• Aucun résultat trouvé

SOCIAL INFRASTRUCTURE GOUVERNANCE PUBLIQUE ECONOMIE ADMINISTRATION SANTE PUBLIQUE RURAL N Tél : / /

N/A
N/A
Protected

Academic year: 2022

Partager "SOCIAL INFRASTRUCTURE GOUVERNANCE PUBLIQUE ECONOMIE ADMINISTRATION SANTE PUBLIQUE RURAL N Tél : / /"

Copied!
92
0
0

Texte intégral

(1)

Le journal des

Bulletin d’Annonces des Marchés Publics / Public Contracts Bulletin - Directeur de Publication Joseph NGO

GOUVERNANCE PUBLIQUE 04 SOCIAL 02 INFRASTRUCTURE 04

SANTE PUBLIQUE 01 ECONOMIE 01 ADMINISTRATION 08

RURAL 07

B.P: 6604 Yaoundé - Cameroun E-mail : infos@armp.cm

N° 1463

22 Décembre 2017

22 December 2017

(2)
(3)

SOMMAIRE

# RESUME DES CONSULTATIONS

1

Reference 46/ONIT/RDMINMAP/NWRTB/2017 OF 15/12/2017 Lire

Titre/objet

OPEN NATIONAL INVITATION TO TENDERN° 46/ONIT/RDMINMAP/NWRTB/2017 OF /2017 FOR THECONTROL AND SUPERVISION OF REHABILITATION OF THE ROAD ISHIA -UPPER ACHAMA - LARINGI -TABOUNCHUM • MPENG, MOMO DIVISIONNORTH WEST REGION (12KM)(BY EMERGENCY PROCEDURE)

Nature de prestation Services et Prestations Intellectuelles Date de cloture 04-01-2018

2

Reference 47/ONIT/RDMINMAP/NWRTB/2017 OF 15/12/2017 Lire

Titre/objet

BY EMERGENCY PROCEDUREOPEN NATIONAL INVITATION TO TENDER N° 47/ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017 FOR THE REHABILITATION OF THE RURAL ROAD FROM ISHIA-UPPER AV,HAMA-LARINGI-TABOUNCHUM-MPENG ROAD (12KM),WIDIKUM SUB-DIVISIN IN MOMO DIVISION NORTH WEST REGION.

Nature de prestation Routes et Infrastructures Routières Date de cloture 04-01-2018

3

Reference 48/ONIT/RDMINMAP/NWRTB/2017 Lire

Titre/objet

OPEN NATIONAL INVITATION TO TENDERN° 48 /ONIT/RDMINI\/IAP/NWRTB/2017 FOR THECONSTRUCTION WORKS OF AN INTEGRATED HEALTHCENTRE (I.H.C) IN BANYA IN NJIKWA SUB DIVISION THE NORTH WEST REGION BY EMERGENCY PROCEDURE

Nature de prestation Bâtiments et Equipements Collectifs Date de cloture 04-01-2018

4

Reference 49/ONIT/RDMINMAP/NWRTB/2017 Lire

Titre/objet

OPEN NATIONAL INVITATION TO TENDERBY EMERGENCY PROCEDURE N° 49/ONIT/MINMAP/RDNW/N\VRTB/2017 OF 15/12/2017 FORTHE CONSTRUCTION OF A BRIDGE OF 12M OVER RIVERBENUMBIALIEH, WIDIKUM SUB-DIVISION, IN THENORTH-WEST REGION

Nature de prestation Routes et Infrastructures Routières Date de cloture 04-01-2018

5

Reference 08 AONO/19/06 2017 Lire

Titre/objet

APPEL D'OFFRES NATIONAL OUVERT N° 08/ AONO/19/062017 EN PROCEDURE D'URGENCE POUR LES TRAVAUX D'INITIALISATION A LA COLLECTE ET A LA VALORISATION DE LA JACINTHE D'EAU ET DES AUTRES PLANTES AQUATIQUES ENVAHISSANTES DANS LE LAC BINI, COMMUNE D'ARRONDISSEMENT DE NGAOUNDERE 3, DEPARTEMENT DE LA VINA, REGION DE L'ADAMAOUA.

Nature de prestation Autres Infrastructures Date de cloture 09-07-2017

(4)

# RESUME DES CONSULTATIONS

6

Reference 50/ONIT/RDMINMAP/NWRTB/2017 Lire

Titre/objet

OPEN NATIONAL INVITATION TO TENDERNO 50. /ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017THROUGH THE EMERGENCY PROCEDURE FOR THE SUPPLYAND INSTALLATION OF 54 SOLAR STREETLIGHTS FOR "ALL INONE"

AND 18 SOLAR STREET LIGHTS "ALLIN TWO" IN SOMEMAJOR ROADS AND ROAD JUNCTIONS IN NDU COUNCIL IN NDUMUNICIPALITY, DONGA MANTUNG DIVISION NORTH WESTREGION.

Nature de prestation Autres Infrastructures Date de cloture 04-01-2018

7

Reference 003/AONR/FODECC/CIPM/2017 DU 20/12/2017 Lire

Titre/objet

AVIS D’APPEL D'OFFRES NATIONAL RESTREINT EN PROCEDURE D’URGENCE N°003/AONR/FODECC/CIPM/2017 DU 20 DECEMBRE 2017 POUR LA REALISATION D’UNE ETUDE RELATIVE A LA MISE EN PLACE D’UN SYSTEME INTEGRE DE GESTION (SIG) DE TYPE ERP ET ASSISTANCE A MAITRE D’OUVRAGE LORS DU DEVELOPPEMENT ET DU DEPLOIEMENT DU SIG AU FONDS DE DEVELOPPEMENT DES FILIERES CACAO ET CAFE FINANCEMENT : BUDGET DE FONCTIONNEMENT DU FONDS DE DÉVELOPPEMENT DES FILIÈRES CACAO ET CAFÉ (FODECC) EXERCICES 2017 ET 2018.

Nature de prestation Services et Prestations Intellectuelles Date de cloture 12-01-2018

8

Reference 53/ONIT/RDMINMAP/NWRTB/2017 Lire

Titre/objet

OPEN NATIONAL INVITATION TO TENDERNO 53. /ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017 FOR THE CONTROL OF THE SUPPLY AND INSTALLATION OF 54 SOLAR STREETLIGHTS FOR "ALL IN ONE" AND 18 SOLAR STREET LIGHTS "ALLIN TWO" IN SOME MAJOR ROADS AND ROAD JUNCTIONS IN NDU COUNCIL IN NDU MUNICIPALITY, DONGA MANTUNG DIVISION NORTH WEST REGION.

Nature de prestation Services et Prestations Intellectuelles Date de cloture 04-01-2018

9

Reference 003/DDC/C-MOGODE/CIPM/2017 Lire

Titre/objet EQUIPEMENT EN TABLES BANCS ET BUREAUX (60 TABLES BANCS+02BUREAUX ET 02 CHAISES) À L'EP DE SIR, À L'EP DE TCHANAWA, À L'EPBILINGUE RHUMSIKI ET AU CETIC DE MOGODE

Nature de prestation Approvisionnements Généraux Date de cloture 11-01-2018

10

Reference 004./DDC/C-MOGODE/CIPM/2017 Lire

Titre/objet CONSTRUCTION D*UN RADIER DE 12 ML SUR LE MAYO TEKI Nature de prestation Routes et Infrastructures Routières

Date de cloture 11-01-2018

11

Reference 52/RQ/PR/RDMINMAP/PNDP/NWRTB/2017 Lire

Titre/objet

REQUEST FOR QUOTATION DOCUMENTN° 52 /2017/RQ/ PR/RDMINMAP/PNDP/NWRTB/ /OF 18/12/17FOR THE CONSTRUCTION OF 15 MARKET SHEDS,A CANTEEN, ARESTAURANT AND EXTENSION OFWATER WITH ONE(01) STANDTAP AT THE NJINIKOM MARKET

Nature de prestation Bâtiments et Equipements Collectifs Date de cloture 09-01-2018

(5)

# RESUME DES CONSULTATIONS

12

Reference 00030/DC/MINEPDED/CSPM/2017 du 21 décembre 2017 Lire

Titre/objet

AVIS DE CONSULTATION N° 00030/DC/MINEPDED/CSPM/2017 DU 21 DÉCEMBRE 2017 POUR LA PRODUCTION DU MANUEL DE PROCÉDURES ADMINISTRATIVES DU MINISTÈRE DE L’ENVIRONNEMENT, DE LA PROTECTION DE LA NATURE ET DU DÉVELOPPEMENT DURABLE.

