Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 01-08-2016 à 15:03
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU SUD OUEST
FOR THE SUPERVISION/CONTROL OF WORKS FOR THE TARRING OF ROAD SEGMENTS IN LIMBE Il COUNCIL AREA (BOTALAND-MOKINDI WOVIA (3.5KM) PHASE II. FINANCING: SPECIAL CREDIT FOR PRIORITY PROJECT 2014-2016.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Regional Delegate of Public Contracts for the South West Region, Contracting Authority, hereby launches an Open National Invitation to Tender (BY THE EMERGENCY PROCEDURE) FOR THE SUPERVISION/CONTROL OF WORKS FOR THE TARRING OF ROAD SEGMENTS IN LIMBE II COUNCIL AREA (BOTALAND-MOKINDI WOVIA (3.5KM) PHASE II.

2.Consistance des prestations New(Additif)

The works shah comprise technical control and monitoring with the following missions:

• Management of execution works;

• Scheduling and piloting of works;

• Assistance to reception operations.

3.Cout Prévisionnel New(Additif)

The cost of the project after preliminary studies is fixed at 20.000.000 FCFA.

4.Participation et origine New(Additif)

The tender is open to duly legalized Cameroonian enterprises that fulfill the requirements of this invitation to tender.

5.Financement New(Additif)

Works of this invitation to tender shall be financed by the special credit for priority project 2014-2016.

6.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the date of publishing of this tender notice, at the procurement and services contract service /RD MINMAP for the South West Region - Buea, Tel: 233 32 32 39 / 233 32 32 45.

7.Acquisition du Dossier New(Additif)

The file may be obtained during working hours at the Regional Delegation of Public Contracts for the South West Region Room 3 upon presentation of a treasury receipt attesting the payment of a non-refundable sum of forty Thousand (40 000) FCFA as soon as this notice published.

8.Remises des offres New(Additif)

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 Room 3 of the Regional Delegate of Public Contracts for the South West — Buea against a receipt not later than 12/08/2016 at 9 AM, local time in three (03) distinct envelops which shall be labelled as follows:

Envelop A: Administrative documents;

Envelop B: Technical offer;

Envelop C: Financial offer.

These three (03) envelops will be put in a fourth one which shah be labelled imperatively as follows:

OPEN NATIONAL INVITATION TO TENDER
(BY EMERGENCY PROCEDURE)

N°: 0020/ONIT/PR/MINMAP/SWRD/SWRTB/2016 OF 21/07/2016

FOR THE SUPERVISION/CONTROL OF WORKS FOR THE TARRING OF ROAD
SEGMENTS IN LIMBE II COUNCIL AREA (BOTALAND-MOKINDI WOVIA (3.5KM)
PHASE II.
"To be opened only during the bid opening session".

9.Delai de Livraison New(Additif)

The maximum period provided for the execution of the works is fixed at five (05) months.

10.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents a bid bond issued by a first rate bank 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 four hundred thousand (400. 000) FCFA with a validity period of ninety (90) days from the date the bids are opened.

11.Recevabilité des Offres New(Additif)

Each bidder must include in his/her administrative documents a bid bond issued by a first rate bank 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 four hundred thousand (400. 000) FCFA with a validity period of ninety (90) days from the date the bids are opened.

Under penalty of rejection, the required administrative documents must be imperatively produced as original documents 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 not be accepted.

Any bid not in compliance with the specifications of this tender notice and file shall be declared inadmissible. Notably, the absence of the bid bond issued by a first rate bank approved by the Ministry in charge of finance or its non-compliance with the model documents of the tender file shah lead to outright rejection of the bid without any possibility of appeal.

12.Ouverture des Plis New(Additif)

The bids shall be opened in a single (01) phase on the 12/08/2016 at 10AM local time by the South West Regional Tender Board in the Conference hall of the Regional Delegation of Public Contracts, in the presence of the bidders or duly authorized representatives having full knowledge of the file (power of attorney).

13.Critères d'évaluation New(Additif)
  1. MAIN ELIMINATORY CRITERIA: Any bid not meeting with the requirements of the Tender File will be declared inadmissible. The eliminatory criteria are identified as follows: 
  • Forged documents in the Tender Files;
  • History of bad execution of similar works or on-going legal suit with Government;
  • Absence of an administrative document;
  • Absence of an attestation of site visit signed by the Mayor of LIMBE II Council  and the related Report.
  • Incomplete technical file due to the absence of one of the following documents :

a) a methodological note indicating the organization, planning and understanding of the project;

b) Non presentation of a mission head having at least five years' experience in roads works;

c) An attestation of registration in the National Order of Civil Engineers (NOCE) for civil engineers proposed as main staff;

  • Failure to produce any of the documents needed for the main staff.
  • Technical score less than 70 out of 100 points;
  • Absence of unit price of a quantified item in the financial offer;
  • Use of a civil servant without presentation of all documents showing proof of his resignation from the administration.
  • Non respect of modeis of Tender file;

ESSENTIAL CRITERIA:

> Technical proposais

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

  • Qualification of experts and their experience in the project field (50 points);

a) Head of Mission, civil engineer (bacs +3 or plus), with ai least (05) years of experience and at east two (02) years of experience in the control of roads projects.................................................................................35Pts

b) The fallow up tecnieian, al least a civil technician with at least two (02) years of experience in roads projects............................................................................................................................ 15pts

  • Technical resources and equipment to be deployed (30 points);

a)     Computers equipments..................................................................................................4pts

b)     Pick up liaison vehicle..................................................................................................1Opts

c)     Motocycle... .......,........................................................................................................6pts

d)     Title deed of liaison vehicle..................... .......................................................................4 pts

e)    Geotechnical material.....................................................................................................6pts

  • References of the consulting firm (20 points).
  • The minimal score required is 70/100.

> Financial offer

Only the financial offers of tenderers pre-selected alter the evaluation for compilante of the administrative

documents (stage 1) and the assessment of the technical proposais (stage 2) shah be evaluated as per the following

criteria:

NM = MIVId x 100/MS

NM = Tenderer's financial mark:

MMd= Lowest bidder's amount;

MS = Tenderer's amount.

N   = ((70 x Technical mark) + (30 x Financial mark)) / 100

N stands for the technico-financial marks.

14.Attribution New(Additif)

The contract shall be awarded to the bidder with the best offer following the calculation method from article 12 above.

15.Durée Validité des Offres New(Additif)

Bidders shall be bound by their bids for a period of ninety (90) days with effect from the date of opening of

bids.

16.Renseignements Complémentaires New(Additif)

Further complementary information may be obtained during working hours from the Procurement and services contracts services of the Regional Delegate of Public Contracts, South West Region, Tel: 233 32 32 39/233 32 32 45

BUEA Le 21-07-2016
Le DÉLÉGUÉ RÉGIONAL
KATI ALFRED NJILGTI