Français English
Vous êtes ici : Documentation

Documentation

OPEN NATIONAL INVITATION TO TENDER No._144/AONO/MINTP/CIPM-TCRI/2019 OF 07/11/2019

Posté le : nov. 13, 2019, Par : FlorentinJIEUCHIEU - Dans : en-Appels d'Offres

OPEN NATIONAL INVITATION TO TENDER

No._144/AONO/MINTP/CIPM-TCRI/2019 OF 07/11/2019

For the control and supervision of rehabilitation works on the access roads of the University of Dschang (2,04 km) and sport infrastructures (0,695 km).

Financing: MINTP budget, 2019 Financial Year et seq.

Line : 36 467 03 44 11 110 2250

The Minister of Public Works, Project Owner, hereby issues on behalf of the Republic of Cameroon, an Open National Invitation to Tender for the execution of the above works.

 

  1. 1. Purpose of the Invitation to Tender :

This Invitation to Tender concerns the control and supervision of rehabilitation works on the access roads of the University of Dschang (2,04 km) and sport infrastructures (0,695 km).

  1. 2. Allotment :

The services shall be tendered for in a single (01) lot as indicated below :

Region

Division

Phases

Stretch to be controlled

Length (km)

Time frame

(months)

Estimated Budget (inclusive of taxes)

Type of intervention

West

Menoua

 

Mandatory phase

Access roads to sport infrastructures of the University of Dschang

0,695

05

6,000,000

Technical control and supervision of works

 

 

Conditional phase

Stretches: Inter R0666 - IRAD (1,000 m); Inter R0666 towards the Chancellor’s Office – CENAJES (540 m); Inter R0666 - Dschang Senior Divisional Office (400 m); Access road to the University of Dschang (100 m)

2,04

07

10,000,000

TOTAL

2,735

12

16,000,000

 

  1. Scope of the services :

As part of this Order Letter, the contractor shall:

  • Monitor the execution of works;
  • Ensure the technical and geotechnical control of works implementation;
  • Propose service orders, necessary for the proper execution of works, for signing by the Order Letter Service Head;
  • Provide quality assurance and ensure the implementation of environment protection measures;
  • Ensure that post-completion drawings are established.

The co-contractor's services are clearly defined in the Terms of Reference.

  1. 4. Eligibility :

Participation in this Invitation to Tender shall be opened on equal conditions to all technical consulting firms governed by Cameroon law, pursuant to Article 78, Paragraph 3 of Decree No. 2018/366 of 20 June 2018 on the Public Contracts Code.

  1. 5. Financing :

The services under this Invitation to Tender shall be financed by MINTP Public Investment Budget, 2019 Financial Year et seq., Line: 36 467 03 44 11 110 2250.

 

  1. 6. Execution time frame :

The time frame shall be twelve (12) months, including five (05) for the mandatory phase and seven (07) for the conditional phase. The time frame for the mandatory phase takes effect from the date of notification of the Service Order to proceed with the corresponding services.

 

However, the proper execution of work under the mandatory phase is a prerequisite for the Project Owner to sign the service order to proceed with the work of the conditional phase, satisfactory by  the Project Owner of Work.

 

  1. 7. Acquisition of Tender Documents :

Tender documents may be obtained at the Department of Contracts of the Ministry of Public Works, Tenders Unit, situated on the ground floor of KEANO Building, located behind the building hosting the Special Taxation Registration Unit (paved entrance) in the Mvog Ada neighbourhood, upon presentation of the receipt of payment into the Public Treasury of a non-refundable fee of fifteen thousand (15,000) CFA Francs.

Such receipt must identify the purchaser as representative of the Consulting Firm willing to participate in the Invitation to Tender.

 

  1. 8. Provisional guarantee (bid bond) :

Tenders shall include a provisional guarantee (bid bond) issued in keeping with the model indicated in Tender Documents and delivered by a bank or an insurance company authorised to issue bonds within the framework of Public Contracts. The amount in CFA F of the said bond is: 240,000 CFAF including taxes

 

The tender shall be rejected in the absence of a provisional guarantee at the opening session.

 

The provisional guarantee of unsuccessful tenders shall be released automatically at most 30 days after the expiration of the tender validity. That of the successful tenderer shall be released after the definitive guarantee shall have been constituted.

 

Bank or certified cheques are not accepted in place of the provisional guarantee.

  1. 9. Consultation of tender documents :

Tender Documents shall be consulted at the Department of Contracts of the Ministry of Public Works in Yaounde, Tenders Unit, situated on the ground floor of KEANO Building, located behind the building hosting the Special Taxation Registration Unit (see paved entrance) in the Mvog-Ada neighbourhood, in Yaoundé.

10.Presentation of tenders :

The tender constituent documents shall be presented in the following three volumes, enclosed in three envelopes:

  • Ø Envelope A containing administrative documents (Volume 1) and the technical offer (Volume 2), including one (1) original and six (6) copies for each file;
  • Ø Envelope B containing the financial offer (Volume 3), including one (1) original and five (5) copies;

 

  • Ø Envelope C containing a copy of the financial offer (sealed sample bid) which shall be transmitted for conservation to the body in charge of public contracts regulation, in accordance with Article 92 Paragraph 8 of Decree 2018/366 of 20 June 2018 on the Public Contracts Code in Cameroon.

 

N.B.: Envelope C, containing a copy of the financial offer drafted in English or in French, shall bear the following:

OPEN NATIONAL INVITATION TO TENDER

No._144/AONO/MINTP/CIPM-TERI/2019 OF 07/11/2019

For the control and supervision of rehabilitation works on the access roads of the University of Dschang (2.04 km) and sport infrastructures (0.695 km).