Nature de prestation Services et Prestations Intellectuelles Date de cloture 15-01-2018

13

Reference 00029/DC/MINEPDED/CSPM/2017 du 21 décembre 2017 Lire

Titre/objet

AVIS DE CONSULTATION N° 00029/DC/MINEPDED/CSPM/2017 DU 21 DÉCEMBRE 2017 POUR LA FOURNITURE DES ÉQUIPEMENTS INFORMATIQUES AU SECRÉTARIAT TECHNIQUE REDD+FINANCEMENT : BUDGET D’INVESTISSEMENT PUBLICS - MINEPDED, EXERCICE 2017

Nature de prestation Approvisionnements Généraux Date de cloture 15-01-2018

14

Reference N° 003/DC/PR/MINMAP/DDMAP- NS/CDPM /2017 Lire

Titre/objet

AVIS DE CONSULTATION POUR UNE DEMANDE DE COTATION N° 003/DC/PR/MINMAP/DDMAP- NS/CDPM /2017 DU 20/12/2017 POUR LA FOURNITURE D’UN VEHICULE PICK - UP 4X4 DOUBLE CABINE CLIMATISE A LA COMMUNE DE NKOLMETET FINANCEMENT : BUDGET FEICOM/COMMUNE DE NKOLMETET- EXERCICE 2017

Nature de prestation Approvisionnements Généraux Date de cloture 11-01-2018

15

Reference N°0003/AAMI/CENEEMA/D/DAF/SEEXP/2017 Lire

Titre/objet

AVIS D’APPEL A MANIFESTATION D’INTERET N°0003/AAMI/CENEEMA/D/DAF/SEEXP/2017 DU 07 DECEMBRE 2017 POUR LA CONSTITUTION D’UNE LISTE RESTREINTE DE SOCIETES EN VUE DE LEUR PARTICIPATION A L’APPEL D’OFFRES NATIONAL RESTREINT POUR LA SOUSCRIPTION DES POLICES D’ASSURANCES AUTOMOBILE PAR LE CENTRE NATIONAL D’ETUDES ET D’EXPERIMENTATION DU MACHINISME AGRICOLE (CENEEMA) – POUR LE COMPTE DE L’EXERCICE 2017.

Nature de prestation Services et Prestations Intellectuelles Date de cloture 29-12-2017

16

Reference N°005/AAMI/CENEEMA/D/DAF/SEEXP/2017 Lire

Titre/objet

AVIS D’APPEL A MANIFESTATION D’INTERET N°005/AAMI/CENEEMA/D/DAF/SEEXP/2017 DU 07 DECEMBRE 2017 POUR LA CONSTITUTION D’UNE LISTE RESTREINTE DE SOCIETES EN VUE DE LEUR PARTICIPATION A L’APPEL D’OFFRES NATIONAL RESTREINT POUR LA SOUSCRIPTION D’UNE POLICE D’ASSURANCES PAR LE CENTRE NATIONAL D’ETUDES ET D’EXPERIMENTATION DU MACHINISME AGRICOLE (CENEEMA) – POUR LE COMPTE DE L’EXERCICE 2018.

Nature de prestation Services et Prestations Intellectuelles Date de cloture 29-12-2017

17

Reference N° 0003/AAMI/CENEEMA/D/DAF/SEEXP/2017 Lire

Titre/objet

AVIS D’APPEL A MANIFESTATION D’INTERET N° 0003/AAMI/CENEEMA/D/DAF/SEEXP/2017 DU 07 DECEMBRE 2017 EN VUE DE LA PRE-QUALIFICATION DES ENTREPRISES POUR LE RECRUTEMENT D’UNE SOCIETE DE GARDIENNAGE AU CENTRE NATIONAL D’ETUDES ET D’EXPERIMENTATION DU MACHINISME AGRICOLE (CENEEMA) POUR L’EXERCICE 2018.

Nature de prestation Services et Prestations Intellectuelles Date de cloture 28-12-2017

(6)

# RESUME DES CONSULTATIONS

18

Reference 00051/C/MINEPIA/SG/DAG/2017 Lire

Titre/objet

COMMUNIQUE N° 00051/C/MINEPIA/SG/DAG/2017 DU 18 DÉCEMBRE 2017 DÉCLARANT INFRUCTUEUX L’APPEL D’OFFRES NATIONAL OUVERT, PASSÉ EN PROCÉDURE D’URGENCE, N°0024/AONO/MINEPIA/CMPM/2017 DU 29 SEPTEMBRE 2017 EN VUE DE L’ACQUISITION DE PIROGUES POUR LA CONSTITUTION DES KITS D’INSTALLATION DES ARTISANS PÊCHEURS ET LEURS AIDES DANS LA ZONE DE BAKASSI

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

19

Reference 00040/C/MINEPDED/SG/DAG/SDBMM/SM Lire

Titre/objet

COMMUNIQUÉ N° 00040/C/MINEPDED/SG/DAG/SDBMM/SM DU 28 NOVEMBRE 2017 PORTANT PUBLICATION DES RÉSULTATS DE L’AVIS D’APPEL D’OFFRES NATIONAL OUVERT N° 00022/AONO/MINEPDED/CSPM/2017 DU 26 SEPTEMBRE 2017 POUR LE RECRUTEMENT D’UN CABINET EN VUE DE LA MIGRATION DES PLATEFORMES MATÉRIELLES ET LOGICIELLES DU SYSTÈME D’INFORMATION ENVIRONNEMENTALE (SIE) EN PROCÉDURE D’URGENCE.

Nature de prestation N/A Date de cloture N/A

20

Reference n/a Lire

Titre/objet

COMMUNIQUE DU 21 DECEMBRE 2017 PORTANT PUBLICATION DES RESULTATS DE L’AVIS D’ APPEL D'OFFRES NATIONAL (AON) N° 022/MINEPAT/SG/PNDP/CSPM/2017 DU 10 OCTOBRE 2017 POUR LA FOURNITURE, L’INSTALLATION ET LA MISE EN SERVICE DES GROUPES ELECTROGENES POUR LA MISE EN ŒUVRE DU LOGICIEL SIM_BA DANS 136 COMMUNES DANS LE CADRE DU PROGRAMME NATIONAL DE DEVELOPPEMENT PARTICIPATIF (PNDP)

Nature de prestation N/A Date de cloture N/A

21

Reference 00000305 /MPT/SG/DAG/SDBM/SMA Lire

Titre/objet

COMMUNIQUE DE PRESSE RELATIF A LA PUBLICATION DE LA DECISION N° 00000305 /MPT/SG/DAG/SDBM/SMA DU 22/12/2017 PORTANT RESULTAT DE L'APPEL D'OFFRES NATIONAL OUVERT N° 0039/A0NO/MPT/CIPM-FST/2016 RELATIF A LA CONSTRUCTION DE LA BOUCLE OPTIQUE URBAINE DE BUÉA.

Nature de prestation N/A Date de cloture N/A

22

Reference 00041/C/MINEPDED/SG/DAG/SDBMM/SM Lire

Titre/objet

COMMUNIQUÉ N° 00041/C/MINEPDED/SG/DAG/SDBMM/SM DU 21 DÉCEMBRE 2017 PORTANT PUBLICATION DES RÉSULTATS DE L’AVIS DE CONSULTATION POUR LA DEMANDE DE CONSULTATION N°

00025/DC/MINEPDED/CSPM/2017 DU 14 NOVEMBRE 2017 POUR LA PRODUCTION ET LA FOURNITURE DES SUPPORTS DE SPONSORING ET DE MARCHANDISING POUR LE SECRÉTARIAT TECHNIQUE REDD+.

