Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 30-03-2018 à 15:46
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU NORD OUEST
TENDER NOTICE OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDUREN° 27/ONIT/MINMAP/RDNW/NWRTB/ 2018 OF 28/03/2018FOR THE CONSTRUCTION OF A BRIDGE OF 9M OVER RIVER MEAT AT FK. 0-200 NGIE SUB-DIVISION, MOMO DIVISION IN THE NORTH-WEST REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the Frame work of executing the 2018 Public investment Budget for the state of Cameroon, the Regional Delegate of Public Contracts for North-WestRegion(Contracting Authority), hereby representing the State of Cameroon, launches by emergency procedure an Open National Invitation to tender for the construction of a bridge of 9M over river MEAT AT PK.0-200 Ngie Sub-Division, Momo Division in The North-West Region.

2.Consistance des prestations New(Additif)

The works subject of this invitation to tender shall require the construction of a bridge of 9M over river MBAT AT PK.0-200 Ngie Sub-Division, Momo Division in the North-West Region.The works and service required are found in the detail descriptions mentioned in the respective bills of quantities and
cost estimates.

3.Cout Prévisionnel New(Additif)

The estimated cost of the operations (tasks) following easibility studies  stands at 40,000,000FCFA TTC

4.Allotissement New(Additif)

The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below:-

Lot

Works

Locality

1

construction of a bridge of 9M 1 over river MBAT AT PK. 0-200 Ngie Sub-Division, Momo Division in the North-West Region

NGIE SUB-DIVISION,  MOMO DIVISION IN THE NORTH-WEST REGION

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 with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability.

6.Financement New(Additif)

Works which form the subject of this invitation  to tender shall be financed "depot MINEPAT projet zone frontaliere rétrocédéé" account N° 9470907 110000 2209 in the treasury of Cameroon as specified in the table below:-

Lot

Works

Locality

Estimated Cost

Bid Bond

Tender Fee

1

construction of a bridge of 9M 1 over river MBAT AT PK. 0-200 Ngie Sub-Division, Momo Division in the North-West Region

Ngie Sub-Division,Momo Division in the North-West Region

40,000,000FCFA

800 000FCFA

58 000FCFA

7.Consultation du Dossier New(Additif)

The Tender documents maybe consulted immediately after publication of this invitation to tender from the Regional Delegation of Public Contracts for the North West, at the Regional Delegate's private secretariat, door 101 tel: 233361887.

8.Acquisition du Dossier New(Additif)

The tender file maybe acquired from the Regional Delegation of Public Contracts for the North West, at the Regional Delegate's private secretariat, door 101 tel: 233361887, upon presentation ofa non-refundable treasury receipt (payable atthe Regional Treasury Bamenda) of FIFTY EIGHT THOUSAND (58 000 fcfa). Such a receipt shall identify the payer as representing the company that wants to participate in the tender.

9.Remises des offres New(Additif)

Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in Seven (07)copies that is one (01) original and six (06)copies labelled as such. These shall be submitted in one sealed externa lenvelope containing three(3) envelopes,that is Envelope A: Administrative Documents,Envelope B: Technical documents and Envelope C: Financial documents. It shall reach the Regional Delegation of Public Contracts for North-West not later than
17/04/03/2018  at 12:00 a.m local time.The sealed external envelope shall be free of all identification marks,failing which it shall be rejected.
The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE
N° 27/ONIT/MINMAP/RDNW/NWRTB/ 2018 OF 28/03/2018
FOR THE CONSTRUCTION OF A BRIDGE OF 9M OVER RIVER MEAT AT FK. 0-200 NGIE SUB-DIVISION, MOMO DIVISION IN THE NORTH-WEST REGION.

(To be opened only during the bids opening session of the Tenders Board)

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 FOUR (04) months with effect from date of notification of the Service Order to start execution.

11.Cautionnement Provisoire New(Additif)

The tender file may be acquired from the Regional Delegation of Public Contracts for the North West, at the Regional Delegate's private secretariat, door 101 tel: 233361887, upon presentation of a non-refundable treasury receipt (payable atthe Regional Treasury Bamenda) of FIFTY EIGHT THOUSAND (58 000fcfa). Such a receipt shall identify the payeras representing the company that wants to participate in the tender.

12.Recevabilité des Offres New(Additif)

Under risk of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials, Bank Officials, etc.) or by Administrative Authorities as the case may be (Example: Governor, SDO,DO etc) and must imperatively be produced in accordance with the Special Tender Regulations.They must obligatorily not be older than three(03) months or must not be produced affer the submission of the tender file. Double certification shall not be accepted. Any bid that shall not be inconformity with the prescriptions of this notice and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder's name by a first rate bank or insurance company approved by the Ministry incharge of Finance.
The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the successful bidder to whom the contract will be awarded, the bid bond shall be returned to the contract or by the Contracting Authority once the final bond has been provided.
Bidders shall remain committed to their offers for a period of ninety(90) days from the last date for the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.
NB:The contractor shall, present the originals of the respective certified documents for strict verification of their authenticity during site installation.

13.Ouverture des Plis New(Additif)

Bids shall be opened by the Regional Tenders Board for North-West in a single phase on the 17/04/2018 at 1:00 P.m. Local time in the hall at the Regional Delegation of Public Contracts, North-West.Only bidders
or their authorized representative shaving aperfectknowledge of the file may attend the bid opening session.
Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be
rejected.

14.Critères d'évaluation New(Additif)

The evaluation of bids shall be carried out in three stages:
> Stage:verification of the conformity of each administrative document;

> 2nd Stage : Evaluation technical bids ;
> 3rd Stage: Analyses of Financial bids.
The criteria of evaluation shall be as follows:
 Eliminatory Criteria.
- Absence of a document inthe administrative file;
- Deadline of execution more than the prescribed;
- False declaration or falsified documents;
- Absence or insufficient bid bond;
-Omission of aquantified task on the bill of quantities and cost estimates
-A bid with the external envelope carrying a sign or mark leading to the identification of the bidder
- Technical score not less than 75%
NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well.
 Essential Criteria They are primordial or key modalities in the judgment of the technical and financial capacity of candidates to execute the tasks forming the subject of the invitation to tender.
They were determined in relation to the nature and content of the tasks tobe executed.
The criteria relating to the qualification of candidates could indicatively be on the following:
- General presentation of the tender files;
- References of the company in similar achievements;
- Quality of the personnel perlot requested;
- Attestation and report of site visit;
- Technical organization of the works.
- Equipment's putaside for this project,
- Special Technical Clauses initialed in all the pages and signed, stamped and dated on the last page;
- Special Administrative Clauses completed and initialed in all the pages and signed, stamped and dated on the last page;
- Safety measures on the site.

Pre-financial capability
NB:
- Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.
-Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAO).
(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices.

15.Attribution New(Additif)

The CONTRACT 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)

Bidders shall remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders (offers).

17.Renseignements Complémentaires New(Additif)

Additional information maybe obtained during working hours from the Regional Delegate's private
secretariat, door101 tel: 233361887 atthe Regional Delegation of Public Contracts forNorth-West.
 AMENDMENT TO THE INVITATION TO TENDER
The Contracting Authority mayatany time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.
The Contracting Authority may at any time, amend this invitation to tender.He shall publish the amendments and communicate same to companies that bought the tenders file. Delays caused by such
amendments shall also be considered in the period given to bidders to submit their bids.

BAMENDA Le 28-03-2018
Le DÉLÉGUÉ RÉGIONAL
BANG JOSEPH EWUNSOH