02-05-2024
Le PRÉSIDENT
KALBASSOU Daniel