Nature de prestation N/A Date de cloture N/A

(7)

# RESUME DES CONSULTATIONS

23

Reference 00000306 /MPT/SG/DAG/SDBM/SMA Lire

Titre/objet

COMMUNIQUE DE PRESSE RELATIF A LA PUBLICATION DE LA DECISION N° 00000306 /MPT/SG/DAG/SDBM/SMA DU 22/12/2017 PORTANT RESULTAT DE L'AVIS DE CONSULTATION POUR LA DEMANDE DE COTATION N°

0000040/DC/MPT/CIPM-FST/2017 DU 24 NOVEMBRE 2017 RELATIVE A LA FOURNITURE D'UN VEHICULE PICK-UP 4X4 DOUBLE CABINE DESTINE AU PROJET CONNEXION HAUT DEBIT DES ADMINISTRATIONS PUBLIQUES EN FIBRE OPTIQUE.

Nature de prestation Approvisionnements Généraux Date de cloture N/A

24

Reference 00040/C/MINEPDED/SG/DAG/SDBMM/SM Lire

Titre/objet

COMMUNIQUÉ N° 00040/C/MINEPDED/SG/DAG/SDBMM/SM DU 28 NOVEMBRE 2017 PORTANT PUBLICATION DES RÉSULTATS DE L’AVIS D’APPEL D’OFFRES NATIONAL OUVERT N° 00022/AONO/MINEPDED/CSPM/2017 DU 26 SEPTEMBRE 2017 POUR LE RECRUTEMENT D’UN CABINET EN VUE DE LA MIGRATION DES PLATEFORMES MATÉRIELLES ET LOGICIELLES DU SYSTÈME D’INFORMATION ENVIRONNEMENTALE (SIE) EN PROCÉDURE D’URGENCE.

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

25

Reference 00000306 /MPT/SG/DAG/SDBM/SMA Lire

Titre/objet

COMMUNIQUE DE PRESSE RELATIF A LA PUBLICATION DE LA DECISION N° 00000306 /MPT/SG/DAG/SDBM/SMA DU 22/12/2017 PORTANT RESULTAT DE L'AVIS DE CONSULTATION POUR LA DEMANDE DE COTATION N°

0000040/DC/MPT/CIPM-FST/2017 DU 24 NOVEMBRE 2017 RELATIVE A LA FOURNITURE D'UN VEHICULE PICK-UP 4X4 DOUBLE CABINE DESTINE AU PROJET CONNEXION HAUT DEBIT DES ADMINISTRATIONS PUBLIQUES EN FIBRE OPTIQUE.

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

26

Reference n/a Lire

Titre/objet

COMMUNIQUE DU 21 DECEMBRE 2017 PORTANT PUBLICATION DES RESULTATS DE L’AVIS D’ APPEL D'OFFRES NATIONAL (AON) N° 022/MINEPAT/SG/PNDP/CSPM/2017 DU 10 OCTOBRE 2017 POUR LA FOURNITURE, L’INSTALLATION ET LA MISE EN SERVICE DES GROUPES ELECTROGENES POUR LA MISE EN ŒUVRE DU LOGICIEL SIM_BA DANS 136 COMMUNES DANS LE CADRE DU PROGRAMME NATIONAL DE DEVELOPPEMENT PARTICIPATIF (PNDP)

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

27

Reference 00000305 /MPT/SG/DAG/SDBM/SMA Lire

Titre/objet

COMMUNIQUE DE PRESSE RELATIF A LA PUBLICATION DE LA DECISION N° 00000305 /MPT/SG/DAG/SDBM/SMA DU 22/12/2017 PORTANT RESULTAT DE L'APPEL D'OFFRES NATIONAL OUVERT N° 0039/A0NO/MPT/CIPM-FST/2016 RELATIF A LA CONSTRUCTION DE LA BOUCLE OPTIQUE URBAINE DE BUÉA.

Nature de prestation N/A Date de cloture N/A

(8)

# RESUME DES CONSULTATIONS

28

Reference 00041/C/MINEPDED/SG/DAG/SDBMM/SM Lire

Titre/objet

COMMUNIQUÉ N° 00041/C/MINEPDED/SG/DAG/SDBMM/SM DU 21 DÉCEMBRE 2017 PORTANT PUBLICATION DES RÉSULTATS DE L’AVIS DE CONSULTATION POUR LA DEMANDE DE CONSULTATION N°

00025/DC/MINEPDED/CSPM/2017 DU 14 NOVEMBRE 2017 POUR LA PRODUCTION ET LA FOURNITURE DES SUPPORTS DE SPONSORING ET DE MARCHANDISING POUR LE SECRÉTARIAT TECHNIQUE REDD+.

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

29

Reference COMMUNIQUE N°022/C/SG/YAG/17 Lire

Titre/objet COMMUNIQUE N°022/C/SG/YAG/17 PORTANTPUBLICATION DES RESULTATS DE DOSSIER DE DEMANDE DECOTATION N°07/DDC/C-YAG/CIPM/2017

Nature de prestation Bâtiments et Equipements Collectifs Date de cloture N/A

30

Reference 00704/D/MINEPIA/SG/DAG/2017 Lire

Titre/objet

DECISION N° 00704/D/MINEPIA/SG/DAG/2017 DU 18 DÉCEMBRE 2017 DÉCLARANT INFRUCTUEUX L’APPEL D’OFFRES NATIONAL OUVERT, PASSÉ EN PROCÉDURE D’URGENCE, N°0024/AONO/MINEPIA/CMPM/2017 DU 29 SEPTEMBRE 2017 EN VUE DE L’ACQUISITION DE PIROGUES POUR LA CONSTITUTION DES KITS D’INSTALLATION DES ARTISANS PÊCHEURS ET LEURS AIDES DANS LA ZONE DE BAKASSI

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

31

Reference ADDITIF Lire

Titre/objet ADDITIF AVIS D'APPEL D'OFFRES NATIONAL OUVERT N° 23 /A0NO/IRAD/DG/DAAF/SDAG/CIPM/2017 POUR LA FOURNITURE DE TROIS (03) VÉHICULES PICK UP DIESEL DOUBLE CABINES.

Nature de prestation Approvisionnements Généraux Date de cloture N/A

32

Reference ADDITIF Lire

Titre/objet

ADDITIF AVIS D'APPEL D'OFFRES NATIONAL OUVERT N° 24/A0NO/IRAD/DG/DAAF/SDAG/CIPM/2017 POUR LE GARDIENNAGE DES BÂTIMENTS ADMINISTRATIFS DE LA DIRECTION GÉNÉRALE, LES RÉSIDENCES DE CERTAINS RESPONSABLES, L'AGENCE DE LIAISON DE DOUALA ET L'HERBIER NATIONAL

Nature de prestation Services et Prestations Intellectuelles Date de cloture N/A

33

Reference COMMUNIQUE N°9/C/MAGA/SG/17 Lire

Titre/objet

ADDITIFCOMMUNIQUE N°9/C/MAGA/SG/17LE MAIRE DE LA COMMUNE DE MAGA, MAÎTRE D'OUVRAGE,COMMUNIQUE : LA DATE DE RECEVABILITÉ DES OFFRES RELATIVES À L'AVISD'APPEI D'OFFRES :N "

07/AONO/REN/DMD/C-MAGA/CIPM-TBEC/17POUR LA CONSTRUCTION D'UNE SALLE DE CLASSE DANS DEUX ÉCOLES PUBLIQUES DE LA COMMUNE DE MAGA LOT 1 EP MAGOUDI, LOT 2 EP PINFONG, INITIALEMENT PRÉVUE LE 13/12/2017 À 10 HEURES EST REPORTÉE AU 20/12/2017 À 10 HEURES.LE MAIRE COMPTE SUR VOTRE COMPRÉHENSION HABITUELLE.

Nature de prestation Bâtiments et Equipements Collectifs

(9)

# RESUME DES CONSULTATIONS

34

Reference ADDITIF Lire

Titre/objet ADDITIF AVIS D'APPEL D'OFFRES NATIONAL OUVERT N° 22/A0NO/IRAD/DG/DAAF/SDAG/CIPM/2017 POUR LA FOURNITURE DES ÉQUIPEMENTS DE LA BANQUE DE GÈNES DE GAROUA.

