Partial Administration (Monitoring and Control) of the Construction Work of the Departmental... Tender

PRÉFECTURE DE LA LEKIE has floated a tender for Partial Administration (Monitoring and Control) of the Construction Work of the Departmental Delegation of Public Contracts in Lekia (Phase I ). The project location is Cameroon and the tender is closing on 13 Mar 2019. The tender notice number is 002/AONO/MINAT/JO3 /DDMAP-L/CDPM /2019, while the TOT Ref Number is 30763575. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Cameroon

Summary : Partial Administration (Monitoring and Control) of the Construction Work of the Departmental Delegation of Public Contracts in Lekia (Phase I )

Deadline : 13 Mar 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 30763575

Document Ref. No. : 002/AONO/MINAT/JO3 /DDMAP-L/CDPM /2019

Competition : NCB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : PRÉFECTURE DE LA LEKIE
Attn: Le PréFet Simou Kamsu Patrick Cameroon Tel: +237-673 20 57 25 / 699 37 07 48
Cameroon

Tender Details

Tenders are invited for Partial Administration (Monitoring and Control) of the Construction Work of the Departmental Delegation of Public Contracts in Lekia (Phase I ).

Consistency of the services
The services to be provided by this Project Manager include all the missions and activities of monitoring and controlling the execution of the following works:
Mission 1: Directorate of the Performance of Works Contract (DET);
Mission 2: Examination of Compliance of Execution with Studies (EXE);
Mission 3: Reception Operations Assistance (AOR).
They are defined in detail in the Terms of Reference.

Financing
The services, which are the subject of this invitation to tender, are financed by the MINMAP Budget, fiscal years 2017 and following.

7. Consultation of the file
The bidding documents can be consulted, during business hours, at the Monatélé Prefecture, at Monatélé as soon as this notice is published, or at the Lékié Departmental Public Procurement Office.





8. Acquisition of the file
The bidding documents can be obtained, during business hours, from the Prefecture of Monatélé, located at the building housing the services of the Préfet de la Lékié, upon presentation of a receipt for payment to the Public Treasury of a non-refundable amount under a file purchase fee of Twenty Thousand (20, 000) CFA Francs . This receipt must identify the payer as representative of the BET wishing to participate in the tender. Presentation of the offer
The documents constituting the tender will be divided into three volumes hereafter, placed under envelope of which:
Envelope A containing the Administrative Parts (Volume 1) and the Technical Offer (Volume 2);
Envelope B containing the Financial Offer (Volume 3).
All the constituent parts of the tenders (Envelopes A and B) will be placed in a large sealed outer envelope bearing only the mention of the Invitation to tender in question.
The different pieces of each bid will be numbered in the order of the CAD and separated by dividers of the same color.

9. Submission of bids
Each offer, written in French or in English and in seven (07) copies of which one (01) original and six (06) copies marked as such, must be deposited against receipt, under closed envelopes at the Prefecture of Monatélé, at the latest March 13, 2019 at 2 pm and must be marked:
"Notice of Call for Open National Offers
N ° 002 / Aono / Minat / jo3 / Ddmap-L / Cdpm / 2019 of 14 February 2019, for the Partial Administration (Monitoring and Control) of the Construction Work of the Departmental Delegation of Public Contracts in Lekia (Phase I ). "


10. Provisional bond
Tenders must be accompanied by a provisional bond established according to the model indicated in the tender documents, by a first-class bank or insurance company approved by the Minister of Finance and whose amount is one hundred and twenty one thousand (120, 000) FCFA.
The provisional bond must be valid for one hundred and twenty (120) days, as of the deadline for submission of bids.
The absence of the provisional bond in a bid file entails the elimination of the bid.
The provisional guarantee will be released ex officio after the thirtieth (30th) day after the expiry of the validity of the offers for the tenderers who have not been retained. In the event that the tenderer is awarded the contract, the provisional guarantee will be released after constitution of the final guarantee.
Even certified bank checks are not accepted instead of the provisional bond.
Tenderers' response time
Bidders wishing to participate in this Call for Tenders are granted a response period of twenty (20) working days from the date of publication of their Notice.

11. Opening of the folds
The opening of the offers will be done in two stages:
The opening of the administrative and technical offers contained in envelope A will take place on March 13, 2019, from 3 pm sharp, local time, in the meeting room of the building housing the Departmental Delegation for Housing and Urban Development. the Lékié to Monatélé by the said commission sitting in the presence of the tenderers or their duly authorized representatives and having a perfect knowledge of the tender for which they are responsible.
After the analysis of the administrative and technical offers, the opening of the financial offers (envelope B) will be made under the same conditions, at a later date, which will be communicated to the tenderers who, having had a proper administrative file, will have obtained a score greater than or equal to 70/100 on the essential qualification criteria specified in point 13 below.

12. Evaluation criteria
1. Elimination Criteria
a) Incomplete administrative file; subject to the provisions of Article 92 in point 9 of Decree No. 2018/366 of 20 June 2018.
(b) False declaration, falsified documents;
c) Technical score less than 70/100;
d) Omission in the financial offer, of the same quantified unit price;
e) Presence of financial information in the technical offer.
2. Essential criteria
2.1. Technical offers
Technical offers will be scored according to the following essential criteria:
Qualification of the experts assigned to the operation on 10 points;
BET experience on 10 points;
Technical and material means on 5 points;
Quality of the offer, methodology and organization proposed on 5 points.
After the examination of the administrative and technical offers, only the financial offers of the tenderers who have submitted a compliant administrative offer and obtained a technical score higher than or equal to 70 points out of 100 will be analyzed.
2.2. Financial offers
The financial offers of each company will be assigned a financial score, calculated as follows:
With NFi = Financial Score, MMD = Lowest Offer Amount, MS = Bidder's Evaluated Amount.
The final score (NF) of each tenderer will be obtained as follows:
, with NF = Final score; NT = Technical note

Type: Open National Invitations to Tender

Closing Date: 2019-03-13

[Disclaimer: The above text is machine translated. For accurate information kindly refer the original document.]

Documents

 Tender Notice