AVIS D APPEL D OFFRES NATIONAL OUVERT NOTICE FOR AN OPEN NATIONAL INVITATION TO TENDER

Size: px
Start display at page:

Download "AVIS D APPEL D OFFRES NATIONAL OUVERT NOTICE FOR AN OPEN NATIONAL INVITATION TO TENDER"

Transcription

1 REPUBLIQUE DU CAMEROUN REPUBLIC OF CAMEROON Paix Travail Patrie Peace - Work Fatherland BP 441 Yaounde Tel.: P.O BOX Fax : AVIS D APPEL D OFFRES NATIONAL OUVERT NOTICE FOR AN OPEN NATIONAL INVITATION TO TENDER No. /AONO/CNPS/DG/CIPM/18 OF FOR EXTENSION WORKS OF THE CENTRE BY CONSTRUCTION OF AN ANNEX BUILDING, RENOVATION OF BALCONIES AND TERRACES IN OFFICE SPACES (GLAZIERY) AND CONSTRUCTION OF ACCESS RAMPS FOR DISABLED PERSONS AND PEOPLE WITH REDUCED MOBILITY IN THE SOCIAL INSURANCE CENTRE OF MIMBOMAN 1. Subject of the Invitation to Tender FUNDING: Budget of CNPS Within the framework of the improvement of working conditions of staff and clients, the Director General of the National Social Insurance Fund (CNPS) hereby launches an Invitation to Tender for extension works of the Centre by the construction of an annex building, renovation of balconies and terraces in office spaces (glass) and construction of access ramps for the disabled and people with reduced mobility at the Social Insurance Centre of Mimboman. 2. Consistency of works The services subject of this invitation to tender essentially concern the following operations: A- Annex Building: Prerequisite: Installation of construction site, booth and construction site signboard, mobilisation of staff, planning and execution and re-gluing plans, bringing and removal of equipment, evacuation of rubble, daily cleaning, preparation and implementation of work; Structural work: Masonry related to the construction of the annex building in terms of infrastructure and superstructure (soles, foundation, low chaining, paving, elevation, posts, lintels, beams, slab, staircase, high chaining, roughcasting, etc.) ; Roofing: Execution of a roof type timber frame (bastings and rafters) with a sheet cover 6/10 blue coated tanks, and ceiling plywood hollow joints and smooth sheet outside; Carpentry: Supply and installation of exterior doors and windows (alu-glassed), interior doors made of hardwood of the country previously treated and a wood storage at the level of the canteen; Sealed coatings: Supply and installation of vitreous porcelain stoneware tiles, non-slip and earthenware, including all subjections; Flexible coatings: Supply and application of waterborne paint on interior and exterior ceilings and walls, according to impregnation and bi-layer finish, varnishing wood works; 1

2 Plumbing / sanitary: Supply, installation and implementation of sanitary equipment and appliances, including all supply and disposal requirements; installation of the sanitation unit; Electricity / air conditioning: Installation of lighting circuits and electrical outlets; supply and installation of air conditioning equipment and apparatus; Computer network: Setting up of a pre-wiring complete integrated network type VDI, including corrugated circuit, equipment and network equipment; Other: Signage identification and orientation; first intervention equipment against fires; maintenance and overhaul of the generator. B- Main building : Prerequisites: Scaffolding, mobilisation of staff, planning and execution and re-gluing plans, taking and retrieving equipment, evacuation of rubble, daily cleaning, preparatory work and installation of ramps; Structural work: Masonry relating to the construction of ramps and stairs (demolitions, elevation, reinforced concrete, roughcasting, etc.); Aluminium and metal joinery: Supply and installation of sliding aluminum doors and windows (including all sealing constraints); installation of metal grids, ramps and railings; Sealed coatings: Supply and installation of non-slip porcelain stoneware tiles, including all subjections; Flexible coatings: Supply and application of water paint on masonry structures, following impregnation and finishing bi-layer; Electricity/air conditioning: installation of lighting circuits and electrical outlets; supply and installation of air conditioning equipment and equipment. 3. Execution Deadline The period foreseen by the Project Manager for the execution of services, subject of this Invitation to Tender is six (06) months. Each bidder shall in his offer, propose a deadline for the execution of works. 4. Allotment The services shall be combined in a single lot. 5. Estimated Cost The estimated cost of the transaction at the end of preliminary studies is, excluding taxes (HT) FCFA (seventy millions, eight hundred and sixty-eight thousands, six hundred and twenty), i.e. including taxes F CFA (eighty four million, five hundred and ten thousands, eight hundred and twenty nine). 6. Participation and Origin Participation to this Invitation to Tender is open to companies, moral person established under Cameroonian law with proven experience in this type of services. 7. Funding The services covered by this invitation to tender are financed from the budget of the National Social Insurance Fund for the financial year 2017 on budget line No. in accordance with programme. 8. Provisional Guarantee Each bidder should attach to his administrative documents, a bid bond issued by a first-rate bank approved by the Ministry of Finance, specifying the amount of Francs CFA 1 600,000 (one million and six hundred thousands). The bid bond shall be valid for thirty (30) days beyond the original date of the 2

