Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 25-01-2017 à 18:35
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ DÉPARTEMENTAL DU MINMAP DU MAYO TSANAGA
 OPEN NATIONAL INVITATION TO TENDER  N°002/ONIT/PR/MINPUCO/SG/DRFN/DDMT-DTB/2017 OF 12 JANUARY 2017(NORMAL PROCEDURE) FOR THE BUILDING WORKS OF ONE BLOCK OF TWO CLASSROOMS AT PRIMARY SCHOOL OF TREWAD;SOULEDE ROUA SUBDIVISION; MAYO-TSANAGA DIVISION; FAR NORTH REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of execution of Public investment Budget of MINBE 2017, the Divisional Delegate of Publics Contacts of Mayo-Tsanaga, Contracting Authority, hereby issues an Open National Invitation to tender for the Building works of one block of two classrooms at primary school of Trewad; Soulede Roua Sub-Division; Mayo-Tsanaga Division; Far North Région.

2.Consistance des prestations New(Additif)

The works subject of this contract include: (post orvolume ofworks).

- Site installation;

- Main works;

- Over bearings;

- Fondations;

- Masonries

- wall rising;

- Framework

- roof;

- Metal work;

- Electricity;

- Painting;

3.Cout Prévisionnel New(Additif)

Désignation

Montant prévisionnel

GPS  TREWAD

19 000 000 Francs CFA

4.Allotissement New(Additif)

Désignation

Montant prévisionnel

GPS TREWAD

19 000 000 Francs CFA

 NB: bidders can win only one lot.

5.Participation et origine New(Additif)

Participation in this tender shall be opened on equal conditions to Cameroon-law contractors with proven experience in the field of building construction and civil engineering in general. By this invitation to tenders, Contractors are invited to give authentic information's in their offers in other to make a good choice of the Contractors who could realize all the prestations

6.Financement New(Additif)

Works which form the subject of this invitation to tender shall be financed by the Public du MINEDUB Investment Budget for the 2017 financial year; Budget Head; 51 1519701 641305 2811 426

7.Consultation du Dossier New(Additif)

The tender documents may be consulted during working hours afthe MINMAP Divisional Delegation of Public Contract Mayo-Tsanaga in Mokolo. Contracting Authority and the division of contracts tenders unit at the Divisional Delegation of Public Contracts, Mayo-Tsanaga in Mokolo P.O Box 17 Mokolo; email: ddminmapmt@yahoo.com: Phone; 222 455 649

8.Acquisition du Dossier New(Additif)

The tender documents may be obtained at the MINMAP Division of Contracts (Tenders Unit) by Divisional Delegation of Public Contracts, Mayo-Tsanaga Mokolo. Upon presentation of a receipt of payment into the public Treasury of a non-refundable fee of thirty thousand (30 000) CFA F. Such a receipt shall identify the payer as representing a consulting firm willlng to participate in the tender.

9.Remises des offres New(Additif)

Drafted in English or French and in septuplicate (7) including one (1) original and six (6) copies labeled as such, tenders shall be submitted in a sealed envelope and against a receipt at Divisional Delegation of Public Contracts Mayo-Tsanaga in Mokolo, Contracting Authority and the service in charges of tenders offers at the Divisional Delegation of Public Contracts, Mayo-Tsanaga; no later than of 10 February 2017at 10 a.m., local time. They shall bear the following:

OPEN NATIONAL INVITATION TO TENDER N°002/ON1T/PR/MINPUCO/SG/DRFN/DDMT-DTB/2017 OF 12 JANUARY 2017 (NORMAL PROCEDURE) FOR THE BUILDING WORKS OF ONE BLOCK OF TWO CLASSROOMS AT PRIMARY SCHOOL OF TREWAD; MAYO-TSANAGA DIVISION; FAR NORTH REGION.

“TO BE OPENED ONLY DURING THE OPENING SESSION". '

TENDERS RECEIVED AFTER THE SUBMISSION DEADLINE SHALL BE REJECTED.

To be opened only during the bid-opening session"

10.Delai de Livraison New(Additif)

The maximum execution dead line provided for by the Project Owners for the execution of the works subject of this tender shall be three months.

11.Cautionnement Provisoire New(Additif)

Any offer not in keeping with the tender requirements, especially the absence of the provisional guarantee issued, in keeping with the model indicated in the tender file by a first class banking Institution approved by the ministry in charge of finance listed previously in the tenders offer document N°12 of an amount of three hundred and eighty thousand (380 000) FRANCS valid for a period of thirty (30) days shall be rejected

12.Recevabilité des Offres New(Additif)

Under pain of rejection, the administrative documents required, must be produced in originals or true copies certified by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer...) in accordance with the Spécial Conditions of the invitation totender.
They must not be older than three preceding the original date of submission of bids (3) months or must not have been established after the signing of the tender notice.
Any incomplete offer in accordance with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance.

13.Ouverture des Plis New(Additif)

Tenders shall be opened (01) once on the 10 February 2017 at 11 a.m, in the meeting room of the Mayo-Tsanaga Divisional Delegation of Public Contracts in Mokolo, division of contracts tenders unit at the Divisional Office of Public Contracts Mayo-Tsanaga Mokolo in the presence of bidders or their duly appointed representatives with perfect knowledge of the bid they stand for.

14.Critères d'évaluation New(Additif)

Tenders shall be evaluated in three (3) stages:

• Stage 1: Verification of each tender for compliance of the administrative file.

Stage 2: Technical evaluation of compliant administrative files.

 • Stage 3: Verification of the financial offers of contractors with compliant administrative and technical files

13-1: Eliminatory criteria

 13.1.1: Administrative documents

a) Incomplete or non-complaint documents.

 b) Forged or non-authentic document.

 13.1.2: Technical proposal

 a) Incomplete or non-complaint documents;

b) False declaration forged or scanned documents;

c) Turnover in public and civil engineering works during the last three (3) years of less than twenty Millions (20 000 000) CFA F;

d) Failure to show proof of the execution, as the main contractor, during the last three (3) years of the construction of at least one-storied building;

 e) Non-existence in the technical proposal of the rubric "organization, methodology and planning";

f) Failure to meet at least (70%) out of the essential criteria;

 13.1.3 Financial offer

 a) incomplete financial offer;

 b) Non-compliant documents;

c) Omission of a quantified unit price in the financial offer;

d) Absence of a sub-detailed price.

e) Sub-detail of price mistaken and unrealistic

13-2 Essential criteria

 The technical proposal shall be evaluated as per the following 53 essential criteria:

 a) Presentation out of 3 criteria;

b) Supervisory staff out of 15 criteria;

c) Site equipment to be mobilized out of 10 criteria;

 d) Methodology out of 13 criteria.

e) Contractor's references and pre-financing capacity out of 12 criteria.

15.Attribution New(Additif)

The Divisional Delegate of Public Contracts in Mayo-Tsanaga in Mokolo, Contracting Authority, shall award the contract to the bidder, whose offer is considered the lowest. in compliance 4 essentially with the prescriptions of the invitation to tender

16.Durée Validité des Offres New(Additif)

Bidders shall remain bound by their bids for a period of ninety (90) days with effect from the tender-submission dead line mentioned above.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours from Divisional Delegation of Public Contracts, Mayo-Tsanaga in Mokolo P.O Box 17 Mokolo; email: ddminmapmt@yahoo.com: Phone: 222 455 649 4

MOKOLO Le 12-01-2017
Le DÉLÉGUÉ DÉPARTEMENTAL
HAMAN POUDITTO