Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 21-03-2017 à 08:03
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU CENTRE
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:.   The Regional Delegate of Public Contracts for the Center Region, Contracting Authority, hereby launches in emergency procedure, a restricted National Invitation to tender for the realization of the above-mentioned work. The Project Owner is the Minister of Public Works.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Technical control and supervision of rehabilitation work on the MBOKE-MVOMZOCK-DJOUMBI-MINTA rural road and strap in the Upper Sanaga Division, Center Region.

2.Consistance des prestations New(Additif)

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

  1. Part 1: Invitation letter to tender (ILT);
  2. Part 2: National Invitation to Tender Notice(NITN) (French and English);
  3. Part 3: General Regulation to Tender(GRT);
  4. Part 4: Special Regulation to Tender (SRT);
  5. Part 5: Technical Offer Tables;
  6. Part 6: Financial Offer Standard Tables;
  7. Part 7: Terms of Reference (TOR);
  8. Part 8: Special Administrative Conditions (SAC);
  9. Part 9: Tender form (9.1) and draft contract model (9.2);
  10. Part 10: Model Documents and forms to be used by tenderers;
  11. Part 11: Evaluation Checklist, Technical offers;
  12. Part 12: List of banking institutions and financial organizations authorized to issue public contracts guarantees.
3.Cout Prévisionnel New(Additif)

N/A

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

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.

 

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

6.Financement New(Additif)

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.

7.Consultation du Dossier New(Additif)

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:

  • Envelope A: Administrative documents (volume 1) and Technical proposal (volume 2)
  • Envelope B: Financial offer (volume 3).

 

The two envelopes referred to above shall be enclosed in a third sealed and stamped envelope bearing only the subject of the tender concerned.

 

 

 

8.Acquisition du Dossier New(Additif)

   Application deadline

Interested tenderers shall have twenty (20) days to apply with effect from the date of publication of this tender.

 

9.Remises des offres New(Additif)

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

10.Delai de Livraison New(Additif)

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.

11.Cautionnement Provisoire New(Additif)

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.

 

12.Recevabilité des Offres New(Additif)

N/A

13.Ouverture des Plis New(Additif)

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.Critères d'évaluation New(Additif)

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:

  •  Qualified experts assigned to the operation on 50 points;
  •  Experience of the consultant 30 points;
  •  Logistics and equipment 20 points.

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.

 

 

15.Attribution New(Additif)

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.

16.Durée Validité des Offres New(Additif)

Tenderers shall be bound by their tender for a period of ninety (90) days with effect from the tender submission deadline.

 

17.Renseignements Complémentaires New(Additif)

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.

YAOUNDE Le 15-03-2017
Le DÉLÉGUÉ RÉGIONAL
YOGO DANIEL ALAIN