Français English
Vous êtes ici : Appels d'Offres » Appels d'Offre Restreint

Appels d'Offre Restreint

LIMITED NATIONAL INVITATION TO TENDER No46/AONR/MINTP/CPM /2014 of 8 may 2014 for the technical control and supervision of the execution of the rehabilitation works of certain rural roads in the East and Littoral regions

Posté le : mai 15, 2014, Par : admin - Dans : en-Appels d'Offres

Financing: MINTP PIB via the Road Fund Investment Window, 2013 - 2014 Financial Years

The Minister for Public Works hereby issues a Limited National Invitation to Tender for the above works.

1. Object

The tender concerns the control and supervision of the execution of the rehabilitation works of certain rural roads in the East and Littoral regions.

The works, which include the technical, geotechnical and environmental control of works shall be tendered for a single lot and shared between the East and Littoral regions as follows:

Regions

Road

Estimated length (km)

Estimated budget, incl. of taxes

Timeframe (months)

Type of maintenance

East(ES)

AKO’O – Inter NGAM-LANDA

23

 

 

74 500 000

 

 

8

Rehabilitation

LANDA slip road

4

TOTAL

27

Littoral (LT)

MBOKAMBO - ELUMBA

15.00

Rehabilitation

 

TOTAL

42

74 500 000

 

 

  1. 2. Scope of works

The works, whose details are indicated in the Terms of Reference shall comprise the following missions:

  • Management of execution works (DET);
  • Scheduling and piloting of sites (OPC);
  • Assistance to acceptance operations (AOR).
  1. 3. Eligibility

Participation in this tender shall be opened on equal conditions to the following consulting firms, pre-selected after Request for Expression of Interest No 065/AMI/MINTP/SG/DRR of 16 October 2013 for the above works:

Consulting Firm

Adress (P.O. Box)

Telephone

1

BAMBUIY ENGINEERING SERVICES & TECHNIQUES

BP : 120 Bamenda

Tél : 33 36 23 21

2

CGV ENGINEERING

BP : 11 634 Ydé

Tél : 22 31 83 48

3

BERED SARL

BP : 5859 Yaoundé

Tél : 22 14 11 70

4

PRISMA SARL

BP : 7 658 Yaoundé

Tél : 22 23 25 99

5

GROUPEMENT INTEGRATED ENGINEERING ASSOCIATES & KOUMA SARL

BP:814 Bamenda

Tél: 33 44 64 55

6

INTEGRA BET SARL

BP : 5324 Yaoundé

Tél : 99 92 91 50

7

SETEC INGINIERIE

BP : 10 083 Ydé

Tél : 22 23 05 82

8

HUMAN TECHNOLOGY RESOURCES (HTR)

BP : 4 013 Yaoundé

Tél : 22 20 28 86

9

PYRAMIDES INTER

BP : 13 584 Yaoundé

Tél : 22 23 63 72

10

CADEK SARL

BP : 3 914 Douala

Tél : 33 43 89 71

11

DIDON CONSEILS SARL

BP : 30 011 Yaoundé

Tél : 22 20 69 09

12

DM CONSULTING SARL

BP : 5 814 Yaoundé

Tél : 99 91 62 86

13

BEC LA ROUTIERE SARL

BP : 13 704 Ydé

Tél : 22 22 35 64

14

Ets KAMAG

BP : 30 416 Ydé

Tél : 22 00 41 53

15

ATLANTIS GROUP

BP : 14 373 Ydé

Tél : 96 75 42 26

16

ARSUK SARL

BP : 11 149 Yaoundé

Tél : 22 71 45 05

17

KAROCH

BP : 2964 Yaoundé

Tél : 22 18 24 98

18

GROUPEMENT INTEGC / GE- ITIS

BP : 11 088 Yaoundé

Tél : 22 73 86 37

19

BERTURE SARL

BP : 15 164 Yaoundé

Tél : 77 73 32 33

20

CABINET MEDOU

BP : 12 902 Douala

Tél : 99 91 12 80

21

LE COMPETING

BP : 6 718 Douala

Tél : 99 50 11 77

22

WILLIAMS FRU

BP : 2 709 Douala

Tél : 33 39 58 84

23

SADEG

BP : 7 217 Yaoundé

Tél : 22 23 61 76

Joint-venture between pre-selected consultants shall not be authorized.

  1. 4. Financing

Works under this tender shall be financed by the Public Investment Budget of the Ministry of

Public Works (Road Fund Investment Window) for the 2013 - 2014 Financial Years.

  1. 5. Consultation of tender documents

Tender documents may be consulted at the MINTP Sub-Department of Public Contracts by the

Yaounde Municipal Lake.

  1. 6. Acquisition of tender documents

Tender documents may be obtained at the MINTP Sub-Department of Public Contracts by the Yaounde Municipal Lake, upon presentation of a receipt of payment into the Public Treasury of a non-refundable fee of fifty thousand (50 000) CFA F.

