Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 30-01-2025 à 13:19
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE DARGALA
OPEN NATIONAL INVITATION TO TENDER __A.N° 007/ONIT/ROUTES/C.DARG/CIPM/2025 OF 28/01/2025FOR THE REHABILITATION OF THE ROAD AGRICOL DARGALAYEL- NGANDARMA (06 KM)IN DARGALA COUNCIL, DIAMARE DIVISION, FAR-NORTH REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2025 National Investment Budget, the Mayor
of the Dargala Councils (Contracting Authority) hereby launches for the Mayor of Diamare
Councils an Open National Invitation to tender following emergency procedure, for the
rehabilitation of the road agricol DARGALAYEL- NGANDARMA (06 KM, in DargaIa Council,
for the amount of (23 000 000) FCFA ofDiamaré Division, Far -North Region.

2.Consistance des prestations New(Additif)

The works, which form the subject of this open national invitation to tender, shall consist
in the construction teachers lodging in Dargala, in DargaIa Council, ofDiamaré Division.
The services of this contract include:
> Prelirninary work;
> Masonry from the foundation and walls;
> Roof and ceiling works ;
> Metal joinery;
> Electrical works;
> Painting;
> Road and utilities.

3.Cout Prévisionnel New(Additif)

The works which form the subject of this invitation to tender are financed by the National
Investment Budget of the MIANDER for the 2025 financial year, for the amount of twenty three
million (23 000 000) francs CFA.

4.Participation et origine New(Additif)

Participation in this invitation to tender is open to [specify if applicable, the quality of
service providers concerned] or is restricted [specify the list of candidates prequalified or
companies selected within the framework of a categorisation].

5.Financement New(Additif)

The works which form the subject of this invitation to tender are financed by the National Investment Budget of the MIANDER for the 2025.

6.Consultation du Dossier New(Additif)

The hard copy of the file may be consulted free of charge during working hours in the
services of the PO/DPO at at the SIGAMP of the Dargala Council, telephone number 696 90 24
44, Po. Box: 575 dargala, E-Mail : comlnunedargala@gmail.com as soon as this notice is
published.

7.Acquisition du Dossier New(Additif)

A complete set ofbidding documents must be purchased at the SIGAMP of the Dargala
Council, telephone number 696 90 24 44, Po. Box: 575 Dargala, E-Mail
communedargala@gmail.com, by interested bidders as soon as this notice is published
upon presentation of a receipt ofpayment of a non- refundable fee of 40.000 (forty
thousand) francs CFA at the Dargala Treasury.

8.Remises des offres New(Additif)

Seven (07) copies ofsealed complete bids (one certified copy oforiginals and six photocopies)
drafted either in English or French must be submitted at the Launching Contracts Support Unit
of the Divisional Delegation of the Ministry of Public Contracts ofDiamaré in Maroua
latest 02 pm local time on 21/02/2025 with the reference :

OPEN NATIONAL INVITATION TO TENDER __A.
N° 007/ONIT/ROUTES/C.DARG/CIPM/2025 OF 28/01/2025
FOR THE REHABILITATION OF THE ROAD AGRICOL DARGALAYEL- NGANDARMA (06 KM)
IN DARGALA COUNCIL, DIAMARE DIVISION, FAR-NORTH REGION.

9.Delai de Livraison New(Additif)

The maximum time frame provided for by the Project Owner or Delegated Project
Owner for the execution of works subject of this invitation to tender is [Specify the estimated
time frame and the number of tranches per lot if applicable] calendar months. This time frame
shall run from the date of notification of the administrative order to commence the services.

10.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents, a hand-endorsed bid bond,
issued by a financial body or institution approved by the Minister in charge of finance to issue
bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of
an amount of 460 000 and valid up to thirty (30) days beyond the initial date limit of the
validity of bids. ’The absence of the bid bond issued by a first-rate bank or financial body of
first category authorised by the Minister in charge of Finance to issue bonds for public
contracts shall lead to the immediate rejection of the offer. A bid bond submitted but that does
not have any relation with the consultation concerned shall be considered as absent. The bid
bond presented by a tenderer at the bid opening session shall not be accepted.

