Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 04-06-2025 à 12:37
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NJIKWA
TENDER NOTICE   TENDER FILE N° 09/ONIT/NCITB/NC/2025 OF 23/05/2025 FOR THE REHABILATION OF ROADS IN NJIKWA (02) 8 KM (NJIKWA -FUM ROAD, OSHIE/FUMEBE 4 KM AWANDA ROAD 4 KM) IN NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION   FUNDING: PPRD INVESTMENT BUDGET 2025 FINANCIAL YEAR   
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Mayor of Njikwa Council; CONTRACTING AUTHORITY, initiates on behalf of the Republic of Cameroon, an Open National Invitation to tender in emergency procedure FOR THE REHABILATION OF ROADS IN NJIKWA (02) 8 KM (NJIKWA -FUM ROAD, OSHIE/FUMEBE 4 KM AWANDA ROAD 4 KM) IN NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION

2.Consistance des prestations New(Additif)

INSTALLATIONS

CLEANING AND LEVELING

ENGINEERING STRUCTURES

ETC

3.Cout Prévisionnel New(Additif)

The previewed cost of the entire works of this Open National Invitation to tender is: 120,000,000 (ONE HUNDRED AND TWENTY) FCFA all taxes included.

4.Allotissement New(Additif)

The works subject to this invitation to tender, are presented in ONE lot, following the itinerary described below:

Régions

Division

Structure/

Stretch of road / River

Span/

Lenght (ml)

Duration

(months)

Amount (ATI) FCFA

Type of intervention

NORTH-WEST

MOMO

REHABILATION OF ROADS IN NJIKWA (02) 8 KM (NJIKWA -FUM ROAD, OSHIE/FUMEBE 4 KM AWANDA ROAD 4 KM)

          8Km

4 Months

120,000,000

Road Mmaintenance Works

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon.

6.Financement New(Additif)

The Works on This tender are funded by the budget of the PPRD INVESTMENT BUDGET 2025 FINANCIAL YEARMOMO, for the 2024 financial year.

7.Consultation du Dossier New(Additif)

The tender file can be consulted in the office of the contracting authority, at Njikwa Council

8.Acquisition du Dossier New(Additif)

The tender file can be obtained in the office of the contracting authority, precisely in the office of the Mayor Njikwa Council, on presentation of a payment receipt to the Njikwa Council treasury, of a nonrefundable purchase fee for the tender file of 105,000 (ONE HUNDRED AND FIVE THOUSAND) Francs CFA

9.Remises des offres New(Additif)

Each bid, prepared in English or in French in (07) seven copies, that is (01) one original and (06) six copies noted as such, shall be forwarded to the contracting authority, notably to the Mayor Njikwa Council office latest the : 24/06/2025 at 10 A.M. local time bearing.

 

                                             TENDER FILE

No. 09/ONIT/NCITB/NC/2025 OF 23/05/2025

FOR REHABILATION OF ROADS IN NJIKWA (02) 8 KM (NJIKWA -FUM ROAD, OSHIE/FUMEBE 4 KM AWANDA ROAD 4 KM) IN NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION

 FUNDING: PPRD INVESTMENT BUDGET 2025 FINANCIAL YEAR

To be opened only during the bid-opening session ».

 

10.Cautionnement Provisoire New(Additif)

The bids should be accompanied by a temporal bid bond (Bank Tender Guarantee, or a bank cheque certified), established as per the indicated Model in this tender file, by a financial institution accredited by the Ministry of Finance, and of an Amount equal to: 

Lot Number

Amount of the bid Bond in cfa F

(Tender guarantee)

LOT N°1

2,400,000 FCFA

To avoid being rejected, the original copy of the bid bond (Bank tender guarantee) should be produced dating less than 3 (three) months.

The temporal bid bond shall automatically be liberated highest 30 (thirty days) days upon expiration of the validity of the bids for the unsuccessful bidders. In case where the bidder is awarded the contract, the temporal bid bond is liberated after the production of the final bond

11.Recevabilité des Offres New(Additif)

The bid documents will be presented in three envelopes as illustrated bellow:

The Envelope A containing Administrative documents (volume 1) ;

The Envelope B containing Technical documents (Volume 2) ;

The Envelope C containing financial documents (Volume 3).

All constituted documents (Envelopes A, B and C), will be put in a bigger sealed envelop bearing only the title of the Open National Invitation to Tender No. 09/ONIT/NCITB/NC/2025

The various documents in each bid will be numbered in the order of the tender file and with separators of different colors other that white.

12.Ouverture des Plis New(Additif)

The opening of bids shall take place on the 24/06/2025 at 11 A.M., in the conference hall of the Njikwa Council.

The opening of bids will be done at once and in three stages:

- Stage 1: Opening of envelope A containing administrative document (volume 1),

- Stage 2: Opening of envelope B containing technical document (volume 2)

- Stage 3: Opening of envelope C containing financial document (volume 3).

All the bidders can take part in this opening session or can be represented by one person dully mandated (Even in case of joint-venture) who has a perfect mastery of the tender file.

13.Critères d'évaluation New(Additif)

14.1-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:

16.1.1- 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.

 

16.1.2- Technical file or Certificate of Categorisation

·         Incomplete  or non compliant documents;

·         False declaration forged or scanned documents;

  • Non existence in the technical file of the rubric « organization, methodology and planning »

·         Absence of the refinancing capacity of at least 25% of the amount ATI,

·         Technical assessment mark lower than 75% of “Yes”.

16.1.3- Financial offer

·         Incomplete financial offer;

·         Non-compliant documents;

·         Omission of quantified unit price in the financial offer;

·         Absence of break down price.

 

16-2 : Essential criteria :

The technical bids will be evaluated according to the following ten (10) main criteria:

a.     Key personnel of the enterprise on three (03) criteria ;

b.     The site equipment to be mobilized on five (05) criteria ;

c.      The Enterprise references on two (02) criteria;

d.     General presentation of bids

e.     Financial capacity;

f.      Safety measures at site;

g.     Technical organization of works;

h.     Logistics;

i.       Attestation and report of site visit;

j.       Special technical clauses initiated on all pages and last page signed;

k.     Special administrative clauses filled and initiated on all pages and last page signed

 

14.Attribution New(Additif)

The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.

Only a maximum of one lot(s) award to a bidder for this tender.

15.Durée Validité des Offres New(Additif)

The bidders will be engaged by their bids during a period of ninety (90) days as from the latest date programmed for bids deposit.

 

16.Renseignements Complémentaires New(Additif)

Additional information in relation to technical details can be obtained at the office of the contracting authority, notably The Njikwa Council office

BAMENDA Le 23-05-2025
Le MAYOR
AKEBE ANGWA Emmanuel