Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 02-07-2018 à 09:25
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ DÉPARTEMENTAL DU MINMAP DE MOMO
OPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDUREN°24/ONIT/MINMAP/RDNW/DDMOMO/DTB/2018 OF22/06/2018 FOR THE CONSTRUCTION OF A BLOCK OF TWO CLASSROOMS IN G.S.BAKWA, MOMO DIVISION, NORTH-WEST REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Le Delegue Departemental des Marches Publics, Departement de la MOMO, Autorite Contractante, relance pour le compte de la Republique du Cameroun,un appel d'offre national ouvert en procedure d'urgence pour les travaux d'un bloc de deux salles de classe a I'Ecole Publique de BAKWA dans le Departement du MOMO,Region du Nord-Ouest.

NB:C'est un seul lot et on pent la donne seulement à un soumissionnaire.

2.Consistance des prestations New(Additif)

Les prestations comprennent les operations suivantes:
Lot100: Travaux preparatoires;
Lot 200: Terrassement;
Lot 300: Fondations;
Lot 400: Maçonneries en elevations;
Lot 500: Charpenie-couverture;
Lot 600: Menuiscrie metallique;
Lot 700: Electricite;
Lot 800: Peinture;
Lot 900: VRD.

3.Cout Prévisionnel New(Additif)

 

18 000 OOOF CFA

4.Allotissement New(Additif)

 

N/A

5.Participation et origine New(Additif)

 

La participation est ouverte a I'egalite de conditions a toutes les societes et entreprises de droits camerounais ayant une experience averee dans le domaine des batiments et du genie civil en general.

6.Financement New(Additif)

 

Les travaux, objet du present Appel d'Offres, sont finances par BUDGET D'lNVESTISSEMENT PUBLIC MINEDUB Exercice 2018.

7.Consultation du Dossier New(Additif)

 

The tender file may be consulted atthe Divisional Delegation of Public Contracts for MOMO during working hours, as soon asthis tender notice is published.

8.Acquisition du Dossier New(Additif)

The tender file maybe acquired from the Divisional Delegation of Public Contracts for MOMO upon presentation of anon refundable treasury receipt of 34000 (thirty four thousand) 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 offer or bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a receipt at the Divisional delegation of Public Contracts MOMO not later than 17/07/2018 at 10 a.m local time and should carry the inscription:

"Open National Invitation to Tender, Emergency Procedure"
N°24/ONIT/MlNMAP/RDNWVDDMOMO/DTB/2017 of 22/06/2018
For the construction of a block of two classrooms in G.S. BAKHWA, MOMO Division, North-West Region.

«To be opened only during the bid opening session »

The offers orthe bids submitted after the stipulated deadline shall not be received.

10.Delai de Livraison New(Additif)

 

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

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents a bid bond issued by a first rate bank approved by the Ministry in charge of Finance featuring in the annex of the tender file of the sum of 360 000( Three hundred and sixty thousand) FCFA per lot.
The provisional deposit shall be automatically released not later than 30 (thirty) days following the expiry of the validity of the bids for bidders who shall not beretained. In the case where the bidder
is awarded the contract, the provisional deposit shall be released after the constitution ofthe final bond.

12.Recevabilité des Offres New(Additif)

The bids not respecting the separation mode of the financial bid from the administrative and technical bids shall be rejected.
Any bid not in conformity with the prescription of this tender notice and tender file shall be declared inadmissible. Especially the absence of a bid bond of a first rate bank approved by the Ministry of Finance and valid for a period of thirty(30)days shall be rejected.
Least they are rejected, only the originals or certified true copies by the issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three(03) months and must be valid during the bid opening session.

13.Ouverture des Plis New(Additif)

The opening of the bids in one phase shall be done on 17/07/2018 at 11 a.m in the Conference Hall of the DDMINEPAT MOMO by the competent tender board.
Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of thefileand mandated in that capacity.

14.Critères d'évaluation New(Additif)

The evaluation of the bids shall be done in three (03) steps:
> 1st step: Verification of the conformity of the administrative file;
> 2nd step: Evaluation of the technical file;
> 3rd step: Analysis of the financial file.
The criteria of evaluation are the following
14.1-Eliminatory criteria
14.1.1- 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;
• Absence of a document in the administrative file;
• Any company having a 2017 project, notified to commence in 2017 and which has not yet been received;
• False declaration or falsified documents.
14.1.2- Technical file
•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 prefinancing capacity of at least Four millions, five hundred thousand (4 500 000) F CFA.
• Any company having a 2017 project, notified to commence in 2017 and which has not yet been received;
• Technical assessment mark lower than 80% of "Yes".
14.1.3- Financial offer
•Incomplete financial offer;
• Non compliant documents;
•Omission of quantified unit price in the financial offer;
• Absence of breakdown price.

• Modification of the model breakdown unit price attached.
Essential criteria:
The technical offer of the bidder shall be assessed along the following lines:

S/N Designation Marks
01 General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents inthe order given in this
tender file, quality of document.
01
02 Quality of Requested staff: Qualifications, experience of personnel affected to the project, CV, NIC and attestation of availability. 05
03 Technical and material affected to the project: The company should justify the property of the necessary material to the execution of works. 01
04 Reference of the enterprise:
• Turnover in the past two years;
• Experience in building and/or civil engineering works
02
05 Presence of the methodology of work execution 05
06 Presence of the prefinancing capacity 01

The note of the technical offer will be botten by addition of marks for every criteria. Only the technical offer having gotten an equal or superior note to 80% of YES will be kept for the financial evaluation.

15.Attribution New(Additif)

 

The jobbing order 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. (See article 33 of the public contracts code).

16.Durée Validité des Offres New(Additif)

 

The bidders shall remain committed to their bids during a period of (ninety) 90 days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

 

Complementary technica linformation maybe obtained every day during working hours from the Divisional Delegation of Public Contracts MOMO.

BAMENDA Le 22-06-2018
Le DÉLÉGUÉ DÉPARTEMENTAL
NDANGANG DAVID NUMFOR