Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 14-03-2018 à 17:34
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ DÉPARTEMENTAL DU MINMAP DE BUI
OPEN NATIONAL INVITATION TO TENDER N°07/ONIT/MINMAP/RDNW/DDB/BDTB/2018 2018 02/03/2018 FOR THE CONSTRUCTION OF A MASONRY WORKSHOP AT GTC KIKAIKELAKI-KUMBO IN BUI DIVISION, NORTH WEST REGION(EMERGENCY PROCEDURE)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework ofthe 2018 Public Investment Budget (PIB), the Divisional Delegate for Public Contracts Bui "Contracting Authority" herebyre-launchesbyemergencyprocedureanopenNotional invitation to tender for the Construction of a Masonry Workshop at GTC Kikaikelaki-Kumbo in Bui Division, North West Region.

Project

Locality

Amount for bid bond

Project Amount

Budget Heads

Duration in

months

01

Construction of a Masonry Workshop at GTC Kikaikelaki

Kikaikelaki -Kumbo Central Sub Division

500 000

25 000000

52253310155162

02226444

03

2.Consistance des prestations New(Additif)

Work to be done consists of constructing a Masonry Workshop at GTC Kikaikelakl in Bui Division.
The works Include the following:
Lot 100: Preparatory works and studies
Lot 200: Earth Works
Lot 300: Foundation
Lot 400: Block work In elevation
Lot 500: Carpentry works
Lot 600: Metallic works
Lot 700: Electricity
Lot 800: Painting
Lot 900: Drainage works and pavement
Lot 1000: Hygien and Environmental Protection

3.Cout Prévisionnel New(Additif)

 

Project

Locality

Amount for bid bond

Project Amount

Budget Heads

Duration in

months

01

Construction of a Masonry Workshop at GTC Kikaikelaki

Kikaikelaki -Kumbo Central Sub Division

500 000

25 000000

5225331015516202226444

03

4.Allotissement New(Additif)

Project

Locality

Amount for bid bond

Project Amount

Budget Heads

Duration in

months

01

Construction of a Masonry Workshop at GTC Kikaikelaki

Kikaikelaki-Kumbo Central

Sub Division

500 000

25 000000

5225331015516202226444

03

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned.

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIE) of the Ministry of Secondary Education for the 2018 financial year as signed to the Principal of GTC KIkaikelaki Authorizing officers with Budget Heads 5225331015516202226444)

7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further Information during working hours as from the date of publication of this tender notice, atthe Divisional Delegation of Public Contracts Bui. Tel: 233 221 584/233221 57

8.Acquisition du Dossier New(Additif)

The file may be obtained atthe Divisional Delegationof Public Contracts Bui, at the Service for the award of Public Contracts, Telephone N° 233221 584/233 221 574 assoonas this notice is published against payment of a non-refundable sum of (50000) Fifty thousand FCFA francs, payable at any Public Treasury representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven)copies including 01(one) original and 06 (six) copies marked as such, should reach the Divisional Delegation of Public Contracts Bui, not later than 26th
March 2018 at 10.00 am local time. It should be labelled as follows:

OPEN NATIONAL INVITATION TO TENDER

N°07/ONIT/MINMAP/RDNW/DDB/BDTB/2018 2018 02/03/2018 FOR THE CONSTRUCTION OF A MASONRY WORKSHOP AT GTC KIKAIKELAKI-KUMBO IN BUI DIVISION, NORTH WEST REGION

(TO BE OPENED ONLY DURING THE BID OPENING SESSION))

10.Delai de Livraison New(Additif)

The maximum execution deadline shallbethree(03) calendar months, including therainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

Each bidder should Include in his administrative document, a bid bond of FCFA 500 000 [Five Hundred Thousand CFA francs) issued by a first rate-bank approved by the Ministry in charge of Finance
in conformity with COBAC conditions.
Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced In accordance with the Special Conditions of the Invitation totender. They shall neither be older than three (03) months norbe produced before the signing of the tender notice.
Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted, especially the absence of a bid bond issued by a first rate-bank,approved by the Ministry In
charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained

12.Recevabilité des Offres New(Additif)

Underpenaltyofbeingrejected,only originals or true copies certified by the issuing service must imperatively be produced In accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice

Any bid not in compliance with the prescriptions of theTender File shall bedeclared inadmissible.
This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance

13.Ouverture des Plis New(Additif)

The bids shall beopened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on the 26th March 2018 at 11 am local time, by the Divisional Tenders Board in the Conference Hall of the Divisional Delegation.
Only bidders may attend or be represented by duly mandated persons of their choice.

14.Critères d'évaluation New(Additif)

There are two types of evaluation criteria: eliminatory and essential criteria. (The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down In the Tender File.

 Eliminotory criteria
Ellminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essential criteria. The non-respect of the secriteria leads to the rejection of the bid made by the bidder.
They refer especially to:

  • Absence of an administrative document;
  • Bids submitted after the deadline or time limit.
  • Absence of the bid bond or bid bond not issued directly in bidder's name byafirst rate bank
    approved bythe Ministry in charge ofFinance.
  • Deadline for delivery higher than prescribed;
  • False declaration or forged documents;
  • Bids submitted in unsealed external envelopes,
  • A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.
  • Incomplete financial file.
  • Technical assessment mark lower than 80% of "Yes".
  • Absence of quantified unit price,
  • Financial situation below a third of the estimated cost,
  • Bidders who have abandoned a project within the last two previous years.

 

Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following

  • General presentation ofthe tender files;
  • References of the company in similar achievements;
  • Experience of supervisory staff,
  • Logistics (Equipment);
  • Methodology;
  • Financial capacity;
  • Attestation of site visit signed by Contractor
  • Report of site visit signed by the Contractor
  • The Special Technical Clauses (STC). (Each page should be initialed and the last page signedand
    tamped)
  • Special Administrative Clausescompleted(each page should be Initialed andthelast page signed
    and stamped);
  • Pre—Financing capacity not less than 80% of the amount required in the offer
    The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).

 Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following;
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done ina purely binary method with a (yes) or a (no) with an acceptable minimum of 80% of the essential criteria taken into account.
The contract will be awarded tothe bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of theTender Documents and having scored 100% of the
eliminatory criteria and at least 80% of the essential criteria

15.Attribution New(Additif)

The jobbing order shall beawardedtothebidder whose bidis in conformity with the dispositions of the tender file and on the basis  of the lowest bid and technical  quality.(Seearticle 33 of the public
contracts code).

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.

The maximum execution deadline provided for by the Contracting Authority shall beninety(90) days maximum, as from the date of notification of the service order.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Divisional Delegation, Service of award of Public Contracts.

KUMBO Le 02-03-2018
Le DÉLÉGUÉ DÉPARTEMENTAL
ABDOU KANFON Burno