3 validity of the bid 9. Consultation of Tender File The tender file may be consulted during working hours at the Contracts Service located at the 9th floor, room 903 of the Head Office building, Independence square, upon publication of this notice to tender. 10. Acquisition of Tender File The tender file may be obtained at the Contracts Service located at the 9th floor, room 903 of the Head Office building, Independence square, upon publication of this notice, against payment of a nonrefundable sum of CFA francs 80,000 (eighty thousand) into the CAS-ARMP Special Account No opened in BICEC agencies. Upon withdrawal of the file, the bidder must in any case be registered by leaving their full address (mailbox, telephone contacts). 11. Submission of Bids Each bid drafted in English or French, in seven (07) copies, including one (01) original and six (06) copies labelled as such should reach the Contracts Service no later than 2 pm local time and shall be labelled: OPEN NATIONAL INVITATION TO TENDER No. /AONO/CNPS/DG/CIPM/18 OF FOR EXTENSION WORKS OF THE CENTRE BY CONSTRUCTION OF AN ANNEX BUILDING, RENOVATION OF BALCONIES AND TERRACES IN OFFICE SPACES (GLAZIERY) AND CONSTRUCTION OF ACCESS RAMPS FOR DISABLED PERSONS AND PEOPLE WITH REDUCED MOBILITY IN THE SOCIAL INSURANCE CENTRE OF MIMBOMAN. 12. Admissibility of Offers TO BE OPENED ONLY DURING THE BIDS OPENING SESSION Subject to being rejected, the administrative documents required must be produced in originals or true copies certified by the issuing service in accordance with the stipulation specified in the Invitation to Tender. These documents must not be older than three (03) months preceding the original date of submission of bids or must have been established after the date of signature of the tender notice. Any incomplete tender in accordance with the prescriptions of this Notice to Tender shall be declared inadmissible, especially the absence of the bid bond issued by a first-rate bank approved by the Ministry of Finance. 13. Opening of Bids Bids shall be opened in one phase. The opening of administrative documents and the technical and financial offers shall take place on at 3 pm local time, by the Internal Commission of the Tenders Board of the National Social Insurance Fund, in the meeting room of the said Commission at the 4th floor, room 416 of the CNPS building located at Avenue Kennedy. Only bidders shall attend the bids opening session or be represented by a duly mandated person of their choice. 3

4 14. Evaluation Criteria Eliminatory Criteria The eliminatory criteria are as follows: Absence of an administrative document at the opening of the bids; False declaration or forged document; Absence of a quantified unit price in the financial offer; Non-validation of at least 70% of the evaluation sub-criteria; Non-compliance with CSR standards: o Workforce affiliated to CNPS: higher or equal to 03 (online declaration of the last 03 months), a detailed list of personnel with their individual insured numbers, attach clearance certificate (APS) showing update of payment of contributions; o Fair remuneration (attach salary statements of last month); o Respect of the principle of gender promotion: justify at least 20% of the female workers in the workforce (attach list of personnel and gender report); o Liability insurance covering the current financial year (attach insurance policy). Essential Qualification Criteria No CRITERIA General presentation of Offer Spiral binding, orderly presentation of different parts of the document, colour interlayer Company references Justify similar services of an accumulated amount of at least or equal to F CFA 75,000,000 (seventy five million) in the last three (03) years. Funding Capacity Justify funding capacity of an amount higher or equal to CFA F 50,000,000 (fifty million). Compliance with HQSE standards Justify safety equipment of workers. Qualification and Experience of key personnel: Project Manager: - Structural engineer ( A levels +5 at least) - Experience : at least three (03) years Supervisor: - Senior Technician in civil works ( A levels +3 at least) - Experience : at least five (05) years Operations manager: - Senior Technician in electrical engineering ( A levels +3 at least) - Experience : at least five (05) years Manoeuvre Knowledge of work site, of CCAP and CCTP Certificate of site visit signed on honour by the bidder and compliance to the attached model, CCAP and CCTP initialled on all pages and signed on the last page Planning and Deadline Planning; Deadline six (06) months. Methodology and organisation Methodological note describing organisational approach of work teams. 4 EVALUATION YES NO

5 15. Attribution Awarding of Contract The contract shall be awarded to the candidate having: Presented the administrative bid in conformity; Validated at least 70 per cent of evaluation sub-criteria; Presented the lowest financial bid. 16. Maximum Number of Lots A single lot 17. Validity of Bids Bidders shall remain committed to their offers within a period of ninety (90) days from the date set for the submission of their bids. 18. Visit of Site A guided tour of the site shall be scheduled by the Project Owner after publication of this notice to tender. 19. Further Information Further information may be obtained during working hours at the Contracts Service, Head Quarter building of CNPS located at Independence Square, 9th floor, room 903; phone: / For any act of corruption, please call or send an SMS to MINMAP at the following numbers: / Copies : Yaounde, - MINMAP - ARMP ; - CIPM ; - DAG (SM) 5