Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 13-01-2017 à 14:41
Support : support@armp.cm Plateforme : pridesoft@armp.cm
CAISSE NATIONALE DE PRÉVOYANCE SOCIALE
NATIONAL OPEN INVITATION TO TENDER No. 2nd/17/AONO/CIPM/DG/CNPS OF 10 JANUARY 2017 FOR THE SUPPLY, INSTALLATION AND PUTTING INTO SERVICE OF THE CENTRAL AIR CONDITIONING SYSTEMS, PROCESSING AND RENEWAL OF AIR, AND ARRANGEMENT OF THE GREAT HALL OF THE CENTRAL GROUND FLOOR OF THE SOCIAL INSURANCE CENTRE OF YAOUNDE-INDEPENDENCE, IN EMERGENCY PROCEDURE FUNDING: CNPS Budget
Source de financement
BUDGET AUTONOME(BA)
1.Objet New(Additif)

In the framework of the program to preserve the heritage of the CNPS and further, to improve the working environment of staff, General Director of that institution proposes to launch a National Open Invitation to Tender for the supply, installation and putting into service of the central air conditioning systems, processing and renewal of air, and arrangement of the great hall of the central ground of the Social Insurance Centre of Yaounde-independence, in emergency procedure.

2.Consistance des prestations New(Additif)

Works subject of this tender include the following services:

I- PRE AND RELATED OPERATIONS

I.1

Site installation (30% of the price), tracking and identification of circuits (10% of the price) planning and execution plans and reattachment (30% of the price), supply (20% of the price) and withdrawal (10% of the price) of equipment, including all constraints

I.2

mobilization of personnel equipped with EPI, signaling and marking of work areas, guarding, site signs, general cleaning, removal of rubble, etc.

I.3

Menus civil works integrating on the false ceiling and walls, demolition, various holes and openings, then replacement of damaged staff plates, masonry and painting fittings, including any constraints

I.4

Training of three (03) technical staff in the use, management and first level maintenance of the systems.

II- CENTRAL AIR CONDITIONING SYSTEM

 

Supply and installation of a central air conditioning system DRV, including:

 

 

 

 

II.1

Outside Group SET FREE 18FSXN1E-RAS model of HITACHI brand or similar, and specifications:

Cold Power: 50kW - cold absorbed power: 14,8kW

Maximum Intensity : 35A - Voltage: 400V / 3Ph + N / 50Hz

EER / COP / SEER: 4,04 / 4,08 / 7,56 – Fluid : R410A

Sound level: 81dB (A) - Dimensions: 1720/1920/765

Flow air: 19 500m3 / h - Weight: 445kg

Compressor : 2 Scroll Inverter

 

 

 

 

 

 

 

II.2

Indoor Unit (cassette) SET FREE RCI-3.0FSN3EK model of HITACHI brand or similar, and specifications:

Nom. Cold Power : 8kW - Power (adjustable): 3CV

Sound power: 56dB (A) - Dehumidification: 2.5 l / h

Air flow (LS / MS / HS): 1200/1380/1560 m3 / h

Power supply: 230V / 1Ph + N / 50Hz - Weight: 26 + 6kg

Box dimensions: 298/840/840

Front Dimensions: 37/950/950

4 blowing ways - drainage pump + facade

 

 

 

 

 

 

 

II.3

Indoor Unit (cassette) SET FREE RCI-4.0FSN3EK model HITACHI or similar mark, and specifications:

cold Nom. : 11,2kW - Power (adjustable): 4CV

Sound power: 60 dB (A) - Dehumidification: 3.7 liters / h

Air flow (LS / MS / HS): 1440/1680/1920 m3 / h

Power supply: 230V / 1ph + N / 50Hz - Weight: 29 + 6kg

box Dimensions: 298/840/840

front Dimensions: 37/950/950

4-way blow - lift pump + front

 

 

 

II.4

Wireline centralized control unit compatible with DRV SET FREE ranges, PSC-A64S model of HITACHI mark or similar and specifications:

Full automatic Settings - H-Link connecting

Intuitive remote control - room thermostat

Available contacts (on / off, defects and walk report, ...)

