Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 30-03-2017 à 15:44
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU CENTRE
RESTRICTED NATIONAL INVITATION TO TENDER  N°033/RNIT/PR/MINPC/SG/RDCE/RTB/2017 OF 27 MARCH 2017 IN EMERGENCY PROCEDURE FOR THE TECHNICAL CONTROL AND MONITORING OF THE GRADING AND DEVELOPMENT WORKS OF SOME ROADS IN THE CENTER REGION IN TWO (02) LOTS.   FINANCING:PIB MINPW, 2017 FISCAL YEAR                          The Regional Delegate of Public Contracts for the Center Region, Contracting Authority, hereby launches on behalf of the Minister of Public Works (Project Owner), represented by the Regional Delegate of Public Works for the Center, a restricted National Invitation to tender for the realization of the above-mentioned work.  
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The present tender has as subject the technical control and monitoring of paving works and development of some roads in the Center Region.

The services comprises the technical, geotechnical, topographic and environmental control of grading works and the development of some moderate traffic roads, subject of the contract with the companies.

The invitation to tender concerns two (2) lots of technical inspection of works in accordance with the following breakdown

 

N° Lot

Destination

Length in km

Provisional Amount

1 - CE

Supervision work on the development of access roads to the new Fecafoot Sports Complex and straps, emergency completion of grading works on the Carrefour Afrik-Carrefour Carrière road

4.00

1.600

30 205 300 F CFA

2 - CE

Supervision works to complete the rehabilitation work on the Mengueme-Mekomo-Melane road (60km)

60

14 004 700 F CFA

2.Consistance des prestations New(Additif)

The services include technical control and supervision of the works, including the missions of:

  • Direction for the Execution of Works (DEW);
  • Scheduling and management of sites (SMS);
  • Assistance to Receiving Operations (ARO).

The performance of the services is defined in more detail in the terms of reference.

3.Cout Prévisionnel New(Additif)

N/A

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

 

Participation is open on equal terms to the Technical Studies Offices (TSO) listed below following the Call for Expressions of Interest N° 001/ASMI/MINTP/ DRTPCE of 24th January 2017 for the above-mentioned services.

For lot N° 1 and 2.

Study Offices

Address

Telephone

1

GENERAL ENGINEERING

BP 18006 Yde

243 57 26 55

2

KAROCH

BP 2964 Ydé

676 62 02 76

3

BETAS & AS

BP 12426 Ydé

        677 73 76 81

4

EGIG-BETG

BP 3785 Ydé

674 383 057

5

A-Z CONSULTING

BP 33626 Ydé

677 63 38 61

6

NEK CAMEROUN

BP 25129 Ydé

699 787 973

7

GROUPEMENT PYRAMIDES INTER/MATURIS

BP 13 548 Ydé

222 23 63 72

8

BRETCAM

BP 839 Ydé

242 68 36 85

9

LE COMPETING

BP 6718 Ydé

699 50 11 77

6.Financement New(Additif)

Services which form the subject of this invitation to tender is financed by the Public Investment Budget of the Ministry of Public Works, 2017 financial year.

 

7.Consultation du Dossier New(Additif)

Upon publication of this notice, the tender file may be consulted during working hours at the Call for Tender Support Unit on the 2nd Floor of the Regional Delegation of Public Contracts for the Centre located at Omnisport

  Administration on behalf of which will be entered into the contract

After examining the tenders submitted and selecting the successful tenderer by the Contracting Authority, the contract will be concluded between the contractor and the Contracting Authority who is the Regional Delegate of Public Contracts for the Center Region

 

8.Acquisition du Dossier New(Additif)

The tender file may be 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 Fifty thousand (50 000) FCFA to the public treasury.

The receipt must identify the TSO as representative of the TSO wishing to participate in the invitation to tender.

    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 A & B referred to above shall be enclosed in a third sealed and stamped envelope bearing only the subject of the tender concerned.

The different parts of each tender will be numbered in the order of the Tender File and separated by identical color dividers

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 17th April 2017 at 12 0’clock  local. All tenders must be marked as:

 

RESTRICTED NATIONAL INVITATION TO TENDER

 N° 033/RNIT/PR/MINPC/SG/RDCE/RTB/2017 OF 27 MARCH 2017 IN EMERGENCY PROCEDURE FOR THE TECHNICAL CONTROL AND MONITORING OF THE GRADING AND DEVELOPMENT WORKS OF SOME ROADS IN THE CENTER REGION IN TWO (02) LOTS.

FINANCING:PIB MINPW, 2017 FISCAL YEAR

 

 “TO BE OPENED ONLY AT THE TENDER-EVALUATION SESSION

10.Delai de Livraison New(Additif)

The maximum execution deadline is one hundred and thirty-five (135) days, the mobilization being based on the actual duration of the works.

11.Cautionnement Provisoire New(Additif)

Tenders must be accompanied by a provisional guaranty per lot as per the model indicated in the tender file by issued by a bank approved by the Ministry of Finance and in the amount of as in the table below:

 

LOT

AMOUNT IN F CFA (ATI)

1-CE

605 000

2-CE

280 000

The absence of the provisional guaranty or its non-conformity with the model attached in the Bidding Documents leads to the inadmissibility of the bid.

The provisional guaranty shall be automatically released not later than thirty (30) days after the expiry of the validity of the tenders for unsuccessful tenderers. In the event that the tenderer is awarded the contract, the provisional guaranty will be released after the final guaranty has been lodged.

Bank checks, even certified, are not accepted in the place of the provisional guaranty.

 

12.Recevabilité des Offres New(Additif)
  • Bids not meeting the requirements of this notice and the tender file shall be declared inadmissible especially the provisional guaranty issued by a first class bank approved by the Minister of Finance and must be valid for thirty (30) days beyond the original expiry date of the offers.
  • ·Subject to rejection of the offer, other administrative documents must imperatively be produced in originals or copies certified by the issuing service in accordance with the supplementary Regulations of the provisions of the RFP.
  • ·They must be dated less than three (03) months preceding the date of submission of tenders.

 

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 17th 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

14.1.1: Administrative documents

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). 

14.1.2: Technical files

a) Incomplete or none conform documents;

b) False declaration forged or scanned documents instead of certified copies of originals;

c) Technical note at least 70/100;

d) Non registration of the Civil Engineer with at least five (5) years experience into the National Order of Civil Engineers (NOCE);

e) Absence of a detailed proposed methodology on the execution of the project.

14.1.3: Financial offer

a) Incomplete financial bid;

b) Omission of a quantified unit price from the price schedule.

14.2 Essential criteria

14.2.1: Technical file

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

  •  Qualified experts assigned to the operation on 45 points;
  •   Experience of the consultant 30 points;
  •   Logistics and equipment 20 points;
  •   Presentation of Offer 5 points.

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 reserves the right not to award the contract within the framework of this invitation to tender to a tenderer who, holding a contract with the MINTP, has unsatisfactory performance (notice or Deficiency notified within six (6) months prior to the award date, contract in progress or termination for fault attributable to the contracting partner, evaluation note awarded by a Control commission and technical revenue less than or equal to 12/20 over the last two years).

 

No tenderer may be awarded more than one lot                        

 

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 best bid, the one having obtained the final mark (FM) highest.

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 Regional Delegation of Public Works for the Centre (Regional Department for Roads.

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 27-03-2017
Le DÉLÉGUÉ RÉGIONAL
YOGO DANIEL ALAIN