Technical control and supervision of rehabilitation work on the MBOKE-MVOMZOCK-DJOUMBI-MINTA rural road and strap in the Upper Sanaga Division, Center Region.
The Contractor shall:
•Monitor and control the work:
- Exploit graphic documents (implementation plans) for subsequent evaluations of the work;
- monitor the installation site according to the plan proposed by the successful tenderer;
- Check the technical parts including construction papers and minutes of site meetings;
- Check the conformity of the execution of works according to the contractual technical requirements;
- Produce monthly reports of the quantity and quality of works;
- Produce a final report indicating the quantity and quality of works
• Propose to the Contract Service Head the signing of the service orders necessary for the proper performance of the work;
• Ensure the quality assurance and implementation of environmental protection measures;
• Ensure the establishment of reattachment plans.
The works are defined in more detail in the Terms of Reference.
Constituent documents
N/A
N/A
Participation in this tender is open on equal terms to the Cameroonian-Law related firms and companies specialised and experienced in consultancy and Technical Studies (BET) with a good command in the execution of services following pre-selection after a call for manifestation of interest N° 001/AAMI/MINTP/2017 of 12th January 2017, relating to the technical control and supervision of the work forming the subject of the present tender.
N° |
CONSULTANT |
ADRESSES |
1 |
LE COMPETING BET |
B.P : 7214 Yaoundé |
2 |
EGIS CAMEROUN |
B.P : 911 Yaoundé |
3 |
BEC LA ROUTIERE |
B.P : 13704 Yaoundé |
4 |
PRISMA SARL |
B.P : 7658 Yaoundé |
5 |
KAROCH SARL |
B.P : 2964 Yaoundé |
6 |
DIDON CONSEILS |
B.P : 30011 Yaoundé |
7 |
ECTA BTP SARL |
B.P : 785 Yaoundé |
8 |
AFRIKAN METHOD SARL |
B.P : 2833 Yaoundé |
9 |
CIBAT INTERNATIONAL |
B.P : 5564 Yaoundé |
10 |
CAMEROON ENGINEERING |
B.P : 471 Yaoundé |
11 |
I.C.C |
B.P : 34484 Yaoundé |
Works which form the subject of this invitation to tender shall be financed by the Public Investment Budget of the Ministry of Public Works, 2017 financial year at an estimated cost of fourteen millions (14 000 000) F CFA in payment credit.
The tender file may be consulted or obtained during working hours at the Call for Tender Support Unit (room 226) on the 2nd Floor of the Regional Delegation of Public Contracts for the Centre at Omnisport, Tel: 22218150; as from publication of this notice, upon presentation of a receipt testifying payment of a non-refundable application fee of twenty thousand (20,000) FCFA to the public treasury.
Presentation of tender
The documents constituting the offer shall be divided into the following three volumes and
enclosed in two sealed envelopes:
The two envelopes referred to above shall be enclosed in a third sealed and stamped envelope bearing only the subject of the tender concerned.
Application deadline
Interested tenderers shall have twenty (20) days to apply with effect from the date of publication of this tender.
Each tender drafted in English or French in seven (7) copies, one (01) original and six (06) copies marked as such, sealed must reach the Call for Tender Support Unit room 226, 2nd floor of the Regional Delegation of Public Contracts for the Centre Omnisport, no later than 5th April 2017 at 12 0’clock local.
No bids submitted after the date and time limit will be admissible. All tenders must be marked as:
RESTRICTED NATIONAL INVITATION TO TENDER
N° 028/RNIT/PR/MINPC/SG/RD-CE/IP/RTB/2017 OF 17TH MARCH 2017 (IN EMERGENCY PROCEDURE) FOR THE TECHNICAL CONTROL AND SUPERVISION OF REHABILITATION WORK ON THE MBOKE-MVOMZOCK-DJOUMBI-MINTA RURAL ROAD AND STRAP IN THE UPPER SANAGA DIVISION OF THE CENTER REGION.
FINANCING:PIB MINPW, FISCAL YEAR 2017
Budgetary Line:.
“TO BE OPENED ONLY AT THE TENDER-EVALUATION SESSION”
The maximum execution deadline provided for by the Project Owner or Delegated Project Owner for the execution of the work is one hundred and ninety-five (195) days from the date of signing the notification order to commence work.
Tenders shall be valid for a period of one hundred and twenty (120) days with effect from the tender-submission deadline. It shall stand at two hundred fifty thousand (250, 000) F CFA.
For the successful bidder, the provisional guarantee will remain valid until the final bond is established.
N/A
Tenders shall be opened in two (2) phases.
The opening of the administrative and technical bids will take place on 5th April 2017 at 1.00 pm in the conference room of the Center Regional Delegation of Public Contracts by the Regional Tenders Board.
Only bidders may attend the opening session or be represented by one person of their choice with full knowledge of the file.
Following the analysis of administrative and technical offers, the opening of financial bids will be conducted under the same conditions at a later date to be communicated to the bidders with compliant administrative file and obtained an equal or greater technical note of 70 points out of 100.
14.1: Eliminatory criteria
a) Incomplete or non-compliant administrative file subject to Article 1.1 of Circular N°002/CAB/PM of 31st January 2011 relating to the improvement of the performance of the Public Contracts System
b) False declaration or forged document. (The Tenders Board or the Contracting Authority reserves the right to proceed with the verification of the authenticity of any document where there is a doubt).
c) False declaration forged or scanned documents instead of certified copies of originals;
d) Technical note at least 70/100;
e) Non satisfaction of the profile of the Head of Mission;
f) Absence of a detailed proposed methodology on the execution of the project;
g) Incomplete financial bid;
h) Omission of a quantified unit price from the price schedule.
14.2 Essential criteria
The technical proposal shall be evaluated as per the following essential criteria:
Following the review of administrative and technical bids, only the financial offers of bidders who have submitted an administrative compliant tender and obtained a score of greater technical capacity than or equal to 70 points out of 100 will be analyzed.
14.2.2: Financial offers
It will be awarded to the financial offers of each company, a financial score calculated as follows:
FS = LBA/EAB*100
With FS =Financial Score; LBA= Lowest Bid Amount; EAB = Estimated Amount of the Bidder.
The final grade (FG) of each bidder will be obtained as follows:
FN = TN*70 + FS*30/100 , with FN = Final note; TN = Technical Note.
The Contracting Authority will award the contract to the bidder whose offer was substantially responsive to the Bidding Documents and who has submitted the lowest evaluated best bid, the one having obtained the final mark (NF) highest.
The Contracting Authority may reject abnormally low tenders, provided that the candidate has been invited to provide written justifications, but unacceptable.
Tenderers shall be bound by their tender for a period of ninety (90) days with effect from the tender submission deadline.
Further technical information may be obtained during working hours from the Call for Tender Support Unit room 226 of the Regional Delegation of Public Contracts for the Centre on the 2nd Floor at Omnisport.
Any attempt to corrupt or misbehave or malpractices with evidence should be signaled or reported either by sms or writing with copy to Minister Delegate at the Presidency in charge of Public Contracts, the President of National Anti-Corruption Commission and the Center Regional Delegate of Public Contracts to the following numbers: 673 20 57 25 and 699 37 07 48.