The Director of CEFAM Contracting Authority hereby launches an Open National Invitation to Tender FOR THE ARCHITECTURAL AND GEOTECIINICAL STUDIES 0F TUE REHABILITATION AND EXTENSION OF CEFAM. PHASE II.
-Finalization of architectural studies by building.
-Development of execution plans and calculation notes by buildings. -Measurement of metrics by buildings.
-Development of detailed estimates and quantities by buildings.
The said buildings are:
1- The 240-sent amphitheater,
2- Gymnasium for the relaxation of the residents of the center,
3- From the transformation of the dormitory of the women who are in front of the center into an administrative building to accommodate a general direction,
4- An amphitheater of 1200 places,
5- Dorms in R + 3,
6- Classrooms,
7- Sinan group rooms,
8- From the computer room.
9- The multipurpose room
10- From the restaurant
11-from the multi-sport hall
12- Multi- sport field
Design and implementation
1-An integrated sanitation system
2-ASOLAR ENERGY SYSTEM CAPABLE OF SUPPLYING ALL ADUCATIONAL FACILITES IN EMERGENCY OR NORMAL. . :
Works of this invitation to tender shall be financed by CEFAM Budget 2019 the cost of the project after preliminary studies is fixed at thirty (30 000 000
Participation in this invitation to tender is open to all registered Cameroonian entreprises, with the necessary technical financial and legal capacities.
Works of this invitation to tender shall be financed by CEFAM Budget 2019
Interested eligible bidders my obtain further information during working hours as from the date of publishing of this tender notice from the secretariat of the Director of CEFAM.
The file may be obtained during; working, hours at the Secretariat of the Director of CEFAM upon Presentation of BICEC receipt ARMP account attesting the payment of non-refundable sum of thirty thousand (30 000) FCFA as soon as this notice published
Each bid drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Secretariat of the Director of CEFAM - Buea,not later 27/09/2019 at 10 AM, local time in three (03) distinct. envelops which shall he labelled as follows:
Envelop A: Administrative documents; En velop B: Technical offer;
Envelop C: Financial offer.
These three (03) envelops will be put in a fourth one which shall be labelled imperatively as follow.
O
The maximum period provided for the execution of the works is fixed at two 02 months.
Each bidder must include in his/her administrative documents a bid bond issued by a first rate b-ank approved by the Ministry in charge of finance and recognized by COBAC (Commission Bancaire pour l'Afrique Centrale) featuring on the list in Document 12 of the tender file of an amount of: six hundred thousand (600,000) FCFA with a validity period of ninety (90) days from the date the bids are opened.
Under penalty of rejection, the requir.cl administrative documents must be impeFative4, produced original document; or photocopies certified as authentic by the issuing authority in accordance with the Special Regulations of the Invitation to Tender:, within the last three months, otherwise they shall
Each bid drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such, should reach the Secretariat of the Director of CEFAM - Buea,not later 27/09/2019 at 10 AM, local time in three (03) distinct. envelops which shall he labelled as follows:
Envelop A: Administrative documents; En velop B: Technical offer;
Envelop C: Financial offer.
These three (03) envelops will be put in a fourth one which shall be labelled imperatively as follow.
OPEN NATIONAL INVITATION TO TENDER
(BY EMERGENCY PROCEDURE)
N° 03/ONIT/MINDDEVEL/CEFAM/CITB/2019 OF 03/09/2019
FOR THE ARCHITECTURAL AND GEOTECHNICAL STUDIES OF THE REHABILITATION AND
EXTENSION OF CEFAM. PHASE II.
The bids shall be opened in two 02 phases the first phase on the 27/09/2019 at 11 AM local time by the CEFAM internal Tender’s Board at the conference hall of CEFAM.
Any bid not meeting with the requirements of the Tender File will be declared inadmissible The eliminatory criteria are identified as follows:
-Absence of a Bid Bond;
-False declaration or falsified document;
-Technical scoreless 70 out of 100 points;
12- ESSENTIAL CRITERIA:
Technical proposals
The technical proposals shall be evaluated as per the following criteria:
Qualification of experts and their experience in the project field 40 points
One Mission head N0 1 , Architect with a minimum of five (05) years of experience in the field of architectural works and as Mission Head n in the execution of at least two b(2) similar projects----------------------------------------------------------------------------------------------10pts
- One Mission head N0 2 civil Engineer ( at least G.C.E A/LEVEL+3 YEARS) WITH A MINIMUM OF FIVE5 05 YEARS OF EXPERIENCE IN THE FIELD OF CIVIL Engineering works and as Mission Head in the execution of at least two (2) similar projects-----------------------------10pts
-Surveyor a (at least G.C.E A/LEVEL+2 YEARS in survey) with a minimum of of two (02) similar projects------------------------------10pts
-GEOTECHNICIAN (at least G.C.E A/Level+2 years in civil engineering) with a minimum, of two(02) years of experience in the field of geotechnical works and as geotechnician in the execution of at least two (02) similar projects………………………………………………………………..10pts
References of the consulting firm (20 points).
General experience in architectural and Geotechnical studies…………………………………………………………………………………………………………………..20Pts
Technical resources and equipment to be deployed (30 points);
Computers, printer, photocopier, GPS, 4 mobiles phones……………………………………………………………………………………………………………………….10Pts
Site liaison vehicule………………………………………………………………………………………………………………………………………………………………………………10Pts
Geotechnical material………………………………………………………………………………………………………………………………………………………10(02Pts each) Pts
Survey material……………………………………………………………………………………………………………………………………………………….10(02pts each )pts
The minimal technical score required is 70/100.
Financial offer
Only the financial offers of tenders preselected after the evaluation for compliance of the administrative documents(stage1)and the assessment of the technical proposals(stage 2)shall be evaluated as per the following criteria:
NM=MMdx100/MS
NM=Tenderer’s financial marks
MMd=Lowest bidder’s amounts
MS=Tender’s amount
N=(70xTechnical mark)+(30xfinancial mark)/100
N Stands for the technico-financial marks.
The contract shall be awarded to the bidder with the best offer following the calculation method from article 12 above.
Bildders shall be bound by their bids for a periods of ninety(90)days with effect from the date of opening of bids
Furthers complementary information may be obtained during working hours from the Deputy Director of CEFAM.