Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 09-03-2023 à 13:12
Support : support@armp.cm Plateforme : pridesoft@armp.cm
PRÉFECTURE DE DONGA-MANTUNG
OPEN NATIONAL INVITATION TO TENDER NO03/ONIT/NWR/DMD/DMDTB/2023OF 22/02/2023 FOR THE CONSTRUCTION OF A BLOCK OF THREE CLASSROOMS AND TWO OFFICES AT GOVERNMENT SECONDARY SCHOOL (G.S.S) NYANJI IN NKAMBE, DONGA MANTUNG DIVISION NORTH WEST REGION 
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the frame-work of the 2023 Public Investment Budget, the Delegated Contracting Authority (THE SENIOR DIVISIONAL OFFICER FOR DONGA MANTUNG), hereby representing the State of Cameroon, launches an Open National Invitation to tender for the Construction of a Block of THREE CLASSROOMS AND TWO OFFICES at G.S.S Nyanji, in Nkambe, DONGA MANTUNG Division -North West Region.

2.Consistance des prestations New(Additif)

The works subject of this invitation to tender shall require the Construction of a Block of THREE CLASSROOMS AND TWO OFFICES at G.S.S NYANJI, in Nkambe, DONGA MANTUNG Division -North West Region. The works required are found in the detail description mentioned in the bill of quantities and cost estimates.

3.Cout Prévisionnel New(Additif)

The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below:-

Lot

Works

Locality

1

Construction of a Block of THREE CLASSROOMS AND TWO OFFICES at G.S.S NYANJI

Nkambe, DONGA MANTUNG Division, North West Region

4.Allotissement New(Additif)

The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below:-

Lot

Works

Locality

1

Construction of a Block of THREE CLASSROOMS AND TWO OFFICES at G.S.S NYANJI

Nkambe, DONGA MANTUNG Division, North West Region

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domainof construction accompanied by the necessary financial capability. The company should not have any record of abandonment of a project

6.Financement New(Additif)

Works which form the subject of this invitation to tender shall be financed as per the programmed budget head of the 2023 Public Investment Budget (PIB 2023- MINESEC) of the Republic of Cameroon as specified in the table below:-

 

Lot

Ministry

Project Owner

Works

 

Provisional Amount 

Vote of charge N°

Expenditure authorization N°

1

Ministry of Secondary Education

Senior Divisional Officer for Donga Mantung

Construction of a Block of THREE CLASSROOMS AND TWO OFFICES at G.S.S NYANJI

36 750 000 FCFA

IY01956

57 25 105 01 5416632 523314 434

 

 

7.Consultation du Dossier New(Additif)

           The Tender documents may be consulted immediately after publication of this invitation to tender from the Services of the Delegated Contracting Authority (Service in charge of the contracts award) at the Senior Divisional Officer’s Office premises, at the Divisional Delegation of Public Contracts Donga Mantung and at the Regional Office of the Public Contracts Regulatory Board (ARMP) North West Bamenda during working hours.

8.Acquisition du Dossier New(Additif)

The Tender documents shall be obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority during working hours at the Senior Divisional Officer’s Office premises. The document shall be obtained upon presentation of a Treasury receipt showing the payment of a non-refundable sum of seventy-three thousand five hundred (73 500) francs CFA from Divisional treasury Nkambe

9.Remises des offres New(Additif)

      Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in seven (07) copies that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed external envelope containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical documents and Envelope C: Financial documents. It shall reach the Divisional Contracts Award not later than 23/03/2023 At 10am local time. The sealed external envelope shall be free of all identification marks, failing with this, the file shall be rejected.