11.Recevabilité des Offres New(Additif)

The administrative documents, the technical offer and the financial offer must be placed in
separate envelopes and submitted in a sealed envelope.
The Project Owner shall not accept:
• Bids bearing information on the identity of the tenderers;
Bids submitted after the closing date and time for submission ofbids;
Envelopes without indication on the identity of the Invitation to Tender;
Bids non-compliant with the bidding mode;
Failure to comply with the number of copies specified in the RPAO or offer in copies only;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared
inadmissible. Especially the absence of a bid bond issued by a financial body or institution
approved by the Minister in charge of Finance to issue bonds for public contracts or the failure
to comply with the model documents of the Tender File shall lead automatically to the rejection
of the bid without any other procedure. A bid bond submitted but not relating to consultation
concerned shall be considered as absent. A bid bond presented by a bidder during the bid
opening session shall not be accepted.

12.Ouverture des Plis New(Additif)

The opening of bids will be in one phase in the presence of bidders or their duly mandated
representative who choose to attend on 21 FEV 2025 at 03 p.m. local time at the Conference hall of the Dargala Council.
Only tenderers may attend this opening session or be represented by a person oftheir choice, duly authorised, even in case of a group of companies.
Under pain ofbeing rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shaII be no later than 3 (three) months old from the original deadline for the submission oftenders
or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening ofbids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be reiected

13.Critères d'évaluation New(Additif)

Eliminatory criteria
The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted to
evaluation following the essential criteria. They should not be the subject of notation. The
failure to comply with these criteria shall lead to the rejection of the bidder’s offer.
The eliminatory criteria include:
Absence of bid bond at the opening ofbids;
Failure to submit, beyond the 48(forty-eight) hours deadline after the opening ofbids,
a document of the administrative file deemed non-compliant or absent (except the bid bond);
False declarations, fraudulent schemes or forged documents;
Failure to comply with X essential criteria (X referring to the qualification threshold of
technical bids)
Absence of the sworn statement for not having abandoned contracts during the last
three years;
Failure to comply with bids file format;
Absence of a quantified unit price in the financial offer;
Absence of prospectus accompanied by manufacture’s technical sheet produced (where applicable)
Absence of approval or authorisation ofmanufacturer, if applicable;
Absence of own or hired minimum equipment (to be specified by the Project Owner);
Absence ofgrading(categorisation) certificate if applicable;
Absence of an element in the financial offer (submission, BPU, DQE);
Absence ofintegrity charter dated and signed
Absence of the dated and signed commitment statement to compIy with environmental and social clauses.
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
15.2 Essential criteria
Essential criteria are the fundamental or key ones that will help to measure the financial and
the technical capacity of candidates to execute the services subject of the tender. They should
be determined depending on the nature and the content of the services to be executed.
It is necessary to clearly specify the modalities for validating a criterion from the number of
sub-criteria to be respected
The essential criteria for the qualification ofbidders shall focus especially on:
+ Presentation of bid;
+ Bidder’s references;
+ After-sales service(availability ofspare parts, repair workshop, technical personnel) if
applicable;
+ Financial capacity; (Access to a line of credit or other financial resources, turnover,
attestation of financial solvency);
+ Personnel qualification and experience; • Logisticmeans, • Methodology.
NB: [Indicate the main qualification criteria which show that the bidder has the required
technical capacities and resources to successfully execute the contract] . [These criteria will be
detailed in Article 6.1 of the RPAO]
[The notation system ofbids by giving points (marks) shall be prohibited to give way to the
binary mode (Yes or No)]

14.Attribution New(Additif)

The Project Owner or the Delegated Project Owner shall award the contract to the bidder
whose bid meets the required technical and financial qualification criteria and whose offer was
evaluated as the lowest by including as the case may be, the rebates proposed.
(in case ofallotment, specify the maximum number of lots a candidate may be awarded)

15.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their bids for [Indicate the duration between 60 and 90 days] from the initial deadline set for the submission ofbids.

16.Renseignements Complémentaires New(Additif)

Additional information may be obtained during working hours from of the SIGAMP of the
Dargala Council, telephone number 696 902 444, Po. Box: 575 Dargala, E-Mail:
communedargala@gmail.com or online on the COLEPS platform via
http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic
communication means indicated by the Project Owner.

DARGALA Le 28-01-2025
Le MAIRE
NDJIDDA BAKARI