Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 25-03-2024 à 18:10
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE DATCHEKA
OPEN NATIONAL INVITATION TO TENDER N° 015/AONO/C.DATCHEKA/CIPM-PCCM/2024 UNDER URGENT PROCEDURE OF 25/03/2024 FOR THE CONSTRUCTION WORKS OF THE HOUSING ESTATE OF TEN (10) HOUSING T3 IN DATCHEKA COUNCIL, MAYO-DANAY DIVISION, FAR NORTH REGION FINANCING: PCCM budget, 2024 financial year and subsequent financial year.
Source de financement
FONDS SPÉCIAL D'EQUIPEMENT ET D'INTERVENTION INTERCOMMUNALE(FEICOM)
1.Objet New(Additif)

Within the framework of the implementation of the Municipal Housing Construction Program aimed at improving the living conditions of the populations, the Mayor of DATCHEKA Council, MAYO-DANAY Division, FAR NORTH Region, hereby launches an Open National Invitation to Tender for the construction works of the housing estate of ten (10) housing units, type T3 in DATCHEKA COUNCIL, MAYO-DANAY DIVISION, FAR NORTH REGION.

2.Consistance des prestations New(Additif)

The works shall include in particular:

-          Preliminary works and site installation;

-          Additional earthworks;

-          Foundations;

-          Masonry - Elevations ;

-          Roofing and timber for the framework;

-          Wood, aluminium and metal joinery;

-          Plumbing and sanitation;

-          Electricity / TV;

-          Painting;

-          Hard coatings;

-          External works (VRD) and sanitation;

-          Planting of trees and hedges.

The buildings to be constructed are presented as follows in accordance with the plans and models contained in Exhibit 14 of this DAO for 05 blocks of 02 apartments type T3 housing

3.Cout Prévisionnel New(Additif)

The estimated cost of this service is two hundred and twenty-five million two hundred and forty-five thousand five hundred and forty-nine (225 245 549) FCFA TTC, including taxes, including taxes.

4.Allotissement New(Additif)

NOT APPLICABLE

5.Participation et origine New(Additif)

Participation is open on equal terms to all Cameroonian companies established in the Republic of Cameroon and meeting the conditions set out in the Special Regulations of the Invitation to Tender (RPAO), which are provided in Document No. 3 of this Tender File.

6.Financement New(Additif)

The works which are the subject of this Invitation to Tender are financed by the Budget of the Municipal Housing Construction Program (PCCM), 2024 Financial Year and subsequent financial year.

7.Consultation du Dossier New(Additif)

The Tender File may be consulted as soon as this notice is published, during working hours, at the Secretariat General of DATCHEKA Council and at the Service of Administrative Assistance and Contracts of the Partnership Projects and Programmes Department (DPPP) located at the former Head Office building of FEICOM, in MIMBOMAN, Yaoundé.

8.Acquisition du Dossier New(Additif)

The Tender File may be obtained from the Secretariat General of DATCHEKA Council against payment of a non-refundable amount of CFA francs one hundred and fifty thousand (150,000), payable to the Municipal Treasury of DATCHEKA Council.

9.Remises des offres New(Additif)

Each bid drafted in French or in English, in seven (07) copies including the original and six (06) copies, labelled as such, shall be submitted in a sealed envelope no later than 22/04/2024 at 02:00 p.m. local time, against a receipt at the Projects and Programmes Contracts Service of the Partnership Projects and Programmes Department (DPPP), located at the former FEICOM Head Office Building bearing the following inscription:

«OPEN NATIONAL INVITATION TO TENDER UNDER URGENT PROCEDURE

N° 15/AONO/C-DATCHEKA/CIPM-PCCM/2024 OF 25/03/2024 FOR THE CONSTRUCTION WORKS OF THE HOUSING ESTATE OF TEN (10) HOUSING UNITS, TYPE T3 IN DATCHEKA COUNCIL, MAYO-DANAY DIVISION, FAR NORTH REGION

«TO BE OPENED ONLY DURING THE BID-OPENING SESSION»

NB:Bids reaching after the closing date and time will not be received.

Bids must include a CD containing the digital version in Excel format of the detailed bill of quantities and estimates.

10.Delai de Livraison New(Additif)

The maximum time provided by the Project Owner to carry out the works which are the subject of this Invitation to Tender is eight (08) months from the notification of the Service Order to start works.

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents, a bid bond issued by a first class bank approved by the Ministry of Finance, whose list is provided in Document 12 of the Tender File, and amounting to CFA francs quatre millions cinq cent mille (4 500 000) Francs CFA, valid for thirty (30) days beyond the deadline for the validity of bids; failure which the bid shall be rejected.

However, during the opening of bids, any bidder who has produced a bond issued by an insurance company, will be granted a period of 48 hours to comply.

12.Recevabilité des Offres New(Additif)

As per the Special Regulations of the Invitation to Tender, the required administrative documents must be submitted in original copies or copies certified true by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer, …), or else they shall be rejected.

