Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 02-06-2025 à 17:59
Support : support@armp.cm Plateforme : pridesoft@armp.cm
MISSION DE DÉVELOPPEMENT DU NORD OUEST
TENDER NOTICE OPEN NATIONAL INVITATION TO TENDER N° 1204./ONIT/MIDENO/MITB/13/84/2025 OF23 MAI 2025 FOR THE RENOVATION OF THE MIDENO HEAD OFFICE BAMENDA TO IMPROVE ON SECURITY, SAFETY AND INCLUSIVENESS (PHASE 2) THROUGH EMERGENCY PROCEDURE  FINANCING: PUBLIC INVESTMENT BUDGET (PIB) MINADER 2025 BUDGETARY HEAD: 231305
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the frame work of the Public Investment Budget (PIB) MINADER of the 2025 financial year, the Director General of the North West Development Authority (MIDENO) is looking for a competent and reliable service provider to carry out the renovation and rehabilitation of  the MIDENO Head Office building to improve on security, safety and inclusiveness (Phase 2) through emergency procedure.

2.Consistance des prestations New(Additif)

The major deliverables and tasks of the successful bidder shall be to upgrade the MIDENO Main Office through renovations and refurbishment by executing the following tasks described below in compliance with quality standard requirement:

a)      Electrification of the head office – Re-electrify and Install energy-efficient LED lighting  in and out of building, power sockets and switches to the different supply source 

b)      Drainage and plumbing – install a stand by water reserve tank of 5000m3 and connect to the building to supply the upgrade the low-flow water fixtures in restrooms to improve water and energy consumption.

c)      Building Structure Enhancements – Completion of structural reinforcement works, including the foundation, walls, and roofing, to ensure stability, safety, and durability in accordance with modern construction standards.

d)     Fresh Paint and Aesthetic Improvements – Full interior and exterior painting of the building to enhance its visual appeal, as well as updates to design elements that improve the overall aesthetic quality of the office space.

e)      Security Systems Installation – Fully operational surveillance cameras, access control systems, and improved perimeter lighting to ensure a secure environment for the staff and visitors.

f)       Accessibility Improvements – Completion of accessibility features, such as ramps, wider doorways, accessible restrooms, and elevator access, ensuring full inclusivity for people with disabilities.

g)      External Yard Refurbishment – An upgraded external yard with enhanced landscaping, safe pedestrian walkways, effective drainage systems, and improved lighting to ensure both safety and aesthetic appeal.

h)      Ventilation and Air Quality Systems – Upgraded HVAC systems and ventilation to improve air circulation, comfort, and indoor air quality for all occupants.

i) Final Inspection and Compliance Certification – A detailed inspection to ensure that all works comply with safety, environmental, and regulatory standards, followed by the issuance of any necessary compliance certifications.

These deliverables are expected to transform the MIDENO head office into a modern, secure, energy-efficient, and inclusive workspace, fully aligned with the goals of the renovation project

3.Cout Prévisionnel New(Additif)

The estimated cost of the rehabilitation works is Fifty Million (50,000,000) fcfa VAT inclusive

4.Allotissement New(Additif)

The works of this tender is not subject to allotment as the successful bidder shall renovate the MIDENO Head Office building to improve on security, safety and inclusive

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to registered qualified contractors in the Republic of Cameroon with financial ability, technical and professional expertise in the same or similar works.

6.Financement New(Additif)

The works which form the subject of this open national invitation to tender  shall be financed by the PUBLIC INVESTMENT BUDGET BIP 2025

7.Consultation du Dossier New(Additif)

The tender file may be consulted during working hours from 8:00 am to 4:00 pm at the Secretariat of the Director General, MIDENO Head Office, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: Tel: 237 23336161 following the publication of this notice.

8.Acquisition du Dossier New(Additif)

The tender file may be obtained during working hours from 8:00 am to 4:00 pm at the Secretariat of the Director General, MIDENO Head Office, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: Tel: 237 233331661 following the publication of this notice against payment of a non-refundable sum of sixty four thousands five hundred francs  (64,500) FCFA and payable into Account No. 06845 97568660001- 28 in the name of “SPECIAL ACCOUNT SAC-ARMP” in any BICEC Branch in Cameroon

9.Remises des offres New(Additif)

Thursday 26th of June 2025 at 10:00 am prompt  in the Head Office of MIDENO Located along Ayaba Street, opposite Mansfield Plaza Hote.

10.Delai de Livraison New(Additif)

The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be three (03) months, including the rainy season and other natural occurrence, with effect from the date of notification of the service order to start work.