II.5

Connecting piping of insulated refrigerant connections (liquid - gas: 3/8 - 5/8 of inches) with FSXNH-FSXN2Tof derivations and accessories, condensate drain (32mm) and wiring supply and electrical protection (07 breakers calibrated according to the manufacturers requirements)

III PROCESSING SYSTEM AND AIR RENEWAL

 

Supply and installation of a system for processing and renewal of technology HRV air, comprising

 

 

 

 

 

III.1

Central for air processing of energy recovery with celluloid exchanger (double flow), KPI-1502E3E model of HITACHI brand or similar and characteristics:

Nominal air flow (LS / MS / HS): 950/1250/1500

Sound Level (LS / MS / HS): 33/35/37

Maximum static pressure: 246Pa - Compatible DRV SET FREE

Size: 525/1800/1130 - Weight: 97kg

efficiency: 78% - Power supply: 230V / 1Ph + N / 50Hz

III.2

DX-KIT, EXV-10.0E1 model of HITACHI or similar mark, and characteristics:

Cold nominal power: 25kW - Compatible DRV SET FREE

Control box: 291/241/87 - Imax wind. : 15A

Regulator box : 431/199/103 - Piping (liq.): 3/8

Power : 230V / 1Ph + N / 50Hz + Remote control and sensors

III.3

Conduit network and ventilation ductswith anti-vibration couplings and suspension strips, including blowing grills and adequate recovery.

IV SIGNPOSTING AND DECORATION

IV.1

[PROD 01] Bureau Total

Printing

Making of the carrier

Lamination

IV.2

[PROD 02] Checkout

Printing

Making of the carrier

Lamination

IV.3

[PROD 03] Box toilet

printing

Making of the carrier

Lamination

IV.4

[PROD 03]  Pictogram toilet

Printing

Making of the carrier

Lamination

IV.5

[SERV 01] Logistics and electrification

 Electric cables, switches, junction box, dominoes

Fixing of holders

V- PLUMBING / SANITARIES

V.1

Supply and installation heavy white Flaps

V.2

Supply and installation presto urinal tab

V.3

Supply and installation presto sink faucet

V.4

Supply and installation of sink siphon

V.5

Supply and installation porcelain soap dish

V.6

Supply and installation porcelain sink Tablet

V.7

Supply and installation 50x60 mirror

V.8

Supply and installation silicone tube

V.9

Supply and installation Urinal wall light

V. 10

Supply and installation Bonde siphons urinals

V.11

Supply and installation of stainless steel sink siphon Bonde

V.12

White cement (20 kg)

V.13

Supply and installation of pipe 32 EU

V.14

Ankle pack 8+screws

V.15

Supply and installation toilet  tank English model

V.16

Supply and installation of toilet paper holder stainless steel

V.17

Screws Pairhead cover

V.18

Supply and installation of flush push toilet mechanism

V.19

Drain cleaner (5L)

V.20

Supply and installation angle valve

V.21

Plug side32

V.22

Elbow 90° of 32 EU ¼

VI- OPENINGS AND PAINTS

VI.1

Replacing the two leaves of the main aluminum glass door (whole: 1.75 x 2.10) of the main entrance including all constraints of accessories

VI.2

Revision and commissioning protection grids for dito door of dimension 6.10 x 3m dito

VI.3

Replacing of a window pane 95x1,25

VI.4

Reconstruction of alu door secondary entry including all constraints accessories

VI.5

S & I of a glass door aluminum 1,60 x 2,10

VI.6

Replacement of a broken window size (1. 12 x 0.71) on the clapper of the glass aluminum door of the main entrance

VI.7

Replacement of a glass panel 1x1,95 to the right of wall

VI.8

cleaning or washing and sealing of cracks and patching surfaces are including underpinnings

VI.9

Cleaning and treatment of surfaces of wall and columns covered with stones, including all constraints of suitable cement mortar barbotine and other paint remover for all shine

