Français English
Vous êtes ici : Documentation » Textes et Lois

Textes et Lois

OPEN NATIONAL INVITATION TO TENDER No119/AONO/MINTP/CMPM/2014 of 26 september in emergency procedure, for the execution of the surface dressing works of certain moderate traffic earth roads in the Western Network (Littoral and West regions) -2014 Annual P

Posté le : oct. 3, 2014, Par : admin - Dans : Tender

Financing: MINTP Budget for the 2014 Financial Year, line 48 36 467 03 45 11 35Z 2250

The Minister for Public Works, Project Owner, hereby issues an Open National Invitation to Tender for the above works.

  1. 1. Object

The tender concerns the execution of the surface dressing works of certain moderate traffic earth roads in the Western Network (Littoral and West regions) for the the 2014 Financial Year.

  1. Allotment

The works shall be tendered for in five (05) lots as follows:

Lot No

Road

Estimated length  (km)

Division

Estimated cost (incl. of taxes)

1-

Babadjou (Gendarmerie)-Djibouti-Bamelo-Djinso (Inter N6) (1ère phase)

8

Bamboutos

825 000 000

2-

Bandjoun (Mairie)-Tsela et bretelles-Bameka (Inter D63) –Carrefour Massa Gaston (1ère phase)

10

Koung-Khi

810 000 000

3-

Bafoussam-Bamendjou-Batié (1ère phase)

10

Hauts-Plateaux

875 000 000

4-

Carrefour Sagna-Bahouock-Balengou (Inter D62) et Kafeng (Inter N4)-Babou

15

Ndé

1 275 000 000

5-

Ndoulou-Mangamba-Bonaléa

1ère phase: (13km)

13

Moungo et Nkam

1 209 000 000

TOTAL

56

4 994 000 000

  1. Scope of works

These works shall involve the following tasks inter alia:

-          Execution of general earthworks on the existing platform to obtain a carriageway width of between 6 and 8 metres;

-          Reshaping of the platform;

-          Rehabilitation and reshaping of excavation banks;

-          Execution of the foundation with laterite aggregate;

-          Supply and laying of pipe and ring culverts;

-          Construction of head pipes;

-          Construction of masonry and concrete ditches;

-          Reconstruction or reinforcement of certain crossing structures;

-          Impregnation;

-          Execution of double surface dressing;

-          Execution of pavement with rubble stone masonry;

-          Environment protection measures;

-          etc.

4. Eligibility

Participation in this tender shall be open on equal conditions to all Cameroon-law public works contractors and joint-ventures.

5. Financing

Works under this tender shall be financed by the budget of the Ministry of Public Works for the 2014 Financial Year, line 48 36 467 03 45 11 35Z 2250. The estimated cost shall stand at four billion nine hundred ninety four million (4 994 000 000) CFA F shared as follows:

LOTS N°

AMOUNT, INCL. OF TAXES

1-

eight hundred twenty five million (825 000 000)

2-

eight hundred ten million (810 000 000)

3-

eight hundred seventy five million  (875 000 000)

4-

one billion two hundred seventy five million (1 275 000 000)

5-

One billion two hundred and nine million (1 209 000 000)

TOTAL

four billion nine hundred ninety four million (4 994 000 000)

6. Timeframe

The maximum execution timeframe shall be ten (10) calendar months, including the rainy periods and other vagaries, with effect from the date of notification of the Notice to Proceed.

7. Contracting authority

After the evaluation of offers, the contract shall be signed between the Minister for

Public Works, Project Owner, and the successful tenderer.

  1. 8. 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 as follows:

LOTS

AMOUNT IN CFA F

1-

Fifteen million (15 000 000)

2-

Fifteen million (15 000 000)

3-

Fifteen million (15 000 000)

4-

Twenty million (20 000 000)

5-

Twenty million (20 000 000)

The provisional guarantees of unsuccessful tenderers shall be released automatically at most fifteen (15) 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.

  1. 9. Consultation of tender documents

The tender documents may be consulted at the MINTP Department of General

Affairs, Sub-Department of Public Procurement by the Yaounde Municipal Lake.

