Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 10-04-2017 à 16:42
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU CENTRE
OPEN NATIONAL INVITATION TO TENDER N0 035/ONIT/PR/MINPUCO/RDCE/RTB/2017 OF 5TH APRIL 2017 IN EMERGENCY PROCEDURE FOR THE CONSTRUCTION OF POTABLE DRINKING WATER IN THE LOCALITIES OF MBALELON 1 & 2 (LOT 1) AND BONDJOCK (LOT 2) IN THE MEFOU & AKONO AND NYONG & KELLE DIVISIONS OF THE CENTER REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Regional Delegate of Public Contracts for the Center Region, Contracting Authority, hereby launches on behalf of the Minister of the Water and Energy, an Open National invitation to tender in emergency procedure for the construction of potable drinking water in the localities of Mbalelon 1 & 2 (lot 1) and Bondjock (lot 2) in the Mefou & Akono and Nyong & Kellé Divisions of the Center Region. The works, subject of this tender constitute two (02) lots.

2.Consistance des prestations New(Additif)

The works comprise the following tasks for each drilling:

LOT 1:

  • the realisation  and equipping of a bow hole (Q ≥ 3m);
  • rehabilitation of existing bore hole;
  • installation of two electric pumps;
  • construction of a discharge pipe;
  • construction of a water tank;
  • construction of a distribution pipes;
  • construction of good fountains;
  • putting a testing service with all suggestions;
  • Training of the management committee and putting a supervision plan network.

LOT 2:

  • The hydro geological and geo-physical studies;
  • Installation of the sites, inclusive of all the necessary materials for the bow holes  ;
  • Project execution;
  • Drilling and piping;
  • Equipping, developing and the pressure tests ;
  • Construction of a 10 m3 water reservoir;
  • Connection to ENEO network ;

Other services

3.Cout Prévisionnel New(Additif)

N/A

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

The involvement in this invitation to tender is open with equal conditions to Cameroon-Law related firms and companies experienced and justify both the technical and financial capacities in the realization of the works which form the subject of this present tender.

By this invitation to tender, interested companies are called upon to provide authentic information which will be useful for the choice of those that can meet the needs of the required service after an in-depth and objective appraisal of their application files.

6.Financement New(Additif)

Works which form the subject of this invitation to tender are financed by the Public Investment Budget of the Ministry of Water and Energy, 2017 financial year at an estimated cost of seventy million five hundred thousand (70 500 000) F CFA for lot 1 and fifty six million six hundred and fifty thousand (56 650 000) F CFA for lot 2.

7.Consultation du Dossier New(Additif)

The tender file may be consulted upon publication of this notification, during working hours, at the Regional Delegation of the Public Contracts for the Center in Yaounde, located at Omnisport, Tel: 222 21 81 50.

8.Acquisition du Dossier New(Additif)

The file may be obtained during working hours at the Regional Delegation of Public Contracts for the Centre located at Omnisport, Tel: 222 21 81 50; as from publication of this notice, upon presentation of receipt testifying payment of a non-refundable application fee ofeighty thousand (80 000) FCFAto the Public Treasury for lot 1 or at the Bondjock Municipal Treasury a non-refundable application fee of sixty thousand (60 000) F CFA for lot 2 carrying the tender file number. Bidders must leave behind the full contact details: post box, telephone or fax numbers Email.

 TENDERS PRESENTATION

The documents include in the tender application must be classified in three different envelopes which must be sealed later. The following framework must be taken into consideration:

  • Envelope A must contain the administrative documents;
  • Envelope B must contain the technical proposal;
  • Envelope C must contain the financial allocation.

The above-mentioned tenders presented as such will be inserted in a simple envelope bearing only the main tender references. This one must also be closed and sealed for confidentiality. The different documents of each tender will be numbered in accordance with the tender file order and separated by some interpolated sheets of the same colour.

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 against a receipt must reach the Regional Delegation of Public Contracts for the Centre, no later than 25th  April 2017 at 12 0’clock local time and shall be labelled as :

OPEN NATIONAL INVITATION TO TENDER
N0 035/ONIT/PR/MINPUCO/RDCE/RTB/2017

OF 5TH APRIL 2017 IN EMERGENCY PROCEDURE FOR THE CONSTRUCTION OF POTABLE DRINKING WATER IN THE LOCALITIES OF MBALELON 1 & 2 (LOT 1) AND BONDJOCK (LOT 2) IN THE MEFOU & AKONO AND NYONG & KELLE DIVISIONS OF THE CENTER REGION

"DISCLOSE ONLY DURING THE EVALUATION SESSION OF TENDER APPLICATIONS”

                   NB: Beyond the submission’s deadline tenders will no longer be received.