VI.10

Marble surface treatment on windows’ counter wall

VI.11

Replacement of window glass pane 95 x1,25

VI.12

Filming of counter windows

VI.13

S & I of door wooden frames for toilet in sapeli or similar hard wood, including 160 hinge plates

VI.14

repair of the hallway door of double clapper including recessable flush bolt

VI.15

Fixing the toilet door frames, including all constraints

VI.16

Mounting a partition wall sapeli panel including blinds (276x78)

VI.17

S & I of safety locks, Canon model  Vachette on Toilet and Windows doors

VI.18

work surface preparation by appropriate scratching, sanding, sealing crackspoints of

VI.19

supply and application of paint blue and white colors, Pantex 800 type on parts of walls and ceiling, toilet ceilings (workspace and reception spaces) including all constraints of dilution to 20%

VI.20

Supply and application of paint glycerophthalic kind on interior walls, indoors and outdoors Toilet blocks, anti theft grid at the main façade

VI.21

Supply and application of matte varnish on woodwork (transom openings, window walls, half glass walls and toilet doors), including all constraints of suitable treatment of surfaces.

VI.22

Supply and cleaning surfaces in mosaic tiles in two toilet blocks with appropriate products for every burst, including all constraints

 

3.Cout Prévisionnel New(Additif)

The estimated cost of the operation at the end of preliminary studies is CFA HT 29 993 478 (Twenty Nine Million Nine Hundred and Ninety Three Thousand Four Hundred and Seventy Eight) or CFA francs TTC 35,767,222 (Thirty Five Million Seven Hundred and Sixty Seven Thousand Two Hundred and  Twenty-Two).

4.Allotissement New(Additif)

Works are united in a single batch.

5.Participation et origine New(Additif)

Participation in this tender is open to Cameroonian Companies with proven experience in the field of the realization of electrical or refrigeration and air conditioning works, and having a competent and experienced technical team made up of skilled laborers and technicians.

 

6.Financement New(Additif)

The work object of this tender is financed by the budget of the National Social Insurance Fund for the year 2016 on the 2D2206 imputation line, in accordance with the program 112.

 

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the Service of Contracts located on the 9th floor, room 903 of the headquarters building of the CNPS instead of Independence, upon publication of this Notice in the Journal of Contracts.

8.Acquisition du Dossier New(Additif)

The documents may be obtained at the place indicated above, upon publication of this notice, against payment of a non-refundable fee of 55,000 (fifty-five thousand) CFA francs in the Special Allocation Account CAS-ARMP No. 335988 opened in BICEC agencies.

When removing the file, tenderers must in all cases be registered leaving their full address (post office box, telephone contacts).

9.Remises des offres New(Additif)

Each offer drafted in English or French in seven (07) copies, one (01) original and six (06) copies marked as such, should reach the Contracts Service no later than 7th FEBRUARY 2017 at 11 am local time and will marked:

 

NATIONAL OPEN INVITATION TO TENDER

No. 2nd/17/AONO/CIPM/DG/CNPS OF 10 JANUARY 2017

FOR THE SUPPLY, INSTALLATION AND PUTTING INTO SERVICE OF THE CENTRAL AIR CONDITIONING SYSTEMS, PROCESSING AND RENEWAL OF AIR, AND ARRANGEMENT OF THE GREAT HALL OF THE CENTRAL GROUND FLOOR OF THE SOCIAL INSURANCE CENTRE OF YAOUNDE-INDEPENDENCE, IN EMERGENCY PROCEDURE

TO BE OPEN IN COUNTING SESSION ONLY "

10.Delai de Livraison New(Additif)

The period provided by the Project Manager to achieve the work object of this tender is three (03) months.

11.Cautionnement Provisoire New(Additif)

Each bidder must attach to his administrative documents, a bid bond issued by a first class bank approved by the Ministry of Finance, stating the amount of 700 000 (seven hundred thousand) CFA francs.
Said deposit will be valid for thirty (30) days beyond the original expiry date of the offers.