Nature de prestation Approvisionnements Généraux Date de cloture N/A

35

Reference ADDITIF N°001 Lire

Titre/objet

ADDITIF N°001 DU 20 DECEMBRE 2017 POUR L'APPEL D'OFFRES NATIONAL OUVERT N°

022JAONO/DDMAP-MAF/SPM/CDPM/2017 DU 04 DECEMBRE 2017 POUR LES TRAVAUX DE CONSTRUCTION D'UN RESEAU ELECTRIQUE SUR L'AXE PONT DE LA MEFOU CARREFOUR METET-DU PARC ZOOTECHNIQUE ECOLE PUBLIQUE DE METET DANS LA COMMUNE DE MFOU, DEPARTEMENT DE LA MEFOU ET AFAMBA, REGION DU CENTRE, EN PROCEDURE D'URGENCE.

Nature de prestation Autres Infrastructures Date de cloture N/A

36

Reference ADDITIF N°01 Lire

Titre/objet

ADDITIF N°01 PORTANT SUR L’APPEL D’OFFRES INTERNATIONAL OUVERT N°09/AOIO/SPE/CIPM/2017 DU 11 DECEMBRE 2017 POUR LA FOURNITURE, L’INSTALLATION ET LA MISE EN SERVICE DES ACCESSOIRES DE LA ROTATIVE KBA COMET A LA SOPECAM.

Nature de prestation Approvisionnements Généraux Date de cloture N/A

(10)

DÉLÉGUÉ RÉGIONAL DU MINMAP DU NORD OUEST

OPEN NATIONAL INVITATION TO TENDERN° 46/ONIT/RDMINMAP/NWRTB/2017 OF /2017 FOR THECONTROL AND SUPERVISION OF REHABILITATION OF THE ROAD ISHIA -UPPER ACHAMA - LARINGI -TABOUNCHUM • MPENG, MOMO DIVISIONNORTH WEST REGION (12KM)(BY EMERGENCY

PROCEDURE) FINANCEMENT

BUDGET INVESTISSEMENT PUBLIC (BIP) Télécharger la piece d'origine Affichage Web

1. Objet

The Regional Delegate. Contracting Authority launches an Open National Invitation to Tender by emergency procedure for the control and supervision of rehabilitation of the road Ishia - Upper Achama -Laringi -Tabounchum - Mpeng, Momo Division North West Region. The works to be executed is spelt out in Article 29(a) and 29(d) of the Special Regulations governing the invitation to tender (RPAO) enclosed with the Tender File.

2. Consistance des prestations

The services comprise notably the project for the control and suppervision of rehabilitation of the road Ishia- Upper Achama -Laringi -Tabounchum - Mpeng, Momo Division North West Region.

3. Cout Prévisionnel

The estimated cost after preliminary studies is Fourteen Million (14,000,000) francs CFA 4. Allotissement

The services are in one lot as follows.

- The control of the rehabilitation of the road Ishia - Upper Achama Laringi- Tabounchum - Mpeng, Momo Division North West Region.

5. Participation et origine

Participation to this invitation to tender is open to enterprises of Cameroonian nationality that have experience and have carried out control works in this domain

6. Financement

Works which form the subject of this invitation to tender shall be financed by Public Investment Budget for 2017 financial year.

7. Consultation du Dossier

(11)

8. Acquisition du Dossier

The file may be obtained from the Regional Delegation of MINMAP North West, Private Secretariat of the Regional Delegate of Public Contracts North West, door number 101 as soon as this notice is published against payment of the non refundable sum of Twenty Four Thousand Five Hundred (24,500) CFA francs, payable at Bamenda Regional Treasury.

9. Remises des offres

Each bid drafted in English or French in seven (7) copies including the original and six (6) copies marked as such, should reach the Regional Delegation of MINMAP North West, Private Secretariat of the Regional Delegate of Public Contracts North West, Door number 101 not later than 04/01/2018 at 12.00 noon and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER

N° 46 /ONIT/RDMINMAP/NWRTB/2017 OF 15/12/2017 FOR THE CONTROL AND SUPERVISION OF REHABILITATION OF THE ROAD

ISHIA - UPPER ACHAMA - LARINGI -TABOUNCHUM - MPENG, MOMO DIVISIONNORTH WEST REGION (12KM) (BY EMERGENCY PROCEDURE)

"To be opened only during the bid-opening session"

10. Delai de Livraison

The maximum deadline provided by the Project Owner or Contracting Authority for the execution of the services forming the subject of this invitation to tender is Four (04) months.

11. Cautionnement Provisoire

Each bidder must include in his administrative documents, a bid bond issued by a first-ratebanking establishment approved by the Ministry in charge of finance and whose list is found in document No. 12 of the Tender File, of an amount of Two Hundred and Eighty Thousand (280,000) FCFA and valid forthirty(30) days beyond the date of validity of bids.

12. Recevabilité des Offres

Under penalty of being rejected,only originals or true copies certified by the issuing service or administrative authorities(Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with theSpecial Regulations of the invitationto tender.

They must obligatorily be not older than Three(3) months preceding the date of submission of bids or may be established after the signature of the tender notice.

Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.

13. Ouverture des Plis

The bids shall be opened in two phases. The opening of the administrative file and the technical bid shall first take place followed by the opening of the financial bids of bidders who obtained the required minimum technical score.

The opening of administrative documents and the technical bids on 01.pm local time by the North West Regional Tenders Board situated at Street Bamenda.

Only bidders may attend or be represented by a duly mandated person.

The opening of the financial bids shall take place at the end of the technical analysis and shall only concern bidders who obtained the minimum required score of 75%.

14. Critères d'évaluation 1- Eliminatory criteria

- Absence of one of the administrative documents:

- False declaration or falsified documents;

- Absence of bid bond or insufficient bid bond;

- Technical score below 75 on 100;

- Incomplete Technical or Financial files.

2- Essential criteria Creteria relating to the qualification of bidders shall concern the folowing aspects:

N° CRETERIA EVALUATION

(12)

1 General presentation of bid 5 pts

2 Financial guarantee 20 pts

3 Organization,methodology and planning of execution of works 25 pts

4 Human and material resources 40 pts

5 Bidder's reference 10 pts

TOTAL 100% pts

Only bidders who obtain a technical score of at least 75 points on 100 shall have their financial bids examined.

15. Attribution

The Jobbing Order shall be awarded to the realistic best bidder as specified int he Special Regulations of this tender.

16. Durée Validité des Offres

Bidders will remain committed to their bids for 90 days from the deadline set for the submission of bids.

17. Renseignements Complémentaires

Complementary informationmaybeobtainedduringworking hours from the Regional Delegation of MINMAP NorthWest, Private Secretariat of the Regional Delegate of Public Contracts North West, Door number 101,Tel; 233361887.

BAMENDA le 15 Décembre 2017 Le DÉLÉGUÉ RÉGIONAL BANG JOSEPH EWUNSOH

(13)

DÉLÉGUÉ RÉGIONAL DU MINMAP DU NORD OUEST

BY EMERGENCY PROCEDUREOPEN NATIONAL INVITATION TO TENDER N°

47/ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017 FOR THE REHABILITATION OF THE RURAL ROAD FROM ISHIA-UPPER AV,HAMA-LARINGI-TABOUNCHUM-MPENG ROAD (12KM),WIDIKUM SUB-DIVISIN IN

MOMO DIVISION NORTH WEST REGION.

FINANCEMENT

PROGRAMME NATIONAL DE DEVELOPPEMENT PARTICIPATIF (PNDP) IMPUTATION

94 709 0711OOOO 2209

Télécharger la piece d'origine Affichage Web

1. Objet

Within the framework of the execution of the 2017state budget,the Regional Delegate of Public Contracts for the North-West Region here by launches by emergency procedure an open national invitation to tender forthe rehabilitation of the rural road from Ishia-Upper Achama-Laringi-Tabounchum-Mpeng road (12km),Widikum SubDivision in Momo Division NorthWest Region.