The said receipt must identify the payer as representing a contractor willing to participate in the tender.

  1. 7. Provisional guarantee (bid bond)

Tenders shall include a provisional guarantee (bid bond), issued in keeping with the tender model by a first class banking institution approved by the Minister in charge of finance. The amount shall stand at one million five hundred thousand (1.500.000) CFAF.

The absence of the provisional guarantee shall lead to rejection of the tender at the opening session.

The provisional guarantees of unsuccessful tenderers shall be released automatically at most thirty (30) days with effect from the expiration of the tender validity. That of the successful tenderer shall be released after the constitution of the definitive guarantee.

Ordinary cheques, certified or not shall not be accepted as provisional guarantee.

  1. 8. Application deadline

Intereted tenderers shall have thirty (30) days to apply, with effect from the date of publication of this tender.

  1. 9. Presentation of tenders

The tender constituent documents shall be presented in the following three volumes enclosed in a double envelope:

  • Envelope A containing the Administrative documents (Volume 1) and the Technical proposal (Volume 2);
  • Envelope B containing the Financial offer (Volume 3).

All the constituent documents (envelopes A and B) shall be enclosed in a large sealed outer

envelope bearing only the subject of the tender.

The different documents of each offer shall be numbered in the order indicated in the tender and

separated by identical coloured dividers.

10. 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 at the MINTP Sub-Department of Public Contracts by the Yaounde Municipal Lake, no later than 25 june 2014 at 10 a.m. They shall bear the following:

“LIMITED NATIONAL INVITATION TO TENDER No46/AONR/MINTP/CPM-TN/2014 of 8 may 2014

for the technical control and supervision of the execution of the rehabilitation works

of certain rural roads in the East and Littoral regions

Financing: MINTP PIB via the Road Fund Investment Window, 2013 - 2014 Financial Years

To be opened only at the tender-evaluation session”.

  1. 11. Tender compliance

Tenders not respecting the separation mode of the financial offer from the administrative

documents and technical proposals shall be rejected.

Any tender not in keeping with the requirements of the tender file, especially the absence of the provisional guarantee, issued by a first class banking institution approved by the ministry in charge of finance and valid for a period of thirty (30) days with effect from the tender-validity deadline shall be rejected.

Lest they be rejected, shall be submitted only originals or true copies of the relevant administrative documents, certified by the issuing service in keeping with the requirements of the Tender Special Regulation.

They must date less than three (3) months old with effect from the tender-submission deadline.

  1. 12. Opening of tenders

Tenders shall be opened in two (2) stages.

The administrative documents and the technical proposals shall be opened by the MINTP Tenders Board on 25 june 2014 at 11 a.m, in the meeting room of the Centre Regional Delegation of Public Works.

Only tenderers may attend the opening session or each have themselves represented by one person of their choice  with sound knowledge of their file.

Following the examination of the administrative documents and the evaluation of the technical proposals, the financial offers shall be evaluated under the same conditions on a later date to be communicated to tenderers with compliant administrative documents and having scored a technical mark of at least 70 out of 100 points.

  1. 13. Tender evaluation criteria

13.1 Eliminatory criteria

a) Incomplete or non-compliant administrative, technical and financial files,

b) False declaration, forged or scanned documents in the place of certified or  originals copies,

c) Absence of a works execution methodology note,

d) Absence of an attestation of enrolment into the National Order of Civil Engineers (NOCE),

e) Omission of a quantified unit price in the financial offer,

f)  Absence of a quantified unit price sub-detail

g)  Technical mark of less than 70 out of 100 points.

13.2 Essential criteria

13.2.1 Technical proposals

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

a)    Qualification of experts and their experience in the project field out of 50 points;

b)    Technical resources and equipment for each lot tendered for out of 25 points;

c)    Reference of the consulting firm out of 25 points.

13.2.2 Financial offers

Only the financial offers of tenderers whose files shall have been selected after the

examination of the administrative documents (stage 1) and the evaluation of the technical proposals (stage 2) shall be evaluated as per the following criteria:

NM = MMd x 100

MS

NM = Tenderer’s financial mark for the lot concerned

MMd = Lowest bidder’s price for the lot concerned

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

N = [(70 x technical mark) + (30 x financial mark)] / 100

  1. 14. Contract validity

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

  1. 15. Contract award

For each lot, the Project Owner shall award the contract to the tenderer with the lowest bid,

that is, the tenderer with the overall highest mark and deemed to be substantially in keeping with the tender file.

  1. 16. Execution timeframe

The execution timeframe shall be eight (8) months, including the mobilization period.

17. Further information

Additional technical information may be obtained at the General Directorate for Infrastructure Works (Department of Rural Roads), or at the Division of Contracts, Ministry of Public Works.

Yaounde, 8 may 2014

The Minister for Public Works

Project Owner

AMBA SALLA Patrice

Plus de contenus dans en-Appels d'Offres

Suivez-nous sur les réseaux sociaux - FaceBook Twitter RSS