 

The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

 

OPEN NATIONAL INVITATION TO TENDER

 

NO 03/ONIT/NWR/DMD/DMDTB/2023OF 22/02/2023 FOR THE CONSTRUCTION OF A BLOCK OF THREE CLASSROOMS AND TWO OFFICES AT GOVERNMENT SECONDARY SCHOOL (G.S.S) NYANJI IN NKAMBE, DONGA MANTUNG DIVISION NORTH WEST REGION

 

 (To be opened only during the bids opening session of the Tenders Board)

10.Delai de Livraison New(Additif)

The maximum execution duration provided for by the Project Owner for the execution of the works subject of this tender shall be 120 calendar days (4 months) with effect from date of notification of the Service Order to start execution.

11.Cautionnement Provisoire New(Additif)

       Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for ninety (90) days beyond the original date of the validity of the offers.

 

Lot

Works

Locality

Estimated Cost

Bid Bond

Tender Fee

1

Construction of a Block of THREE CLASSROOMS AND TWO OFFICES at G.S.S NYANJI

Nkambe,  Division, DONGA MANTUNG Division, North West Region

36 750 000

FCFA

735 000

FCFA

73 500

FCFA

 

9) CONSULTATION OF TENDER FILE:

           The Tender documents may be consulted immediately after publication of this invitation to tender from the Services of the Delegated Contracting Authority (Service in charge of the contracts award) at the Senior Divisional Officer’s Office premises, at the Divisional Delegation of Public Contracts Donga Mantung and at the Regional Office of the Public Contracts Regulatory Board (ARMP) North West Bamenda during working hours.

12.Recevabilité des Offres New(Additif)

Under risk of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials, Bank Officials, etc.) or by Administrative Authorities as the case may be (Example: SDO, DO etc) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three (03) months as at the date of submission of the bids or must not have been established before the signing of the tender notice. Double certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this notice and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder’s name by a first rate bank approved by the Ministry in charge of Finance.

      The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the successful bidder to whom the contract will be awarded, the bid bond shall be returned to the contractor by the Contracting Authority once the final bond has been provided.

    Bidders shall remain committed to their offers for a period of ninety (90) days from the last date for the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.

13.Ouverture des Plis New(Additif)

Bids shall be opened by the Donga Mantung Divisional Tenders Board in a single phase on the 23/03/ at 11:00 am local time in the conference hall of the Senior Divisional Office. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected.

 

14.Critères d'évaluation New(Additif)

Tender conformity shall be evaluated as per the following:

A)    Eliminatory Criteria.

 

-          Offers (bids) submitted after the deadline or time limit;

-          Bids submitted in unsealed external envelopes.

-          External envelopes with identification marks or inscriptions,

 

 

 

-          Absence of a document in the administrative file and not submitted within 48 hours upon request

-          Administrative documents more than 3months old;

-          Absence of original or properly certified administrative document or documents certified more than one time,

-          False declaration or forged documents;

-          Proof of having abandoned a project in the previous financial years

-          Absence of bid bond or bid bond not issued directly in bidder’s name by a first rate bank approved by the Ministry in charge of Finance

           NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well

-          Execution period longer than prescribed in the Tender file

-          Technical evaluation mark less than 80% (non-respect of 80% of the essential criteria);

-          Absence of quantified unit price (omission of a unit price in the financial bid).

 

B)     Essential Criteria

  • General presentation of the tender bid,
  • Financial Capacity
  • References of the company in the similar domain,
  • Quality of the personnel,
  • Technical Organisation of Works,
  • Attestation and report of site visit,
  • Logistics,
  • Special technical clauses initialled on all the pages and signed on the last page,
  • Special administrative clauses initialled on all the pages and signed on the last page.

 

   NB:

       -Any Bid that shall not obtain a minimum of 80% evaluation in the technical documents shall simply be rejected.

             -Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAO).

(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices.

15.Attribution New(Additif)

The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements

16.Durée Validité des Offres New(Additif)

         Bidders shall remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders (offers).

17.Renseignements Complémentaires New(Additif)

   Additional information may be obtained during working hours from the Service for the Contracts Award Service at the Senior Divisional Office for Donga Mantung.

BAMENDA Le 22-02-2023
Le PRÉFET
DOH NKWENTI Simon