Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 14-09-2017 à 15:40
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU SUD OUEST
RESTRICTED NATIONAL INVITATION TO TENDER (BY THE EMERGENCY PROCEDURE) NO: 005/RNIT/MINMAP/SWRD-MUNDEMBA COUNCIL/SWRTB/2017 OF 08/09/2017 FOR THE SUPERVISION/CONTROL OF WORKS FOR THE CONSTRUCTION OF MUNDEMBA COUNCIL CHAMBERS IN NDIAN DIVISION - SOUTH WEST REGION FINANCING: BIP 2017.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Regional Delegate of Public Contracts for the South West Region, Contracting Authority, hereby launches a RESTRICTED NATIONAL INVITATION TO TENDER(BY THE EMERGENCY PROCEDURE)on behalf of the Mayor of MUNDEMBA Council FOR THE SUPERVISION/CONTROL OF WORKS FOR THE CONSTRUCTION OF MUNDEMBA COUNCIL CHAMBERS IN NDIAN DIVISION - SOUTH WEST REGION

2.Consistance des prestations New(Additif)

The works shah comprise technical control and monitoring with the following missions:

  • Management of execution works;
  • Scheduling and piloting of works;
  • Assistance to reception operations.
  • Production of reports.
3.Cout Prévisionnel New(Additif)

The cost of the project alter preliminary studies is fixed at 20,433,859 FCFA.

4.Participation et origine New(Additif)

Participation in this invitation to tender is open to all registered Cameroonian enterprises, with the necessary technical, financial and legal capacities

5.Financement New(Additif)

Works of this invitation to tender shah be financed by FEICOM/MUNDEMBA Council budget 2017.

6.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the date of publishing of this tender notice, at the procurement and services contract service /RD MINMAP for the Sbuth West Region - Buea, Tel: 233 32 32 39 / 233 32 32 45.

7.Acquisition du Dossier New(Additif)

The file may be obtained during working hours at the Regional Delegation of Public Contracts for the South West Region Room 1 upon presentation of a treasury receipt attesting the payment of a non-refundable sum of thirty thousand (30.000) FCFA as soon as this notice published.

8.Remises des offres New(Additif)

Each bid drafted in English or French in seven (07) copies incluçling one (01) original and six (06) copies marked as such, should reach the Room 3 of the Regional Delegate of Public Contracts for the South West ­Buea, against a receipt not later than 28/09/2017 at 9 AM, local time in three (03) distinct envelops which shall be labelled as follows:

-         Envelop A: Administrative documents;

-        Envelop B: Technical offer;

-        Enveiop C: Financial offer.

fhese three (03) envelops will be put in a fourth one  which shall he labelled imperatively as foliows:

RESTRICTED NATIONAL INVITATION TO TENDER

(BY EMERGENCY PROCEDURE)

N°: 005/RNIT/MINMAP/SWRD-MUNDENMA COUNCIUSWRTI312017 OF 08/092017

                      FOR THE SUPERVISION/CONTROL OF WORKS FOR THE CONSTRUCTION OF MUNDEMB./COUNCIL CHAMBERS IN NDIAN DIVISION - SOUTH WEST

9.Delai de Livraison New(Additif)

The maximum period provided for the execution of the works is fixed at Nine (09) months.

10.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents a bid bond issued by a first rate bank approved by the Ministry in charge of finance and recognized by COBAC (Commission Bancaire pour l'Afrique Centrale) featuring on the Iist in Document 12 of the tender file of an amount of: four hundred thousand (400.000) FCFA with a validity period of ninety (90) days from the date the bids are opened.

Under penalty of rejection, the required administrative documents must be imperatively produced as original documents or photocopies certified as authentic by the issuing authority, in accordance with the Special Regulations of the Invitation to Tender, within the last three months, otherwise they shall not be accepted.

Any bid not in compliance with the specifications of this tender notice and file shall be declared inadmissible. Notably, the absence of the bid bond issued by a first rate bank approved by the Ministry in charge of finance or its non-compliance with the model documents of the tender file shall lead to outright rejection of the bid without any possibility of appeal.