Financing: MINTP budget, 2019 Financial Year et seq.

Line: 36 467 03 44 11 110 2250

COPY OF SAMPLE FINANCIAL BID NOT TO BE OPENED AND TO BE FORWARDED TO PCRA FOR CONSERVATION”.

11.Submission of tenders :

Drafted in English or French and in septuplicate (7) including one (1) original and six (6) copies, labelled as such, tenders shall be submitted, against a receipt, in a sealed envelope at MINTP’s Department of contracts, Tenders Unit, situated on the ground floor of KEANO Building, located behind the building hosting the Special Taxation Registration Unit (see paved entrance), in the Mvog Ada neighbourhood, no later than 10/12/2019_2019 at 11 a.m. It shall bear the following:

OPEN NATIONAL INVITATION TO TENDER

No._144/AONO/MINTP/CIPM-TERI/2019 OF07/11/2019

For the control and supervision of rehabilitation works on the access roads of the University of Dschang (2.04 km) and sport infrastructures (0.695 km).

Financing: MINTP budget, 2019 Financial Year et seq.

Line: 36 467 03 44 11 110 2250

“TO BE OPENED ONLY AT THE TENDER EVALUATION SESSION"

12.Tender compliance :

Bids not complying with the separation mode of administrative, technical and financial documents, or not containing the sealed sample financial bid shall be rejected.

  • Any bid not complying with the requirements of these Invitation to Tender and Tender Documents shall be rejected. This is particularly relevant in the absence of the bid bond established in keeping with the model indicated in Tender Documents and issued by a bank or an insurance company authorised to issue bonds within the framework of Public Contracts in 2018, valid for thirty (30) days, with effect from the expiration of the tender-validity.
  • Lest they be rejected, shall be submitted only the originals or true copies of the relevant administrative documents, certified by the issuing service, in keeping with the requirements of the Special Tenders Regulation.
  • These administrative documents shall be valid for three (03) months and the validity deadline shall not expire before the Invitation to Tender launching date.

 

 

13.Opening of tenders :

Tenders shall be opened in two stages.

  • Administrative and technical offers shall be opened on _10/12/2019 at noon by the Internal Tenders Board for Infrastructure Construction and Rehabilitation Works (CIPM-TCRI) at the Ministry of Public Works, in the meeting room of the Department of Construction located at the Centre Regional Delegation of Public works, Yaoundé.

 

  • Only tenderers may attend the opening session or have themselves represented by one duly mandated person of their choice with sound knowledge of their file.
  • At the end of the evaluation of administrative documents and technical proposals, financial offers shall be opened under same conditions, at a date to be communicated later to bidders whose administrative documents meet the requirements, and having obtained a technical mark of at least 70 out of 100 points.

14.Tender evaluation criteria :

14-1: Eliminatory criteria :

Administrative offer :

a)    Absence of the original copy of the bid bond;

b)    Absence, after 48 hours from the opening of tenders, of at least one of the documents in the administrative file, except for the bid bond;

c)    Non-compliance, after of 48 hours from the submission of tenders, of at least one of the documents in the administrative file.

Technical proposal :

d)    Absence of a methodological note (organisation, planning and understanding of the project);

e)    Absence of formal declaration attesting that the bidder did not give up an order letter over the past three years and that they are not on the list of failing companies drawn by the Ministry of Public Contracts.

f)     Lack of a financing capacity (available credit line) of at least 4,800,000 (four million eight hundred thousand) CFA francs, issued by a financial institution approved by the Minister of Finance;

g)    False declaration or forged documents instead of certified copies or original documents;

h)    Not having obtained a technical mark of 70/100 at least.

 

Financial offer :

i)     Incomplete financial offer in the absence of one of the following documents: bidding letter, Unit Price Schedule (BPU), quantitative detail and cost estimates (DQE) and sub-detail of prices;

j)     Omission of a quantified unit price in the financial offer (BPU, DQE and sub-detail of prices).

 

14-2 Essential criteria :

Technical Offers :

The technical offers shall be evaluated according to the following essential criteria:

a) Qualification of experts and their experience in the project field out of 40 points;

b) Technical resources and equipment to be put in place out of 40 points;

c) References of the consulting firm out of 18 points;

Attestation of site visit out of 01 point;

Illustrated report of the site visit, out of 01 point.

Financial offers

Only the financial offers of the tenderers whose technical offer shall have been declared compliant at the end of the analysis of administrative documents (1st stage) and the technical evaluation (2nd stage) shall be assessed for each lot applied for according to the following criteria:

NM= MMd x 100/ MS

NM= Mark relating to the amount of the tenderer’s financial offer for the lot concerned;

MMd= Lowest bid assessed amount for the lot concerned;

MS = Tenderer’s assessed amount for the lot concerned.

The technical mark and financial mark shall be weighted to obtain the final mark N (technico-financial note) based on the following formula:

N = [(70 x Technical Mark) + (30 x Financial Mark)] / 100

15. Tender validity :

Tenderers shall be bound by their tenders for a period of 90 days with effect from the tender submission deadline.

16. Award of Order Letter :

The Project Owner shall award the Order Letter to the tenderer with the lowest bid, the one that obtained the highest total mark deemed substantially in conformity with Tender Documents.

 

17. Further information :

Additional technical information can be obtained from the Contracts Department of the Ministry of Public Works or from the Department of Council Roads.

NB: For any attempt at corruption, please call or send an SMS to the following numbers: 673 20 57 25/699 37 07 48

Yaoundé, 07/11/2019

 

 

Emmanuel NGANOU.D

 

Plus de contenus dans en-Appels d'Offres

Suivez-nous sur les réseaux sociaux - FaceBook Twitter RSS