Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 24-09-2024 à 15:38
Support : support@armp.cm Plateforme : pridesoft@armp.cm
PRÉFECTURE DU HAUT NKAM
As part of the funding for the 2024 budget year. the divisional delegation of Economy,  Planning and Regional Development funding from its senior ... 
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

As part of the funding for the 2024 budget year. the divisional delegation of Economy,  Planning and Regional Development funding from its senior hierarchy (MINEPAT) a drinking water supply works of the Upper Nkam Divisional Delegation of MINEPAT. Western Region. The Senior Divisional Officer of the Upper-Nkam division (Contracting Authority) launches an  Open National Invitation for' Tenders. for the drinking water supply works of the Upper Nkam Divisional Delegation of MINEPAT. Western Region (under emergency procedure). 

2.Consistance des prestations New(Additif)

The works subject of this invitation to tender, in complia.nc€ with the essential -technical  specifications included in the Tender Specific Technical Clauses, is specified through the following items for the drinking water supply works of the Upper Nkam Divisional Delegation of 

 

3.Cout Prévisionnel New(Additif)

The works under this invitation to tender, shall be financed by the M·INEE the fiscal budget  year 2023, for a total sum of Fifteen Million (15 000 000) FCFA, all taxes included. 

4.Participation et origine New(Additif)

Participation to this invitation to tender shall be opened on equal conditions, to companies  or consortiums located in Cameroon, specialised and experienced in the field of hydr-aulics, rural engineering and/or civil engineering works. 

5.Financement New(Additif)

The works under this invitation to tender, shall be financed by the MINEE the fiscal budget  year 2023, for a total sum of Fifteen Million (15 000 000) FCFA, all taxes included. 

6.Consultation du Dossier New(Additif)

Tender documents may be consulted, during working hours, at the Divisional office of  Bafang or in the office of the Divisional Tender Board of Upper-Nkam Division. 

7.Acquisition du Dossier New(Additif)

Tender documents may be obtained, during working hours, at the above mentioned addresses  upon presentation of the original receipt of payment to the divisional services of the Senior Divisional Officer of Upper-Nkam, of non-refundable sum of Twenty-Five thousand (25 000) FCFA. 

Such receipt must identify the payer as representing the bidder willing to participate in the tender. Upon acquisition of the tender documents, the representative of the bidder shall be  registered by the above mentioned service after he must have given all indications to enable a rapid contact with the bidder (full address. telephone number. mail address. etc.). 

8.Remises des offres New(Additif)

The opening of the bids shall be made at once, by the Divisional Tender Board {DTB) of  Upper-Nkarn division, on the 2024 at hours, in the presence of the bidders who shall wish to do so or with only one representative each, of their choice, duly assigned for and that have perfect knowledge of their offer. The bidders' representatives who shall participate to the opening session will sign a register or presence paper sheet testifying their presence. 

The opening of the bids will be done at once but in three phases as follows: - 1st phase: opening of the envelope A containing the administrative documents {volume 1)

- 2ndphase: opening of the envelope B containing the technical offer (volume 2);

- 3rdphase: opening of the envelope C containing the financial offer(volume 3). 

9.Delai de Livraison New(Additif)

The maximum provisional delivery deadline, provid€d for by the Contracting Authority  shall be three (03) months, including the possible constraints related to the sites particularities and situations such as accessibility and climate conditions, from the date of notification of service  order to start work. It is due to the bidder to propose in his offer a carrying out calendar that go€s along with  the deadline indicated above. 

10.Cautionnement Provisoire New(Additif)

Each bidder shall attach to his administrative documents a provisional guarantee or bid bond.  issued, in keeping with the tender model, by a first class banking institution approved by the minister in charge of finance as indicated in the list of banks attached to these tender documents.  It shall stand at Three Hundred thousand (300 000) FCFA. 

Bidders will remain committed to their offers for one hundred and twenty (120) days from the date set for the submission deadline of offers. 

11.Recevabilité des Offres New(Additif)

Such receipt must identify the payer as representing the bidd€r willing to participate in the tender. Upon acquisition of the tender documents, the representative of the bidder shall be  registered by the above mentioned service after he must have given all indications to enable a rapid contact with the bidder (full address. telephone number. mail address. etc.). 

12.Critères d'évaluation New(Additif)

Main eliminatory criteria 

Only the financial offers of the bidders whose technical offer must have received at least a minimum of seventy percent (70%) of "yes" (reference to the qualification criteria),will be  analysed. 

14.1. Administrative offer

- Absence of the bid bond or bank guarantee;

- Falsified document; 

- Noncompliance or absence of a document after the 48 hours regular extended time, except the bid bond that should not be given extension time. 

14.2. Technical offer

- False declaration; 

- Less than seventy per cent (70%) of the qualification criteria obtained at the evaluation of the technical offer; 

14.3 Financial offer

- Omission of the unit price of a quantify task in the unit price memo or quantified in  the estimate;

- Absence or noncompliance to the tender model, of one of the components of the  financial offer:

- Absence of more than 20 °/o of prices sub-details. 

NB: The certified copies of the previously legalized documents will be systematically rejected.

8- Main qualification criteria 

a) Report of the visit of the works sites with pictures;

b) Bidders references in the field of hydraulic and civil engineering works; 

c) Availability of material and essential equipment;

d) Supervisory technical staff

e) Technical proposals; 

f) Methodology of works execution;

g) Planning of the execution of works ;

h) Financial ability of the bidder;

i) Presentation of the offer. 

13.Attribution New(Additif)

The Contracting Authority will award the contracts to the tenderer whose offer has been evaluated as the westand which, in accordance with the Tender Documents, meets the required 'technical and financial  ipacities. Bidders presenting outliers (abnormally low) will be disqualified according to the prescribed gulatory procedure, namely obtaining the opinion of Public Contract: Regulatory Agency (PCRA) after  iving first questioned the bidder concerned.

 

14.Durée Validité des Offres New(Additif)

Bidders remain bound by their offers for a period of 9,) (Ninety) days from the deadline set for the submission of offers. 

BAFANG Le 19-09-2024
Le PRÉFET
NGWAKONGOH Lawrence