They must date not more than three (03) months prior to the date of the submission of bids or be issued after the signature of the Tender Notice.

Any incomplete bid, as per the requirements of the Tender File, namely the absence of the bid bond issued by a first-ranked bank approved by the Ministry in charge of Finance or failure to comply with the model documents of the Tender File, shall be declared inadmissible and rejected without any appeal.

13.Ouverture des Plis New(Additif)

Opening of bids shall be carried out in one phase.

The administrative, technical and financial bids shall be opened on 22/04/2024 at 3 p.m. local time by the Internal Tenders Board of the Municipal Housing Construction Programme (PCCM) at the former FEICOM Head Office building located at MIMBOMAN, YAOUNDÉ.

Only bidders may attend the bid-opening session or be represented therein by a duly authorized person.

14.Critères d'évaluation New(Additif)

Eliminatory criteria

 

The elimination criteria set out the minimum conditions to be met in order to be admitted to the evaluation according to the essential criteria.  Failure to meet any of these criteria will result in the rejection of the bid of the bidder.

 

These notably include:

 

·           Absence or non-compliance of a document in the administrative file 48 hours after the bid-opening;

 

·           False declarations or forged documents;

 

·           Absence of the bid bond;

 

·           Incomplete technical offer (absence of items relating to the methodology, organisation and planning);

 

·           Incomplete financial offer (absence of the list of unit prices, a unit price, bill of quantities and cost estimates and sub-detail of prices);

 

·           Absence of a site visit attestation signed by the Project Owner or his/her representative; or a sworn statement signed by the bidder;

 

·           Absence of a of credit line of a minimum amount of CFA Francs forty five million (45,000,000) (solvency attestation);

 

·           Absence of one reference of buildings and public works in the Northern and Far North Regions;

 

·           Technical score below the minimum required threshold (70% (i.e. 38 YES out of 53).

N.B.: The bid bond and the banking attestation of the bidder must be produced in original, the other documents should be produced in original or certified true copies. These administrative supporting documents must have been issued within the last three (03) months and be compliant with the models in the tender file. Otherwise, they will be rejected.

 

 Essential criteria

 

The criteria for the qualification of bidders shall relate, on an indicative basis, to:

 

·            Experience of the company's personnel (26 criteria);

 

·            Availability of essential materials and equipment (06 criteria);

 

·            References of the company (08 criteria);

 

·            Financial situation of the company (04 criteria);

 

·            Technical proposal and work schedule (04 criteria);

 

·            Acceptance of the conditions of the contract (03 criteria);

 

·            General presentation of the bid (02 criteria).

 

 

Only the bidders having obtained at least 70% (i.e. 38 YES out of 53) will be qualified for the rest of the procedure and will have their financial offer analyzed.

 

NB: The evaluation grid is Document 13 of this Tender File.

 

a.      Eliminatory criteria

The elimination criteria set out the minimum conditions to be met in order to be admitted to the evaluation according to the essential criteria.  Failure to meet any of these criteria will result in the rejection of the bid of the bidder.

These notably include:

·           Absence or non-compliance of a document in the administrative file 48 hours after the bid-opening;

·           False declarations or forged documents;

·           Absence of the bid bond;

·           Incomplete technical offer (absence of items relating to the methodology, organisation and planning);

·           Incomplete financial offer (absence of the list of unit prices, a unit price, bill of quantities and cost estimates and sub-detail of prices);

·           Absence of a site visit attestation signed by the Project Owner or his/her representative; or a sworn statement signed by the bidder;

·           Absence of a of credit line of a minimum amount of CFA Francs forty five million (45,000,000) (solvency attestation);

·           Absence of one reference of buildings and public works in the Northern and Far North Regions;

·           Technical score below the minimum required threshold (70% (i.e. 38 YES out of 53).

 

15.Attribution New(Additif)

The Contracting Authority shall award the contract to the bidder whose bid has been found to be substantially compliant with the Tender File and who has the technical and financial resources required to perform the contract satisfactorily and whose bid has been evaluated as the lowest-priced, including any discounts offered.

16.Durée Validité des Offres New(Additif)

Bidders shall remain bound by their tenders for ninety (90) days from the closing date for the submission of tenders.

17.Renseignements Complémentaires New(Additif)

Further information can be obtained during working hours at the following addresses:

-      Commune de DATCHEKA: P. O. Box: 19 DATCHEKA; Tél. : 69196 05 24 /677 45 43 50

-       FEICOM: P. O. Box: 718 YAOUNDE, FEICOM 381, Street 4561 MIMBOMAN YDE IV, Tel: (237) 222 23 51 64/ 690 04 0132 / 694 28 66 04 / 696 98 01 95; Fax: (237) 222 23 17 59.

DATCHEKA Le 25-03-2024
Le MAIRE
KARMO Jean Claude