Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 05-08-2024 à 19:07
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NKUM
TENDER FILE OPEN NATIONAL INVITATION TO TENDER NO. 10/ONIT/MINDDEVEL/N.C/NCITB/NKUM-FEICOM/2024 OF 18/07/2024 THROUGH THE EMERGENCY PROCEDURE FOR THE CONSTRUCTION OF A MUNCIPAL HOTEL AND A BOREHOLE CONNECTED TO SOLAR PANELS, A 20M3 WATER TOWER, THE SUPPLY OF A SOLAR-POWERED PUMP, THE PROTECTION OF THE SOLAR FIELD WITH A WIRE FENCE, THE SUPPLY AND DISTRIBUTION PIPES, THE TECHNICAL ROOM UNDER THE TOWER AT TATUM, IN NKUM  COUNCIL, BUI DIVISION OF THE NORTH WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the Funding Agreement No._____/FEICOM/DG/CAJ/DCC/2023 between FEICOM and NKUM   Council for the execution of the Public Investment Budget of the 2023  financiaL year, the Contracting Authority, the Mayor of NKUM   Council, hereby launches an open national invitation to tender through the Emergency procedure for the the construction of a muncipal hotel and a borehole connected to solar panels, a 20m3 water tower, the supply of a solar-powered pump, the protection of the solar field with a wire fence, the supply and distribution pipes, the technical room under the tower at TATUM, in NKUM  Council,  BUI  Division of the North West Region.

 

2.Consistance des prestations New(Additif)

This project comprises a single-storey, t-shaped feicom-type building with a footprint of 750m², to be used as a municipal hotel. The project includes a drinking water supply network with a 7.5 m3 water tower. The building includes 16 rooms with internal toilets (02 rooms of 14.66m² with toilets of 4.21m², 08 rooms of 12.85m² with toilets of 4.31m², 06 rooms of 10.75m² with toilets of 4.21m²). There is also a 7.89m² entry terrace, a 43.28m² hall at the entrance, a 38.35m² canteen, a 7.88m² kitchen with a terrace, a 16.65m² kitchen with a terrace, a reserve of 7.88 m², a multi-purpose hall with 75 seats with a floor area of 66.36 m², a logistics room of 12.40m², a manager's office of 20m² with toilets, an 18m² laundry room, a gender-specific latrine block and circulation areas. The drinking water supply network includes a borehole connected to solar panels, a 20 m3 water tower, and supply of a solar-powered pump, securing the solar field by a wire fence, provision of water supply and distribution pipes, the technical room under the water tower and training of a maintenance team.

.

The works comprise notably:

Designation

1

Studies - site installation

2

Earthworks

3

 substructure -foundations concrete/masonry works

4

Super structure

5

Roofing works

6

Tillingworks

7

Wood works

8

Metallic works

9

Aluminum works

10

 Painting works

11

Electricial installation

12

Plumbing sanitary installation

13

External works

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies stands at 220,000,000 (Two Hundred and twenty Million) FCFA all taxes inclusive.

4.Allotissement New(Additif)

The works are not divided into lots.

5.Participation et origine New(Additif)

Participation is opened under the same conditions to all Cameroonian Companies and business concerns that have proven experience in the fieldof building construction and civil engineering in general and who are not in aperiod of suspension by the authority in charge of public contracts.

 

6.Financement New(Additif)

The said works shall be financed jointly as per the convention signed between FEICOM and NKUM     Council assigned to the Mayor NKUM   Council as Authorising Officer with the budgets of 2023 assigned to the Mayor in the Funding Agreement No._______/CCF/FEICOM/DG/CAJ/DCCC/2024.

 

7.Consultation du Dossier New(Additif)

The tender file may be consulted during working hours at the Mayor’s Secretariat of the NKUM  council and tel: 677 827 817,

8.Acquisition du Dossier New(Additif)

The tender file may be acquired from the NKUM  Council, Mayor’s Secretariat, tel: 677 827 817, upon presentation of a non-refundable treasury receipt (payable at theTreasury of the NKUM  Council) of 150 000 (One hundred and Fifty 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)

Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach the NKUM Council, Contracts Award Service, not later than 20/08/2024, latest 10am local time and should carry the inscription:

 

OPEN NATIONAL INVITATION TO TENDER NO. 10/ONIT/MINDDEVEL/N.C/NCITB/NKUM-FEICOM/2024 OF 18/07/2024 THROUGH THE EMERGENCY PROCEDURE FOR THE CONSTRUCTION OF A MUNCIPAL HOTEL AND A BOREHOLE CONNECTED TO SOLAR PANELS, A 20M3 WATER TOWER, THE SUPPLY OF A SOLAR-POWERED PUMP, THE PROTECTION OF THE SOLAR FIELD WITH A WIRE FENCE, THE SUPPLY AND DISTRIBUTION PIPES, THE TECHNICAL ROOM UNDER THE TOWER AT TATUM, IN NKUM  COUNCIL, BUI DIVISION OF THE NORTH WEST REGION.

 

“To be opened only during the bid-opening session”

 

In case of any ambiguities or differences, only the original shall be considered authentic.

10.Delai de Livraison New(Additif)

The maximum deadline provided by the Project Owner / Contracting Authority for the execution of the works forming the subject of this invitation to tender is eight calendar (08) months, as from the date of notification of the contractor by the control engineer to start work.

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents, a bid bond that respects the models of thistender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), of an amount of 4 400 000 (Four Million Four Hundred thousand) FCFA, valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.

 

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperatively be produced in accordance with the Special Regulations of the invitation to tender.

They must obligatorily be not 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 20/08/2024 at 11a.m. prompt in the conference hall of the NKUM council by the competent 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)

1.      Evaluation criteria

The evaluation of bids shall be carried out in three stages:

Ø  1st Stage: verification of the conformity of each administrative document;

Ø  2nd Stage: Evaluation technical bids;

Ø  3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

14.1-Eliminatory criteria

Eliminatorycriteria fix the minimum conditions to be fulfilled to beadmitted for evaluation according to 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 bid bond

¨      False declaration or forged document

¨      Non compliance with major technical specifications (to be listed)

¨      Non-respect of X essential criteria (X being greater than or equal to 1)

¨      Absence of quantified unit price)

¨      Non compliance with the model bid.

 

14.2. Main Qualification criteria:

Essential criteria are those that are primordial or key in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender. They must be determined in relation to the nature and content of the works to be executed.

 

Indicatively, the criteria related to the qualification of candidates will be on:

¨      Financial situation;

¨      Experience;

¨      Personnel;

Equipment

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, confer article 33 of the public contracts code.

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their offers 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 every day during working hours from the NKUM  Council, Contracts Award Service, tel: 677 827 817.

BAMENDA Le 18-07-2024
Le MAYOR
BONGFAN Stephen