2. Consistance des prestations

These Rehabilitation works take into account aspects of rehabilitation of roads according to current standards and to the rules of art.The works shall comprise

- Site installation - Tree cutting

- Excavation of vegetable soil

-Filledontheroadwith selected ground - Mise en forme de la plateforme -0/5 sand layer

- Construction and management of a rain gate - Construction ofmasonry side drains

- R.C culverts of diameter 800 and 1000

- Construction of culvert cesspool for diameter 0.8m - Construction of culvert heads for diameter 0.8m - Signalization boards

The works are defined within the norms and standards of construction of public contracts, in the general terms of order of works and bill of quantities-estimated in this tender.

3. Cout Prévisionnel

The estimated cost after preliminary studies stands at one hundred and forty two million four hundred and eleven thousand three hundred and five (142 411 305 ) all taxes inclusive.

4. Allotissement

The works are which are subject of this invitation to tender are grouped into a unique lot.

5. Participation et origine

Participation is opened under the same conditions to all Cameroonian Companies and business concerns thathave proven experience in the field of road construction and civil engineering in general and who are not in a period of suspension by the authority in charge of public contracts.

(14)

6. Financement

Works which formed the subject of this invitation to tender shall be financed by the PUBLIC INVESTMENT BUDGET of the Ministry of Public Works, Exercice 2017; IMPUTATION: NO 94 709 0711OOOO 2209

7. Consultation du Dossier

The tender file may be consulted during working hours at the Regional Delegation of Public Contracts for the North West Sonac street,at the Regional Delegate's Private Secretariat (door 101 tel: 233361887).

8. Acquisition du Dossier

The tender file maybe acquired fromthe Regional Delegation of Public Contracts for the North West, at the Regional Delegate'sPrivateSecretariat(door 101 tel:233361887). upon presentation of anon-refundable treasury receipt (payable at the Regional Treasury Bamenda) of one hundred and thirty one thousand (131,000 fcfa). Such a receipt shall identify the payer as representing the company that wants to participate in the tender.

9. Remises des offres

Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven(07)copies including the original and six(06)copies marked as such.These shall be submitted in one sealed pack containing

three(3)envelopes;(A:Administrative file, B:Technical file, C:Financial file). The sealed pack shall bear no information on the enterprise, and should reachthe Regional Delegation of Public Contracts for the North West Bamenda, service for infrastructural Contracts,not later than(See schedule below), and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER No 47../ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017 FOR THE REHABILITATION OF THE RURAL ROAD FROM ISHIA-UPPER ACHAMA-LARINGI-TABOUNCHUM-MPENG ROAD (12KM),WIDIKUM SUB DIVISIN IN MOMO DIVISION NORTH WEST REGION.

"To be opened only during the bid-opening session"

Incase of any ambiguities or differences, only the original shall be considered authentic.

10. Delai de Livraison

The maximum duration of execution provided for by the Delegated Contracting Authority shallbe three calendar (03) months, as from the date of notification of the contractor by the control engineer to start work.

11. Cautionnement Provisoire

Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No.12 of this tender file), of an amount of 2,848,226 fcfa, valid for thirty(30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained untilthe required performance guarantee forgood execution is provided.

12. Recevabilité des Offres

Under penalty of being rejected, only originals or true copies certified bythe issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of the invitation totender.They must obligatorily be not older than three(3) months preceding

(15)

13. Ouverture des Plis

The opening of the bids in one phase shall be done on 04/01/2018 at 13 hrs (01:00 pm) prompt in the Conference Hall of the Regional Delegation of Publics Contracts for

the North West by the competent tenderboard. Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.

14. Critères d'évaluation

The evaluation of bids shall be carried out in three stages:

> 1st Stage : verification of the conformity of each administrative document;

> 2nd Stage : Evaluation technical bids ;

> 3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

1-Eliminatory criteria

- Absence of a document inthe administrative file;

- False declaration or falsified documents;

- Absence or insufficient bid bond;- Bids submitted after the latest time - Omission of a unit price in the financial bid;

- Financial capability not justifiable - Non respect of 75% of essential criteria;

- Deadline for delivery higher than prescribed;

2. Essential criteria

-General presentation of the tender files;

-References of the company in similar achievements;

-Quality of the personnel per lot requested;

-Attestation and report of site visit;

-Technical organization of the works.

-Equipments put a side for this project,

-Special Technical Clauses initialed in all the pages and signed, stamped and dated on the last page ;

-Special Administrative Clauses completed and initialed in all the pages and signed,stamped and dated on the last page;

-Safety measures on the site.

-Pre-financial capability 15. Attribution

The Contract shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the public contracts code.

16. Durée Validité des Offres

The bidders shall remain committed to their offers during a period of (ninety)90 days from the deadline set for the submission of bids.

17. Renseignements Complémentaires

Complementary technical information may be obtained every day during working hours from the Regional Delegation of Public Contracts for the North West (at the Regional Delegate's Private Secretariat (door 101 tel: 233361887)).

(16)

BAMENDA le 15 Décembre 2017 Le DÉLÉGUÉ RÉGIONAL BANG JOSEPH EWUNSOH

(17)

DÉLÉGUÉ RÉGIONAL DU MINMAP DU NORD OUEST

OPEN NATIONAL INVITATION TO TENDERN° 48 /ONIT/RDMINI\/IAP/NWRTB/2017 FOR

THECONSTRUCTION WORKS OF AN INTEGRATED HEALTHCENTRE (I.H.C) IN BANYA IN NJIKWA SUB DIVISION THE NORTH WEST REGION BY EMERGENCY PROCEDURE

FINANCEMENT

BUDGET INVESTISSEMENT PUBLIC (BIP) Télécharger la piece d'origine Affichage Web

1. Objet

Within the framework of the execution of the 2017 state budget, the Regional Delegate of Public Contracts for the North West Region hereby launches by emergency procedure an open national Invitation to tender for the construction works of an Integrated health centres (I.H.C) in Banya in Njikwa Sub DIVISION in the North West Region .

2. Consistance des prestations

The works comprise notably: the construction an integrated health center (I.H.C) in Banya in Njikwa Sub Division in MOMO DIVISION. This involves the realisation of the following main tasks:

- PRELIMINARY WORKS-EARTH WORKS - FOUNDATION

-RC FOR ELEVATION - MASONRY

- PLASTERING AND OTHERS - CEILING WORKS

- FINISHING WORKS

- CARPENTRY-ROOFING -WOOD JOINERY -METALLIC JOINERY

-PAINTING-GLASSWORKS -ELECTRICITY

-FLUIDES -ETC

3. Cout Prévisionnel

The estimated cost after preliminary studies stands at fifty million (50 000 000) all taxes inclusive.

4. Allotissement

The works are which are subject of this invitation to tender is in a unique lot follows:

Lot Subject Locality Bid Bond Tender Fee

1 Construction works of an Integrated

health Centre BANYA Momo Division 1 000 000 65 000 5. Participation et origine

Participation is opened under the same conditions to all Cameroonian Companies and business concerns that have proven experience in the field of building construction and civil engineering in general and who are not in a period of suspension by the authority in charge of public contracts.

(18)

6. Financement

Works which formed the subject of this invitation to tender shall be financed by the PUBLIC INVESTMENT BUDGET, Exercice 2017

IMPUTATION:...

7. Consultation du Dossier

The tender file may be consulted during working hours at the Regional Delegation of Public Contracts for the North West, at the Regional Delegate's private secretariat,door 101 tel: 233361887

8. Acquisition du Dossier

The tender file may be acquired from the Regional Delegation of Public Contracts for the North West, at the Regional Delegate's private secretariat,door 101 tel: 233361887, upon presentation of a non-refundable treasury receipt (payable at the Regional Treasury Bamenda) of SIXTY five thousand (65 000 fcfa).Such a

receipt shall identify thepayeras representing the company that wants to participate in the tender.

