Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 25-01-2025 à 19:28
Support : support@armp.cm Plateforme : pridesoft@armp.cm
PRÉFECTURE DES BAMBOUTOS
N13/ONIT/F.31/SAEF/CDPM/2024 OF THE L . - ~ (IN EMERGENCY PROCEDURE) FOR THE COMPLETION WORKS OF THE CONSTRUCTION OF THE INTERGRATED HEALTH CENTRE OF BAMELO-NTONG (LOT 1) AND THE WORKSHOP OF CLOTHING INDUSTRY AND SOCIAL AND  FAMILY ECONOMY AT THE GOVERNMENT TECHNICAL HIGH SCHOOL OF BAMELO (LOT 2) BABADJOU SUBDIVISION, BAMBOUTOS DIVISION, WEST REGION. 
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the execution of the Public Investment budget/MINEPAT-2024 and 2025 exercises, the  Senor Divisional officer of Bamboutos Contracts hereby launches in emergency procedure, on behalf of the Divisional Delegate of Economy, Planning and Regional Development of Bamboutos, an Open National 

2.Consistance des prestations New(Additif)

The works, which are the subject of this open national invitation to tender are those set out in the various  quotes in part N° 07 of this Tender file. 

3.Cout Prévisionnel New(Additif)

The estimated cost of the works is 32 000 000 (thirty two millions) CF A francs for lot 1 and thirty seven  millions for lot 2. 

4.Allotissement New(Additif)

The works shall constitute in two lots:

Lot 1: Completion works of the construction of the Intergrated Health Centre of Bamelo-Ntong; 

Lot 2 : Completion works of the workshop of Clothing Industry and Social and Family Economy at the Government Technical High School ofBamelo. 

5.Participation et origine New(Additif)

Participation in this invitation to tender is open on equal terms to all Cameroonian law firms with expertise  in the field of civil engineering. 

6.Financement New(Additif)

The works that are the subject of this invitation to tender shall be financed by the Public Investment budget  2024-2025. Imputation: Lot 1: 94 195 05 110000 523316; Lot 2: 94 195 05 110000 523314. 

7.Consultation du Dossier New(Additif)

The tender file may be consulted during working hours at the Bamboutos divisional office of Mbouda at  Service of economic and financial affairs) upon publication of this lnvitation to tender. 

8.Acquisition du Dossier New(Additif)

The file Tender Document can be obtained during working hours from the Bamboutos divisional office of  Mbouda (service of economic and financial affairs) against presentation of a receipt of payment at the Treasury a non-refundable sum of seventy eight thousand (78 000) CF A francs, representing the cost of acquisition of the  Tender file.

 

9.Remises des offres New(Additif)

Each bid drafted in English or in French in Seven (7) copies including one (I) original and six (6) copies shall be submitted at the Prefecture of Mbouda near the festive place, upon publication of this invitation to  tender not later than 2 Q J A.~! 2025 at 11 a.m. local time deposited against a receipt 

10.Cautionnement Provisoire New(Additif)

The amount of the bond is CFA francs 640 000 (six hundred and forty thousand) for lot 1 and 740 000 (seven hundred  and forty thousand) for lot 2. 

11.Recevabilité des Offres New(Additif)

Under pain ofrejection, the administrative documents required, must be produced in originals or true copies certified  by the issuing servicer an administrative authority (Divisional Officer ... ) in accordance with the Special Condition soft he invitation to tender. 

They must not bolder than three preceding the original date of submission of bids (3) months or must not have been established after the signing of the tender notice.  Any incomplete offer in accordance with the prescriptions of this notice and tender file shall be declared

inadmissible. Especially the absence of abandon disused by a first-rate bank approved by the Ministry in charge or  Finance

12.Ouverture des Plis New(Additif)

Bids s~all be opened in one phase. The administrative, technical and financial bids shall be opened on the  9 ./AN 2025 from 12 a.m. local time by the Commission for Public Procurement, in the presence of the bidders or their duly authorized representatives having full knowledge of the file. 

13.Critères d'évaluation New(Additif)

The evaluation criteria consist of two types: the eliminatory criteria and essential criteria. 

14.l E/iminatory Criteria

The Eliminatory criteria set out the minimum requirements for admission to the next essential evaluation  criteria. Failure to comply with these criteria lead to rejection of the tender. These include: 

a) Absence of Bid Bond at the opening of bids;

b) Absence of an administrative document in the tender and not regularized within prescribed time, 

c) False declaration, falsified, forged documents;

d) Obtain Jess than 70% of yes (I 7 yes to 23); 

e) Omission of a quantified unit price in the financial bid; 

t) Absence in the technical bid of the declaration of the non abandon of works. 

14.2 Essential criteria

The essential criteria are those so-called primary key or to judge the technical and .financial capacity of the  candidates to perform the Works, subject of the Listing Application

14.Attribution New(Additif)

The contracting authority will award the contracts to the bidder whose bid is evaluated to be the least cost,  fulfilling the technical and financial capacities required. Bidders who present anorrnally low bids would be disqualified following regulation in place which prescribes obtention the expertise of Public Contract Regulatory Agency (PCRA) after seeking explanation from the bidder concerned.

MBOUDA Le 27-12-2024
Le PRÉFET
ABA'A David