10.Delai de Livraison New(Additif)

The execution deadline sets by the Foreman is five (05) calendar months per lot. This period includes the Rainy seasons, weather and some other factors with effect from the day of works’ notification; signing’s date of the contract.

11.Cautionnement Provisoire New(Additif)

N/A

12.Recevabilité des Offres New(Additif)

 Each bidder shall include in their administrative documents a deposit (in compliance with the model attached) issued by a first class banking institution approved by the Ministry in charge of Finance and whose bank institution features on the lists, in Document 12 of the tender file and valid for thirty (30) days with effect from the tender-validity deadline.

The amount of the deposit is one million four hundred thousand (1 400 000) F CFA for lot 1 and one million one hundred thousand (1 100 000) F CFA for lot 2.

Less they are rejected, only the originals of the other administrative documents or copies thereof certified by either the issuing service or an administrative authority shall be accepted, in keeping with the requirements of the special tender regulation.

They must not be older than three (03) months and valid on the day of the tender disclosure.

All tenders not in conformity with the tender file shall be declared inadmissible, especially the absence of a bid bond (caution) delivered by a first class bank approved by the Ministry in charge of Finance and valid for 30 days with effect from the tender- validity deadline or non-compliance with the format specified in the tender file shall lead to rejection of the tender.

13.Ouverture des Plis New(Additif)

Opening of the tenders will be done once on the 25th April 2017 at 1.00 pm prompt by the Center Regional Tenders Board at the meeting Hall of the Center Regional Delegation of Public Contracts 2nd floor at Omnisport.

APPLICATION DEADLINE    

Tender applicants will have twenty (20) days to apply upon publication of this notification.

14.Critères d'évaluation New(Additif)

Tender evaluation will be done in three (3) stages:

  • First stage: Verification of the administrative file regularity.
  • Second stage: Technical appraisal of the administrative tender attested as regular.
  • Third stage: Verification of the financial offer of those companies whose the tender files have been previously admitted as far as the technical and administrative stages are concerned.

          The tender evaluation criteria are the followings:     

13.1 Eliminatory criteria:

a) Incomplete or non-compliant administrative file on reserve of the dispositions of point I.1 of the Circular No 002/CAB/PM of 31 January 2011 relative to the Amelioration of performance in the Public Contract system.

b) False declaration or forged document. (The Regional Tenders Board and the Contracting Authority have the right to verify the authenticity of any documents in doubt.)

c) Absence in the technical file of a detailed proposed methodology on the execution of the project, organisation and planning;

d) Non satisfaction of at least 90% of the essential criteria;

e) Incomplete financial offer;

f) Omission of a quantified unit price from the price schedule;

g) Absence of a sub-detail price;

h) Absence of financial situation or non access to a line of credit or other financial resources.

13.2 Essential criteria

Assessment of the technical proposal will be carried out on the basis of thirty-nine (39) main criteria defined in the appraisal grid related to the tender file.

    • Qualification and experience of personnel in the project                 12 Criteria;
    • Availability of materials and the essential ones for the site              08 Criteria;
    • Methodology of execution-execution date line                                 04 Criteria;
    • Company’s references                                                                        15 Criteria.
15.Attribution New(Additif)

The contract shall be awarded to the bidder whose bid, technically qualified & evaluated the lowest bidder after verifying the prices deemed to be and substantially in accordance with the tender file.

The Contracting Authority reserves the right not to award the contract to any bidder who falls within the category as below:

i.)  Companies awarded works contracts in the framework of the 2016 financial year whose level of execution is disproportionate to 25% of the rate of consumption of the deadlines on the date of opening of the tenders.

ii.) Companies with many works contracts awarded in the Center Region during the 2016 financial year who up to the date of tender opening have not delivered 2/3 of their contract portfolios.

NB:No bidder shall be awarded more than one lot.

16.Durée Validité des Offres New(Additif)

Applicants will be bound by their tenders 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 at the Regional Delegation of Public Contracts for the Centre on the 2nd Floor at Omnisport, Tel: 222 21 81 50 or at the Divisional Delegation of Water and Energy for Mefou & Akono and at the Bondjock Council.

Any attempt to corrupt or malpractices with evidence should be signaled or reported either by sms or in writing to the Minister Delegate at the Presidency in charge of Public Contracts with copy to 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 06-04-2017
Le DÉLÉGUÉ RÉGIONAL
YOGO DANIEL ALAIN