9. Remises des offres

Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes: (A: Administrative file, B:Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach the Regional

Delegation of Public Contracts for the North West Bamenda, at the Regional Delegate's private secretariat, door 101 tel:

233361887, not later than(Seeschedule below), and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER

N° 48 /ONIT/RDMINMAP/NWRTB/2017 FOR THE CONSTRUCTION WORKS OF AN INTEGRATED HEALTH CENTRE (I.H.C) IN BANYA IN

NJIKWA SUB DIVISION IN THE NORTH WEST REGION

"To be opened only during the bid-opening session"

In case of any ambiguities or differences, only the original shall be considered authentic.

10. Delai de Livraison

The maximum duration of execution provided for by the Contracting Authority shall be five calendar (05) months per lot, as from the date of notification of the contractor by the project owner.

11. Cautionnement Provisoire

Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in chargeof finance, (see list in document No. 12of this tender file), of an amount of 1 000000 fcfa valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.

12. Recevabilité des Offres

Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced inaccordance with the Special Regulations of the invitation to tender. They must obligatorily be not older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice.

Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.

(19)

13. Ouverture des Plis

The opening of the bids in one phase shall be done on at 13hrs prompt in the Conference Hall of the Regional Delegation of Publics Contracts for the North West by the competent tender board.

Only bidders may attend or be duly represented by a person of their choice, whohas full knowledge of the file and mandated in that capacity.

14. Critères d'évaluation

The evaluation of bids shall be carried out in three stages:

> 1st stage: verification of the conformity of each administrative document;

> 2nd Stage: Evaluation technical bids;

> 3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

1-Eliminatory criteria

- Absence of a document in the administrative file;

- Deadline of execution more than the prescribed;

- False declaration or falsified documents;

- Absence or insufficient bid bond;

- Omission of a quantified task on the bill of quantities and cost estimates

-The presentation of a personnel without a certified copy of the national identity card - Technical not less than 75%

2. Main qualificationcriteria

The criteria relating to the qualification of candidates could indicatively be on the following:

-General presentation of the tender files;

-References of the company in similar achievements;

-Quality of the personnel per lot requested;

-Attestation and report of site visit;

-Technical organization of the works.

-Equipment's put a side for this project.

-Special Technical Clauses initialed in all the pages and signed, stamped and dated on the last page;

-Special Administrative Clauses completed and initialed in all the pages and signed, stamped and dated on the last page;

-Safety measures on the site, -Pre-financial capability 15. Attribution

The Contract shall be awarded to the bidder whose bid is in conformity to the dispositions ofthe tender file and on the basis of the lowest bid and technical quality, confer article 33 of the public contracts code.

16. Durée Validité des Offres

The bidders shall remain committed to their offers during a period of (ninety) 90days from the deadline set for the submission of bids,

17. Renseignements Complémentaires

Complementary technical information may be obtained every day during working hours from the Regional Delegation of Public Contracts for the North West fat the Regional Delegate's private secretariat, door 101 tel: 233361887).

(20)

BAMENDA le 15 Décembre 2017 Le DÉLÉGUÉ RÉGIONAL BANG JOSEPH EWUNSOH

(21)

DÉLÉGUÉ RÉGIONAL DU MINMAP DU NORD OUEST

OPEN NATIONAL INVITATION TO TENDERBY EMERGENCY PROCEDURE N°

49/ONIT/MINMAP/RDNW/N\VRTB/2017 OF 15/12/2017 FORTHE CONSTRUCTION OF A BRIDGE OF 12M OVER RIVERBENUMBIALIEH, WIDIKUM SUB-DIVISION, IN THENORTH-WEST REGION

FINANCEMENT

BUDGET INVESTISSEMENT PUBLIC (BIP) IMPUTATION

94709071100002209

Télécharger la piece d'origine Affichage Web

1. Objet

Within the Framework of executing the 2017 Public investment Budget forthestate ofCameroon, the

Regional Delegate of Public Contracts for North-West Region (Contracting Authority), here by representing the State of Cameroon, launchesby emergency procedure an Open National invitation to tender for the construction of a bridge of 12m over river Benumbialieh in Widikum Sub-Division, North-West Region.

2. Consistance des prestations

The works subject of this invitation to tender shall require the construction of a bridge of 12m over river Benumbialieh in Widikum Sub-Division, North-West Region. The works and service require dare found in the detail descriptions mentioned in the respective bills of quantities and cost estimates.

3. Cout Prévisionnel

The estimated cost of the operations (tasks) following feasibility studies stands at 75,000,000 FCFA TTC 4. Allotissement

The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below:

Lot Works Locality

1 Construction of a bridge of 12m over river Benumbialieh in Widikum Sub-Division, North-

West Region. WIDIKUM SUB-DIVISION, NORTH-WEST REGION

5. Participation et origine

Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability.

6. Financement

Works which form the subject of this invitation to tender shall be financed "depot MINEPAT projet zone frontalière retrocedée" account N° 9470907 110000 2209 in the treasury of Cameroon as specified in the table below:

Lot Ministry Projet Owner Works Provisional Amount Imputation

(22)

1 MINEPAT MINEPAT

Construction of a bridge of I2m over river

Benumbialieh in Widikum Sub- Division, North west Region

75 000 000

"depot MINEPAT projet zone frontalière

retrocedée" in theTreasury account N°

94 709 07 110000 2209

7. Consultation du Dossier

The Tender documents may be consulted immediately after publication of this invitation to tender from the Regional Delegation of Public Contracts for the North-West ,at the Regional Delegate's private secretariat, door 101 tel:

233361887.

8. Acquisition du Dossier

The tender file may be acquired from the Regional Delegation of Public Contracts for the North West, at the Regional Delegate's private secretariat,door 101 tel: 233361887, upon presentation of a non-refundable treasury

receipt (payable at the Regional Treasury Bamenda) of EIGHTY THREE THOUSAND (83 000 fcfa).Such a receipt shall identify the payer as representing the company that wants to participate In the tender.

9. Remises des offres

Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in Seven(07) copies that is one(01) original and six (06)copies labelled as such. These shall be submitted in one sealed external envelope containing three(3)envelopes,that is, Envelope A: Administrative Documents, Envelope B:Technical documents andEnvelope C: Financial documents. It shall reach the Regional Delegation of Public Contracts for North-West not later than at 12a.m. local time.The sealed external envelope shall be free of all identification marks, failing which it shall be rejected.

The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

OPEN NATIONAL INVITATION TO TENDER N° 49 /ONIT/IVIINMAP/RDNW/NWRTB/2017 OF

FOR THE CONSTRUCTION OF A BRIDGE OF 12M OVER RIVER BENUMBIALIEH IN WIDIKUM SUB-DIVISION, NORTH-WEST REGION (To be opened only during the bids opening session of the Tenders Board) 10. Delai de Livraison

The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be FOUR (04) months with effect fromd ate of notification of the Service Order to start execution.

11. Cautionnement Provisoire

Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder's name by a first rate bank approved by the Ministry in chargeof Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for ninety(90) days beyond the original date of the validity of the offers.

Lot Works Locality Extimated Cost Bid Bond Tender Fee

1 Construction of a bridge of 12m over river Benumbialieh in Widikum Sub-Division, North-West Region

Benumbialieh in Widikum SubDivision, North-West Region.

75 000 000 FCFA 1 500 000 FCFA 83 000 FCFA

(23)

12. Recevabilité des Offres

Under risk of being rejected, being rejected, administrative documents must be produced in originals o rtrue copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials, Bank Officials, etc.) or by Administrative Authorities as the case may be (Example:SDO,DOetc) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three(03) months or must not be produced after the submission of the tender file. Double

certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this notice and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder's name by a first rate bank approved by the Ministry in charge of Finance.

The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders notlaterthanthirty(30)daysaftertheperiod of bid validity. For the successful bidder to whom the contract will be awarded, the bid bond shall be returned to the contractor by the Contracting Authority once the final bond has been provided.

Bidders shall remain committed to their offers for a period of ninety(90) days from the last date for the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.

NB :The contractor shall, present the originals of the respective certified documents for strict verification of their authenticity during site installation.

13. Ouverture des Plis

Bids shall be opened by the Regional Tenders Board for North-West in a single phase on the 04/01/2018 at 1:00 P.m.

local time in the hall at the Regional Delegation of Public Contracts, North-West. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session.

Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected.

(24)

14. Critères d'évaluation

The evaluation of bids shall be carried out in three stages:

>1st Stage : verification of the conformity of each administrative document;

> 2nd Stage : Evaluation technical bids ;

> 3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

A)Eliminatory Criteria.

-Absence of a document in the administrative file;

-Deadline of execution more than the prescribed;

-False declaration or falsified documents;

- Absence or insufficient bid bond;

-Omission of a quantified task on the bill of quantities and cost estimates

-The presentation of a personnel without a certified copy of the national identity card -Technical score not less than 75%

NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well.

B) Essential Criteria They are primordial or key modalities in the judgment of the technical and financial capacity of candidates to execute the tasks forming the subject of the invitation to tender.

They were determined in relation to the nature and content of the tasks to be executed.

The criteria relating to the qualification of candidates could indicatively be on the following:

-General presentation of the tender files;

-References of the company in similar achievements;

-Quality of the personnel per lot requested;

-Attestation and report of site visit;

-Technical organization of the works, -Equipment's put aside for this project,

- Special Technical Clauses initialed in all the pages and signed, stamped and dated on the last page ;

- Special Administrative Clauses completed and initialed in all the pages and signed, stamped and dated on the last page

;

-Safety measures on the site.

-Pre-financial capability NB:

-Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.

-Details of these main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAO).

(ii) Financial Offer ,it shall consist of going through the bill of quantities in reference to the unit price schedule and the subdetail of unit prices.

15. Attribution

The CONTRACT shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the public

contracts code.

16. Durée Validité des Offres

Bidders shall remain committed to their offers for ninety(90) days from the deadline set for the submission of tenders (offers).

(25)

17. Renseignements Complémentaires

Additional information may be obtained during working hours from the Regional Delegate's private secretariat, door 101 tel: 233361887 at the Regional Delegation of Public Contracts for North-West.

NB:The Contracting Authority may a any time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.

BAMENDA le 15 Décembre 2017 Le DÉLÉGUÉ RÉGIONAL BANG JOSEPH EWUNSOH

(26)

COMMUNE DE NGAOUNDÉRÉ 3ÈME

APPEL D'OFFRES NATIONAL OUVERT N° 08/ AONO/19/062017 EN PROCEDURE D'URGENCE POUR LES TRAVAUX D'INITIALISATION A LA COLLECTE ET A LA VALORISATION DE LA JACINTHE D'EAU ET DES

AUTRES PLANTES AQUATIQUES ENVAHISSANTES DANS LE LAC BINI, COMMUNE

D'ARRONDISSEMENT DE NGAOUNDERE 3, DEPARTEMENT DE LA VINA, REGION DE L'ADAMAOUA.

FINANCEMENT

BUDGET INVESTISSEMENT PUBLIC (BIP) , 0 IMPUTATION

51 28 362 06 641029 2811 931

Télécharger la piece d'origine Affichage Web

1. Objet

Dans le cadre de l'exécution du Budget d'Investissement Publics pour l'exercice 2017, le Maire de la commune d'arrondissement de N'gaoundéré 3 lance pour le compte de la Commune de N'gaoundèrè 3, un appel d'Offres National ouvert pour les travaux d'initialisation à la collecte et à la valorisation de la jacinthe d'eau et les autres plantes aquatiques envahissantes dans le lac BINI, dans l'arrondissement de N'gaoundéré 3, département de la

Vina, région de l'Adamaoua.

2. Consistance des prestations

Dans le cadre de cette prestation, il sera question pour le prestataire qui sera retenu

- De présenter aux populations des sites concernés, l'éventail des possibilités de valorisation de la jacinthe d'eau et des autres espèces envahissantes (compost, objets d'art, papier, aliment pour le bétail, etc.)

-D'initier les mêmes populations à la collecte et à la valorisation des plantes aquatiques envahissantes en compost (une fosse), objets d'art, papier, aliment pour le bétail (au moins 30 sacs par village et 20 bottes par hangar par site de collecte), etc.

-D'accompagner les populations dans la collecte de la Jacinthe dans tous les sites de proliférations localisés et pour les autres plantes envahissantes sur un minimum de 4 ha

-De les accompagner dans la recherche des marchés pour les produits sources de revenus (aliment à bétail, compost)

3. Participation et origine

La participation au présent avis d'Appel d'offre ouvert est ouverte aux entreprises ou sociétés camerounaises de droits publics, justifiant d'une capacité technique et financière pour la réalisation des travaux susmentionnés.

4. Financement

La présente activité sera financée par le Budget d'Investissement Public du MINEPDED exercice 2017 au montant de 15 000 000 FCFA sous l'imputation budgétaire 51 28 362 06 641029 2811 931

5. Consultation du Dossier

Le Dossier d Appel d Offres peut être consulté aux heures ouvrables dès publication du présent avis au secrétariat général de la commune d'arrondissement de N'gaoundéré 3

6. Acquisition du Dossier

Le Dossier d'Appel d'Offres peut être retiré au secrétariat général de la commune d'arrondissement de N'gaoundéré 3 dès publication du présent avis sur présentation d'une quittance de versement à la Recette

Municipale de N'gaoundéré 3 d'une somme non remboursable de FCFA 15 000 (quinze mille) représentant les frais d'achat du dossier

(27)

7. Remises des offres

Chaque offre, rédigée en français ou en anglais, en sept (07) exemplaires, dont un (01) original et six (06) copies, marquée comme tel, devra parvenir au secrétariat général de la commune d'arrondissement de N'gaoundéré 3 au plus tar'dlg| 2017 à 13 heures précises et devra porter uniquement la mention :

8. Delai de Livraison

Le délai maximum de la prestation prévu par le Maître d'Ouvrage, est de quatre vingt dix (90) jours à compter de la date de notification de l'ordre de service de démarrage des prestations.

9. Cautionnement Provisoire

Chaque soumissionnaire devra fournir une caution de soumission d'un montant de trois cent mille (300 000) établie par une banque de premier ordre agréée par le Ministère des finances et dont la liste figure dans la pièce n°10 du présent DAG et dont le délai de validité est de cent vingt (120) jours à compter de la date limite de dépôt des offres.

Sous peine de rejet, les pièces administratives requises devront être impérativement produites en originaux ou en copies certifiées conformes par le service émetteur ou une autorité compétente

conformément aux dispositions du Règlement Particulier de l'Appel d'Offres (RPAO).

Elles devront obligatoirement être en cours de validité.

10. Ouverture des Plis

L'ouverture des plis se fera en deux temps.

L ouverture des offres aura lieu 09/06l2017 à 14 heures précises au secrétariat général de la commune d'arrondissement de N'gaoundéré Seuls les soumissionnaires peuvent assister à cetteséance

d'ouverture ou s'y faire représenter par une personne de leur choix dûment mandatée et ayant connaissance de l'offre.

11. Critères d'évaluation

Les critères éliminatoires sont les suivants :

-Absence d'une pièce administrative ou fausse déclaration ou alors pièce falsifiée ; - Absence d'un prix unitaire quantifié ;;

- Note technique inférieure à 70%.

- Avoir un marché résilié ou abandonné au cours des deux dernières années (2015-2016)

Sous peine de rejet, la caution de soumission et l'attestation de domiciliation bancaire du soumissionnaire doivent être impérativement produites en originaux, les autres pièces en originaux ou en copies certifiées conformes. Ces justifications administratives doivent dater de moins de trois (03) mois et être conformes aux modèles.

PRINCIPAUX CRITERES DE QUALIFICATION Les critères de qualification sont les suivants :

-Compréhension de la mission, approche méthodologique et plan de travail 50

- Observations et suggestions pertinentes sur la collecte et la valorisation de la jacinthe d'eau et les autres plantes aquatiques envahissantes 10

- Approche technique et méthodologique 20 - Plan de travail 20

- Expérience des consultants (personne morale) pertinente pour la mission ..10 - Qualifications et expériences du personnel clé pour la mission 40

Le score technique minimum requis est de 70/100 points.