11.Recevabilité des Offres New(Additif)

Each bid drafted in English or French in seven (07) copies incluçling one (01) original and six (06) copies marked as such, should reach the Room 3 of the Regional Delegate of Public Contracts for the South West ­Buea, against a receipt not later than 28/09/2017 at 9 AM, local time in three (03) distinct envelops which shall be labelled as follows:

-         Envelop A: Administrative documents;

-        Envelop B: Technical offer;

-        Enveiop C: Financial offer.

fhese three (03) envelops will be put in a fourth one  which shall he labelled imperatively as foliows:

RESTRICTED NATIONAL INVITATION TO TENDER

(BY EMERGENCY PROCEDURE)

N°: 005/RNIT/MINMAP/SWRD-MUNDENMA COUNCIUSWRTI312017 OF 08/092017

                      FOR THE SUPERVISION/CONTROL OF WORKS FOR THE CONSTRUCTION OF MUNDEMB./COUNCIL CHAMBERS IN NDIAN DIVISION - SOUTH WEST

12.Ouverture des Plis New(Additif)

The bids shall be opened in a single (01) phase on the 28/09/2017 at 10AM local time by the South West Regional Tender Board in the Conference hall of the Regional Delegation of Public Contracts, in the presence of the bidders or duly authorized representatives having full knowledge of the file (power of attorney).

13.Critères d'évaluation New(Additif)

Any bid not meeting with the requirements of the Tender File will be declared inadmissible. The eliminatory criteria are identified as follows:

  • Forged documents in the Tender Files;

e- History of bad execution of similar works or on-going legal suit with Government;

  • Absence of an administrative document;

4*. Incomplete technical file due to the absence of one of the following documents :

  • a methodological note indicating the organization, planning and understanding of the project;

>      Non presentation of a mission head having at least five years' experience in civil works;

  • an attestation of registration in the National Order of Civil Engineers (NOCE) for civil engineers proposed as main staff;
  • Failure to produce any of the documents needed for the main staff.
  • Technical score less than 70 out of 100 points;

Absence of unit price of a quantified item in the financial offer;

 

REPUBLIQUE DU CAMEROUN                                                                            REPUBL1C OF CAMEROON

12.- . ESSENTIAL CRITERIA: -

S• a         > Technical proposais

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

n  Qualification of experts and their experience in the project field (40 points);

a)                Head of Mission,Civil engineer (bacc +3 or more), with at least (05) years of experience and at least two (02) projects in the control of construction projects ........................................... ..... ....... 25Pts

b)                The follow up tecnician, at least a civil engineering technician with at least two (02) years of
experience

n  Technical resources and equipment to be deployed (30 points);

a)         Computers equipments .........................................................                                                      pts

b)         Pick up liaison vehicle ................................................ .......                                        ........ 10,ols

ç)                                                                                              Ses

d)                                 Geotechnical material............................................................................... 5 pts

  • References of the consulting firm (20 points).

111 attestation of site visit signed by the Mayor of MUNDEMBA Council  and the related

Report................................................................................................................... 10 pts
The minimal score required is 70/100.

Financial offer

Only the financial offers of tenderers pre-selected after the evaluation for compliance of the administrative

documents (stage 1) and the assessment of the technical proposais (stage 2) shall be evaluated as per the following

criteria:

NM = MMd x 100/MS

NM = Tenderer's financial mark;

MMd= Lowest bidder's amount;

MS = Tenderer's amount.

N = [(75 x Technical mark) + (25 x Financial mark)] / 100

N stands for the technico-financial marks

14.Attribution New(Additif)

Bidders shalf be bound by their bids for a period of ninety (90) days with effect from the date of opening of bids.

15.Durée Validité des Offres New(Additif)

Bidders shalf be bound by their bids for a period of ninety (90) days with effect from the date of opening of bids.

16.Renseignements Complémentaires New(Additif)

Further complementary information may be obtained during working hours from the Procurement and services contracts services of the Regional Delegate of Public Contracts, South West Region,Tel: 233 32 32 39 / 233 32 32 45

BUEA Le 08-09-2017
Le DÉLÉGUÉ RÉGIONAL
KATI ALFRED NJILGTI