11.Cautionnement Provisoire New(Additif)

The bid bond of an amount of: The stamped hand endorsed bid bond according to the attached model for the sum of One million (1,000,000) fcfa  and with thirty  (30) days validity period established by an organization or financial institution approved by the Ministry in charge of Finance to issue bonds in Public Procurement and listed  in Annex 10 of the Tender Document. The said guarantee must be accompanied by a consignment receipt issued by the “Caisse Depôt et Cosignation (CDEC) in accordance with Circular letter No 0000019/L/MinMap of 5th June 2024 relating to the constitution of deposits, retention, restitution and deconsignment of bonds on public contracts, in case of group bidding/joint venture the bid bond is established on behalf of the group/joint venture.

12.Recevabilité des Offres New(Additif)

To avoid the risk of being rejected, only originals or certified true copies should be signed by the competent authorities, i.e. the issuing service and/or official or administrative authorities (Senior Divisional Officers, Divisional Officers, Bank Officials, and Taxation Officials etc.). The administrative documents required, including the bid bond, must imperatively be produced in accordance with the Special Conditions of the invitation to tender. They must obligatorily not be older than three (3) months or must not be produced after the submission of the bids.

Any complete bid not in conformity with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance.

13.Ouverture des Plis New(Additif)

Friday 13th of June 2025 is hereby extended to Thursday 19th of June 2025 at 10:00 am prompt

14.Critères d'évaluation New(Additif)

The bids shall be evaluated as follows:

Eliminatory Criteria                                                                        

·        Bids submitted late

·        False declaration or falsified documents.

·        Absence or insufficient  Bid Bond of the specified amount

·        Absence of the receipt of deposit  from CDEC of the amount indicated in the bid bond

·        Under exclusion sanctions from the Authority in Charge of the Regulation of Public Contracts  

·        Direct or indirect association with the conception, preparation of technical specifications and other documents concerned with this tender

·        Bids whose outer envelop leads to the recognistion of the bidder

·        Only bids that score at least 75% of the essential criteria shall have their financial offer evaluated  

B. Essential Criteria: The technical documents shall be evaluated following the binary method as follows:

B.1 General Presentation of bids                                                                                  Marks

§  Document spirally bound                                                                                          Yes/No

§  Table of content                                                                                                             Yes/No

§  Page numbering                                                                                                            Yes/No

§  Colour separators                                                                                                          Yes/No

§  Bidding documents initialed on each page by duly mandated representative               Yes/No

B.2 Presentation of firm                                                                                             Marks

§  Organigramme of firm/Enterprise                                                                            Yes/No

§  Experience of at least two (2) years in works of same/similar nature                         Yes/No

§  Table of References of past works of same/similar nature                                           Yes/No

 

 

B.3 Personnel                                                                                                              Marks

§  Table of personnel                                                                                                  Yes/No

§  Works Director: A Civil Engineer with at least 5 years working experience                 Yes/No

§  Works supervisor or Foreman: A Civil Engineering Technician with at least five (5) year experience Yes/No

§  Presentation of relevant Certificates/Diplomas of personnel                                       Yes/No

§  Presentation of signed CVs of Personnel                                                             Yes/No

§  Certified copies of NIC of works director and site foreman

§  Support staff (Builders, painters, carpenters etc)

B.4: Methodology/Technical Organization of Works                                                           Marks

§  Proof of site visit                                                                                                       Yes/No

§  Comprehensive Technical Report of Site                                                             Yes/No

§  Organigramme of project execution                                                                            Yes/No

§  Logical sequence of works, Methodology,/Organization, outputs & reporting of works             Yes/No

§  Special Technical condition (CCTP) duly initialled on each page, signed & dated on last page       Yes/No

§  Environmental and security mitigation measures                                                                     Yes/No

B.5: Financial Capacity                                                                                                    Marks

§  Proof of financial capacity of at least 37,500,000 fcfa                                                  Yes/No

N/B: Only bids that score at least 75% of the essential criteria shall have their financial offer evaluated

15.Attribution New(Additif)

The bidder evaluated with a score of 75% and above of the essential criteria and presents the lowest financial proposal shall be awarded the contract.

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their bids for thirty (30) days from the deadline set for the submission of bids

17.Renseignements Complémentaires New(Additif)

Complementary information can be obtained during working hours from 8 am to 4 pm at the Secretariat of the Director General, MIDENO, P.O. Box 442, Bamenda: Email: mideno1981@gmail.com:Tel: 237 233 361 378

BAMENDA Le 23-05-2025
Le ADMINISTRATEUR-DIRECTEUR GÉNÉRAL
ANYE MATOYAH Cletus