12.Recevabilité des Offres New(Additif)

Subject to rejection, documents of the required administrative file to be produced originals or certified copies by the issuing service in accordance with the Supplementary Regulations of the provisions of the Bidding.

They must be older than three (03) months preceding the original date for submission of bids or have been established after the signing date of the Tender Notice.

Incomplete offers, in accordance with the requirements of the bidding documents, will be declared inadmissible. Mainly the absence of the bid bond issued by a first class bank, approved by the Ministry of Finance.

 

13.Ouverture des Plis New(Additif)

The opening of bids will be done at a time.

The opening of administrative documents of technical and financial bids will take place on 7th FEBRUARY 2017 at 12 am local time, the Internal Commission for Award of Contracts at the National Social Insurance Fund, in the meeting room of the said Commission on the 4th floor, room 416, CNPS Building located at the Kennedy Avenue.

Only bidders may attend the opening session or be represented by a person of their choice duly authorized.

 

14.Critères d'évaluation New(Additif)
  • Eliminatory criteria

The eliminatory criteria are:

  • Lack of an administrative document at the bid opening;
  • False or forged declaration;
  • Lack of a quantified unit price in the financial proposal;
  • No validation of at least 70 % of under evaluation criteria;
  • Non-compliance with CSR standards:

 - Staff affiliated to CNPS: higher or equal to 3 (online declaration of the last 03 months), detailed staff list with their individual registrations to the CNPS , attach the APS attesting to update for payment of contributions;

 -  Fair remuneration (respect of the minimum wage: join DIPE or wage statements);

 -  Respect of the gender promotion principle: have at least 20% female gender in the staff (joining the DIPE, the staff list and gender report);

 -  Liability insurance covering the current year (attach insurance policy).

  • Essential qualification Criteria

No.

CRITERIA

EVALUATION

YES

NO

1

Overview of the offer

spiral View Binder shaping of the document, scheduling of parts of the document, intercropping in color;

 

 

2

Company References

Justify similar services of a cumulative amount of at least 25,000,000 (twenty five million) CFA francs during the three (03) last years.

 

 

3

Funding capacities

Funding capacity certificate issued by a bank of first order for an amount higher or equal to 20,000,000 (twenty million) CFA francs

 

 

4

Conformity to standards HQSE

Justify worker protection equipments

 

 

5

Qualification and experience of key personnel:

Driver of work:

 - Higher Technician for Electrical Engineering or Refrigeration and Air Conditioning (Bac +2)

 - Experience: at least three (03) years

Monitoring Engineer:

 - Qualified Technician (BP or CAP)

 - Experience: at least two (02) years

 

 

6

Knowledge of the work site, the CCTP and CCAP

Site inspection certificate signed on honor by the bidder and conforming to the model, CCTP and CCAP initialed and signed

 

 

7

Planning and delay

Planning, Deadline ≤ 03 months

 

 

8

Methodology and organization

Methodological note, organizational approach of labor teams

 

 

15.Attribution New(Additif)

The Contract will be awarded to candidates who have:

  • Introduced a compliant administrative tender;
  • Validated at least 70 per cent of the evaluation sub-criteria
  • Presented the financial lowest evaluated bidder.

 

16.Durée Validité des Offres New(Additif)

Tenderers are bound by their tenders for a period of ninety (90) days from the deadline fixed for the submission of tehders.

Site visit

A tour of the site is provided by the Project Manager after the publication of this Invitation to Tender.

 

17.Renseignements Complémentaires New(Additif)

Further information may be obtained during working hours at the Contracts Service of the Building of the headquarters of the CNPS located at the Independence Square, 9th floor, room 903, tel: 696 54 31 32,   675 13 21 06. /-

“for any act of corruption, please call or send an SMS to MINMAP to the following phone numbers:      673 20 57 25 / 699 37 07 48”

YAOUNDE Le 10-01-2017
Le DIRECTEUR GÉNÉRAL
MEKULU MVONDO AKAME Noël Alain Olivier