The present Call for tenders has as subject, the construction of a Warehouse in Manguenda II and at SOCOPAC, in Bot-Makak Sub-Division,Nyong and Kellé Division:
The works subjects of this contract include:
- Preliminary works and studies ;
- Earth work;
- Foundation works ;
- Elevation of walls ;
- Form work and roof ;
- Metelic works ;
- Carpentry works ;
- Electricity ;
- Painting ;
- Drainage and surroundings.
The estimated cost of the operation following prior studies stands as follow.
LOT |
Localities |
Estimated cost |
01 |
Manguenda warehouse |
25 000 000F (twenty five million francs)CFA |
02 |
SOCOPAC warehouse |
20 000 000F (twenty million francs) CFA |
The works shall be in a single lot defined as follows:
LOT |
Locality |
Sub-Division |
01 |
Manguenda warehouse |
Bot-Makak |
02 |
SOCOPAC warehouse |
The participation in the present call for tenders is equally opened to all the Companies of Cameroonian right (law) and having skills in the field of buildings and public works.
The presentinvitation to tender is financed by the public investment budget 2017.
LOT |
Localities |
Imputation |
01 |
Manguenda warehouse |
|
02 |
SOCOPAC warehouse |
|
The tender file can be consulted at the Divisional Delegation of Public contracts Nyong and Kellé, during working hours from the publication of the present tender notice.
The tender file can be obtained fromthe Divisional Delegation of Public Contracts Nyong and Kellé after presentation of a receipt as soon as this notice is published against payment of a non-refundable deposit sum at Bot-Makak municipal treasuryas shown below.
LOT |
Localities |
Amount (CFA) |
01 |
Manguenda warehouse |
75 000F (seventy five thousand francs) |
02 |
SOCOPAC warehouse |
Each offer drafted in English or French and in seven (7) copies including one (01) original and six (6) copies marked as such, should reach the Divisional Delegation of Public Contracts Nyong and Kellé, located at the formal S.D.O’s Office Eséka, not later than the 02nd of March 2017 at 12 noon and should carry the inscription:
(( Tender Notice
N°004/ONIT/DRMAP-CE/DDMAP-NK/DTB/17, OF 10th FEBRUARY 2017
FOR THE CONSTRUCTION OF A WAREHOUSE IN MANGUENDA II AND AT SOCOPAC, IN BOT-MAKAK SUB-DIVISION, NYONG AND KELLE DIVISION, PROCEDURE OF URGENCY
“To be opened only during the bid-opening session))
The maximum execution deadline provided for by the Project Owner or Delegated Project Owner for the execution of the works shall be three (03) months.
Every tenderer will have to supply a temporary, valid surety bond during thirty (30) days beyond date original of validity of the offers and will be established by a banking institution approved by Minister for Finance. The amount of this caution money Workbench by an excellent banking institution approved by the Ministry of Finance is as shown belowand the list of which is in appendix.
LOT |
Localities |
Cost of provisional bid bond (CFA) |
01 |
Manguenda warehouse |
500 000F (five hundred thousand francs) |
02 |
SOCOPAC warehouse |
400 000F (four hundred thousand francs) |
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 Special Conditions of the invitation to tender.
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.
This contract shall be published in the public contract journal.
The bids shall be opened in single phase, and will take place on the 02nd of March 2017at 1.00 PM by the divisional tenders board. This will be done at the conference hall of the formal Senior Divisional Officer (SDO) office Eséka. Only bidders may attend or be duly represented by a person of their choice. Representatives should provide valid procuration singed by a Public Security Officer.
1- Main eliminatory criteria
2- Main qualification criteria
A - Presentation of the offer 02 elements
B - Reference of the company 07 elements
C - Managerial personnel 11 elements
D- Organization – planning - methodology 05 elements
E - Equipment 05 elements
For each lot, the contract shall be awarded to the bidder who presents a qualified financial offer, evaluated as lowest bidder, complying with the technical and administrative requirements. Offers not presented in three (03) volumes shall purely and simply be rejected.
Where a tenderer who fulfilled the technical criteria in his offers and is the lowest bidder for more than two lots, the Contracting Authority is reserved the right of choice.
Bidders will remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours from the Divisional Delegation of Public Contracts of Nyong and Kellé at Eséka by the Contract service on the phone number : 222 28 60 75 / 222 28 61 75.
Malpractices documented in the award of public contracts, call green number: 673 20 57 25 / 699 37 07 48.