Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 18-04-2018 à 10:20
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ DÉPARTEMENTAL DU MINMAP DE BUI
   OPEN NATIONAL INVITATION TO TENDER N° 09/ONIT/MINMAP/RDNW/DDB/BDTB/2018 OF 13TH APRIL 2018 FOR THE CONSTRUCTION OF A BLOCK OF TWO (02) CLASSROOMS AT CNFZVH-JAKIRI IN BUI DIVISION, NORTH WEST REGION. (EMERGENCY PROCEDURE)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the frame work of the 2018 Public Investment Budget {RIB), the Divisional Delegate for Public Contracts Bui "Contracting Authority" hereby launches by emergency procedure an open National Invitation to tender for the construction of a block of two (02) classrooms at CNFZVH-JAKIRI in Bui Division. This Invitation to tender follows:

Lot N°

Project

Locality

Amount for bid bond

Project Amount

Budget  Heads

Duration in months

01

Construction of o block Of Two (02) classrooms at CNFZVH-Jckiri

CNFZVH- JAKIRI - Jakirl Sub Division

400 000

 

20 000 000

52 31409 05 591626 2222

959

03

2.Consistance des prestations New(Additif)

Work to be done consists of constructing o block of two(02)classrooms at CNFZVH-Jokiri in Bui Division. The works include the following:
Lot 100: Preparatory works and studies
Lot 200: Earth Works
Lot 300: Foundation
Lot 400: Block work in elevation
Lot 500: Carpentry works
Lot 600: Metallic works
Lot 700: Electricity
Lot 800: Painting
Lot 900: Drainage works and pavement
Lot1000: Hygien and Environmental Protection

3.Cout Prévisionnel New(Additif)

Lot N°

Project

Locality

Amount for bid bond

Project Amount

Budget Heads

Duration in months

01

Construction of a block Of Two (02) classrooms at CNFZVH-Jckiri

CNFZVH-JAKIRI - Jakirl Sub Division

400 000

 

20 000 000

52 31 409 05 591626 2222 959

03

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having agood experience in the domain concerned.

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIB) of the MINEPIA for the 2018 financial year as signed to the Director of CNFZVH-Jaklri, Authorizing officer with Budget Heads N° 52 31 409 05 591626 2222 959.

7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the dateof publication of this tender notice, at the Divisional Delegation of Public Contracts Bui. Tel: 233 221 584/233 221 574

8.Acquisition du Dossier New(Additif)

The file may be obtained at the Divisional Delegation of Public Contracts Bui, at the Service for the Award of Public Contracts, Telephone N° 233221 584/233 221 574 as soon as this notice Is published against payment of a non- refundable sum of (40000)Forty thousand FCFA francs, payable at any PublicTreasury representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven)copies including 01(one)origin and 06 (six) copies marked as such, should reach the Divisional Delegation of Public Contrac Bui, not later than 9th May 2018 at 10.00am local time. It should be labelled as follows:

"OPEN NATIONAL INVITATION TOTENDER
N° 09/ONIT/MINIMAP/RDNW/DDB/BDTB/2018 OF 13th APRIL 2018 FOR THE CONSTRUCTION OF ABLOCK OF TWO (02) CLASSROOMS AT CNFZVH-JAKIRI IN BUI DIVISION, NORTH WEST REGION. ;

TO BE OPENED ONLY DURING THEBID OPENING SESSION"

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be  three (03) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of commencement works.

11.Cautionnement Provisoire New(Additif)

Each bidder should include in his administrative document, a bid bond of FCFA 400 000 [Four Hundred Thousand CFA francsforeach lof) issued bya first rate-bank approved by the Ministry in charge of Finance in conformity with COBAC conditions.
Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced in accordance with the Special Conditions of the invitation to tender.

They shall neither be older than three (03) months nor be produced before the signing of the tender notice. Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted, especially the absence of a bid bond issued by a first rate-bank, approved by the Ministry in charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively beproduced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be 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 incompliance 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 bids shall be opened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on the 9th May 2018 at 11 am local time, by the Divisional Tenders Board in the Conference Hall of the Divisional Delegation MINMAP Bui.
Only bidders may attend or be represented by duly mandated persons of their choice.

14.Critères d'évaluation New(Additif)

There are two types of evaluation criteria:eliminatory and essential criteria. [The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.
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:

  • Absence of an administrative document;
  • Bids submitted after the deadline or time limit,
  •  Absence of the bid bond or bid bond notIssued directly in bidder's name by a first rate bank approved by the Ministry in charge of Finance.
  • Deadline for delivery higher than prescribed;
  • False declaration or forged documents;
  • Bids submitted in unsealed external envelopes,
  • A bid with the external envelope carrying asignor mark leading to the identification of the bidder.
  • Incomplete financial file.
  • Technical assessment mark lower than 80% of "Yes".
  • Absence of quantified unit price.
  • Financial situation below a third of the estimated cost.
  • Bidders who have abandoned a project within the last two previous years.

 Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:
• General presentation of the tender files;
• References of the company in similar achievements;
• Experience of supervisory staff ;
• Logistics(Equipment);
• Methodology;

Financial capacity;

  • Attestation of site visit signed by the Contractor
  • Report of site visit signed by the Contractor
  • The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped)
  • Special Administrative Clauses completed (each page should be initialed and the last page signed and stamped);
  •  Pre- Financing capacity notless than 80% of the amount required in the offer

The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).
This Main qualification criteria
The criteria relating to the qualification of candidates could be in dicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shallbe done in a purely binary method with a (yes) or a(no) with an acceptable minimum of 80% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have  proposed the offer with the owest amount, in conformity with the regulations of theTender Documents and having scored 100% of the eliminatory criteria and at least 80% of the essential criteria

15.Attribution New(Additif)

The jobbing order shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bidand technical quality. (See 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.

The maximum execution deadline provided for by the Contracting Authority shall be ninety (90)days maximum, as from the date of notification of the service order.

 

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Divisional Delegation,Serviceof award of Public Contracts.

KUMBO Le 16-04-2018
Le DÉLÉGUÉ DÉPARTEMENTAL
ABDOU KANFON Burno