12. Durée Validité des Offres

Les soumissionnaires restent engagés par leurs offres pendant une période de quatre-vingt dix (90) jours à partir de la date limite fixée pour la remise des offres.

(28)

13. Renseignements Complémentaires

Des renseignements complémentaires peuvent être obtenus aux heures ouvrables au secrétariat général de la commune d'arrondissement de N'gaoundéré 3.

NGAOUNDERE le 19 Juin 2017 Le MAIRE MASSAGALA ALH DJIKA

(29)

DÉLÉGUÉ RÉGIONAL DU MINMAP DU NORD OUEST

OPEN NATIONAL INVITATION TO TENDERNO 50. /ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017THROUGH THE EMERGENCY PROCEDURE FOR THE SUPPLYAND INSTALLATION OF 54

SOLAR STREETLIGHTS FOR "ALL INONE" AND 18 SOLAR STREET LIGHTS "ALLIN TWO" IN SOMEMAJOR ROADS AND ROAD JUNCTIONS IN NDU COUNCIL IN NDUMUNICIPALITY, DONGA

MANTUNG DIVISION NORTH WESTREGION.

FINANCEMENT

FONDS SPÉCIAL D'EQUIPEMENT ET D'INTERVENTION INTERCOMMUNALE (FEICOM) , NDU COUNCIL BUDGET

Télécharger la piece d'origine Affichage Web

1. Objet

within the framework of the Funding Agreement N° /CCF /FEICOM/DG/CAJ/DCCC/2017 between FEICOM and NDU COUNCIL the ReGIONAL Delegate of Public Contracts for the North-West Region hereby launches an open national invitation of 54 solar streetlights for "all in one" and 18 solar street lights "all in twol" in some major roads and road junction in NDU Municipality, Donga Mantung Division North West Region

2. Consistance des prestations

The works comprise notably: the installation of 54 solar streetligths for "all in one" and 18 solar street lights "all in two" in some major roads and road junctions by performing the tasks below:

The street lighting system basically consists of:

I-SPV Module

II- Low maintenance battery III -Luminaire

IV-Pole V-Battery box

VI-Interconnecting cables

VII-The street lighting system basically consists of:

3. Cout Prévisionnel

The estimated cost after preliminary studies stands at ninety million two hundred thousand FCFA (97 200000) all taxes inclusive per lot.

4. Allotissement

The works shall be in one lot 5. Participation et origine

Participation is opened under the same conditions to all Cameroonian Companies and business concerns that have proven experience in the field of building construction and civil engineering, in general, and who are not in a period of suspension by the authority in charge of public contracts.

(30)

6. Financement

The said works shall be financed jointly as per the convention signed between FEICOM and NDU Council assigned to the Mayor of NDU Council as Authorising Officer with the budgets of 2017.

7. Consultation du Dossier

The tender file may be consulted during working hours at the Regional Delegation of Public Contracts for the North West, service for infrastructural contracts, door 104 b; tel 233361673.

8. Acquisition du Dossier

The tender file may be acquired from the Regional Delegation of Public Contracts for the North West, service of contracts of infrastructures, door 104b tel: 233 361 673, upon presentation of a non-refundable treasury receipt (payable at the Regional Treasury Bamenda) of One hundred thousand (100 000) FCFA. Such a receipt shall identify the payer as representing the company that wants to participate in the tender.

9. Remises des offres

Each bid drafted in English or French shall be signed by the bidder or by a duly authorised representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three(3) envelopes: (A-Admmistrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach the Regional Delegation of Public Contracts for the North West Bamenda, service for infrastructural Contracts, not later than (See schedule below), and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER

NO..50./ONIT/RDMINMAP/NWRTB/2017 OF THE 15/12/2017 THROUGH THE EMERGENCY PROCEDURE FOR THE SUPPLY AND INSTALLATION OF 54 SOLAR STREETLIGHTS FOR "ALL IN ONE" AND 18 SOLAR STREET

LIGHTS "ALL IN TWO" IN SOME MAJOR ROADS AND ROAD JUNCTIONS IN NDU COUNCIL IN NDU MUNICIPALITY, DONGA MANTUNG DIVISION NORTH WEST REGION.

"To be opened only during the bid-opening session"

In case of any ambiguities or differences, only the original shall be considered authentic.

10. Delai de Livraison

The maximum duration of execution provided for by the Contracting Authority shall be four calendar (04) months, as from the date of notification of the contractor by the control engineer to start work.

11. Cautionnement Provisoire

Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in

charge of finance, (see list in document No. 12 of this tender file), of an amount of one million nine hundred and forty four thousand (1 944 000) FCFA, valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.

12. Recevabilité des Offres

Under penalty of being rejected, only originals or true copies certified by the issuing service or adrritnistrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in

accordance with the Special Regulations of the invitation to tender.They must obligatorily be not older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice. Any

(31)

13. Ouverture des Plis

The opening of the bids in one phase shall be done on 04/01/2018 at 13hrs (1:00 pm) prompt in the Conference Hall of the Regional Delegation of Publics Contracts for the North West by the competent tender board.Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.

14. Critères d'évaluation

The evaluation of bids shall be carried out in three stages:

-1st stage: verification of the conformity of each administrative document ; -2nd Stage : Evaluation technical bids;

-3rd Stage: Analyses of Financial bids.

The criteria of evaluation shall be as follows:

1-Eliminatory criteria

- Absence of a document in the administrative file;

- Deadline ofexecution more than the prescribed;

-False declarationor falsified documents;

- Absenceorinsufficient bid bond;

-Omission of a quantified task on the bill of quantities and cost estimates

- The presentation of apersonnel without acertified copy of the national identity card Enterprise with an abandoned contract or uncompleted above contractual deadline.

-Non satisfaction ofatleast 75% of the criteria onrefrences

2. Main Qualification criteria The criteria relating to the qualification of candidates could indicatively be on the following:

• Financial situation

• Experience

• Personnel • Equipment

• Methodology/organization of the site 15. Attribution

The Contract shall be awarded to the bidder whose bid Is in conformity to the dispositions of the tender file and on the basis of

the lowest bid and technical quality, confer article 33 of the public contracts code.

16. Durée Validité des Offres

The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.

17. Renseignements Complémentaires

Complementary technical information may be obtained every day during working hours from the Regional Delagation of Public Contracts for the North West ( Service of Infrastructural of contracts of, door 104 b, tel: 233361673)

BAMENDA le 15 Décembre 2017 Le DÉLÉGUÉ RÉGIONAL BANG JOSEPH EWUNSOH

Références

Documents relatifs

COMMUNIQUE N°003/C/DN/CY/CIPM/2022 DU 10 MARS 2022 PORTANT PUBLICATION DES RESULTATS RELATIFS AU DOSSIER D'APPEL D'OFFRES NATIONAL OUVERT EN PROCEDURE D'URGENCE

Les offres devront être accompagnées d’un cautionnement provisoire (garantie bancaire de soumission), établi selon le modèle indiqué dans le Dossier d’Appel d’Offres par une

• Ce psylle contracte le phytoplasme selon un mode persistant : une fois infectieux, il est capable de transmettre le phytoplasme pendant plusieurs semaines à..

« Convention d’autorisation d’occupation temporaire du domaine public immobilier en vue de la fourniture, la pose, l’exploitation et la maintenance de bornes de

Date de publication de l’ouverture de la fenêtre « AMI QVT 2022 » : 11 avril 2022 Fenêtre de dépôt des dossiers de candidature : 11 avril 2022 – 1 er juillet 2022.. Direction

Il identifie un déficit d’offre de transformation alimentaire permettant de valoriser les productions agricoles locales mais permettant aussi d’implanter sur le territoire

Les espaces seront entièrement aménagés et équipés par l’Occupant et à ses frais, pour l’exercice de son activité. Le comptoir de vente ou triporteur doit

AVIS D'APPEL D’OFFRES NATIONAL OUVERT N° 04/AONO/C.EDZ/SG/CIPM/2022 DU 31 MARS 2022 EN PROCEDURE D’URGENCE POUR L’EXECUTION DES TRAVAUX DE CONSTRUCTION DU CENTRE DE SANTE INTEGRE