10. Acquisition of tender documents

Tender documents may be obtained at the MINTP Department of General Affairs,

Sub-Department of Public Procurement by the Yaounde Municipal Lake, upon presentation of the receipt of payment into the Public Treasury of a non-refundable fee of five hundred thousand (500 000) CFA F.

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

  1. Presentation of tenders

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

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

All the constituent documents (envelopes A, B and C) shall be enclosed in a

sealed outer envelope bearing only the subject of the tender.

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

in the tender and separated by dividers of the same colour.

12. Tender compliance

Tenders received after the submission deadline, and those not respecting the separation mode of the financial offer from the administrative documents and technical proposal shall be rejected.

Any tender not in keeping with the tender requirements, especially the absence of

the provisional guarantee, issued in keeping with the tender model 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 the originals or true copies of the relevant administrative documents, certified by the issuing service in keeping with the requirements of the Special Tender Regulation. They must date no more than three (3) months old on the initial tender-submission date.

13. Application deadline

Interested tenderers shall have twenty-one (21) days to apply, with effect from

the date of publication of this tender.

  1. Submission of tenders

Drafted in English or French in septuplicate (7) including one (1) original and six

(6) copies, labelled as such, tenders shall be submitted in a sealed envelope against a receipt at the MINTP Department of General Affairs, Sub-Department of Public Procurement (Tel: 22 22 95 11) by the Yaounde Municipal Lake, no later than 30/10/2014 at 10 a.m. They shall bear the following:

OPEN NATIONAL INVITATION TO TENDER No119/AONO/MINTP/CMPM/2014 of 26 september 2014

in emergency procedure, for the execution of the surface dressing works of certain moderate traffic earth roads in the Western Network (Littoral and West regions)

-2014 Annual Programme

Financing: MINTP Budget for the 2014 Financial Year, line 48 36 467 03 45 11 35Z 2250

Lot(s)_________________

To be opened only at the tender-evaluation session”

  1. Opening of tenders

The administrative documents, the technical proposals and the financial offers

shall be opened on 30/10/2014 at 11 a.m , in the meeting room of the MINTP Tenders Board, situated at the Centre Regional Delegation of Public Works.

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

  1. Evaluation criteria

16.1 Eliminatory criteria

a) Incomplete or non-compliant administrative and financial files;

b) False declaration or forged documents;

c) absence of a methodolgy note (organization, planning and understanding of the project);

d) Absence of the attestation of site visit signed by the consultant;

e) Absence of an attestation of enrolment into the National Order of Civil Engineers (NOCE) for any Civil Engineer proposed in the post of Head Foreman;

f) Omission of a quantified unit price in the financial offer (rejection is done for the lot concerned)

g) Omission of a quantified unit price sub-detail in the financial offer(rejection is done for the lot concerned);

h) Failure to execute during the past five years, paved roads rehabilitation works or construction of at least or equal 400 million CFA F;

i) Non-ownership of the following equipment:

-  One 6 000 liter binder sprayer;

-  One backhole loader;

-  At least one D8 bulldozer;

-  One gritter;

-  One vibrating compactor;

-  One wheel compactor;

j) Failure to meet at least 2 out of the 3 essential criteria.

16.2 Essential criteria

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

a)  Supervisory staff out of 1 criterion;

b)  Equipment to be mobilised out of 1 criterion;

c)  References out of 1 criterion.

To be pre-selected, the consultant must meet at least two (2) out of the three (3)

essential criteria.

  1. Tender validity

Tenderers shall be bound by their tenders for a period of ninety (90) days with

effect from the tender-submission deadline.

18. Contract award

The contract shall be awarded to the tenderer with the lowest bid (including the discount if need be) and having the relevant technical and financial capacities.

A tenderer shall be awarded a maximum of one (1) lot.

  1. Further information

Additional technical information may be obtained at the Department of Rural Roads, Tel: 22 22 14 62, or at the Department of General Affairs (Sub-Department of Public Procurement, Tel: 22 22 95 11), Ministry of Public Works.

Yaounde,26 september 2014

The Minister for Public Works

Copied

- MINTP

-SE/MINTP

-SG/MINTP

-IGQT

-DGTI

- DRR/ DRR30

- DAG/SDMP

- CHRONO

- ARCHIVES

Project Owner

AMBA SALLA Patrice

Suivez-nous sur les réseaux sociaux - FaceBook Twitter RSS