Académique Documents
Professionnel Documents
Culture Documents
I.1.1. Travaux
- MINMAP/Wouri . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
- MINESEC . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
* Matériels Informatiques
- MINTSS .......................................... 8
* Autres Fournitures
- HGOPY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11
Bulletin d’annonces des Marchés Publics
BP : 6604 Yaoundé - MINADER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14
Fax : 22 20 60 43 / 22 20 33 26
Tél. : 22 20 18 03 / 22 20 00 08 / 22 20 00 09
jdm@armp.cm
Matériels roulants
MINMAP/Wouri
Demande de cotation N°07/DC/DDMAP/CDPM/HLD du 05 avril 2015 pour l’acquisition d’un
véhicule de fonction de type berline pour le directeur de l’hôpital Laquintini de Douala
1. Objet de la consultation : Akwa, sous pli fermé au plus tard le 05 Mai 2015 à 12 heures
Le Délégué Départemental des Marchés Publics du Wouri, et devra porter la mention :
Autorité Contractante, lance une Demande de Cotation pour
l’acquisition d’un véhicule de fonction de type berline pour le « Demande de cotation N°07/DC/DDMAP/CDPM/HLD du 05
directeur de l’hôpital Laquintinie de Douala avril 2015 pour l’acquisition d’un véhicule de fonction de type
berline pour le directeur de l’hôpital Laquintini de douala
2. Consistance des équipements :
Le présent Dossier de Consultation, concerne la fourniture d’un A n’ouvrir qu’en séance de dépouillement »
véhicule de fonction de type Berline, son transport et sa livrai-
son à l’Hôpital Laquinitinie de Douala. 8. Cautionnement :
Les offres devront être accompagnées d’un cautionnement pro-
3. Participation et origine visoire (garantie de soumission) établi selon le modèle indiqué
La participation à la présente consultation est ouverte à tous les dans le DAO, par un établissement bancaire de premier ordre
Concessionnaires automobiles, et autres entreprises de droit agréé par le ministère en charge des finances et dont le montant
camerounais exerçant dans ce domaine d’activités. est de quatre cent soixante mille (460 000) FCFA.
Les Concessionnaires et entreprises exclues des marchés Les chèques bancaires ou certifiés ne seront pas acceptés ainsi
publics au Cameroun, ou ayant abandonné les marchés au cours que tout autre document transactionnel.
des années précédentes, ou alors ayant connu des malfaçons L’absence du cautionnement provisoire ou sa non-conformité
importantes dans les marches antérieures ne sont pas autorisés au modèle joint dans le DAO entraine à l’ouverture le rejet sys-
à soumissionner. tématique de l’offre.
10. Ouverture des offres : financières évaluées TTC pour les entreprises de même régime
L’ouverture des offres aura lieu le 05 Mai 2015 à 13 heures fiscal et H.T Si les Entreprises sont de régimes fiscaux diffé-
dans la salle des réunions de la Délégation départementale du rents Les soumissionnaires restent engagés par leur offre pen-
Ministère des Marchés Publics du Wouri, Région du Littoral, dant quatre-vingt-dix (90) jours à compter de la date limite fixée
sis à l’immeuble KASSAP à AKWA, par la commission dépar- pour leur remise.
tementale de passation des marchés.
Seuls les soumissionnaires peuvent assister à cette séance 13. Critères d’attribution :
d’ouverture ou s’y faire représenter par une personne dûment La lettre Commande sera attribuée au soumissionnaire donc
mandatée et ayant une parfaite connaissance du dossier. l’offre aura respecté l’essentiel des dispositions du dossier de
consultation et ayant l’offre financière la moins-disante.
11. Délais :
Le délai d’exécution prévu par l’Autorité Bénéficiaire pour la 14. Garantie du constructeur:
fourniture de ces équipements est de trente (30) jours à compter Le Véhicule devra être accompagné d’une garantie du constructeur.
de la date de notification de l’ordre de service.
15. Renseignements complémentaires:
12. Critères d’évaluation Ils peuvent être obtenus aux heures ouvrables auprès de la Délégation
Les critères éliminatoires de la Consultation sont les suivants : départementale du Ministère des Marchés Publics du Wouri, Région
- Fausses déclarations, substitution ou falsification des pièces du Littoral, sis à l’immeuble KASSAP à AKWA.
administratives ;
- Absence ou non-conformité des pièces administratives aux Fait à Douala, le 06 Avril 2015
prescriptions du DAO ;
Le Délégué Départemental
Pour chacune des offres qualifiées, La Commission de MOUTSAPHA KADIDJATOU
Passation des Marchés procédera à l’examen de leurs offres
the noncompliance with the example of documents as stated in 12. Evaluation criteria:
the invitation to TENDERS file shall simply be rejected. The eliminatory criteria for t he calls for quotations are as follows:
- The Bid Bond shall be released latest 30 (thirty) - False declarations, substitutions or falsification of administra-
days after the validity of bids for tenders who have not been tive documents.
selected. - Absence or unconformity of administrative documents as pre-
In the case where the tender is awarded the contact, the Bid scribed by the tender document.
Bond shall be released after the final deposit is issued.
For each bid that qualifies, the tenders board will proceed to the
9. Conformity of bids: examination of their financial bids, valued all taxes inclusive if
To avoid file rejection, the documents and the provisional all the companies are of the same fiscal regime, and without
deposit statement shall be submitted in originals, certified less taxes if enterprises are of different fiscal regimes. The contract
than 3 (three) months ago. will be awarded to the best bidder.
The lack of the Bid Bond issued by a banking institution recog- The bidders will remain engaged to their bids within 90 days
nised by the Ministry of Economy and Finance or the noncom- from the date fixed for the submission of bids
pliance with the example of documents as stated in the invita-
tion to TENDERS file shall simply be rejected. 13. Attribution criteria:
The jobbing order will be awarded to the bidder who respects
10. Opening of bids: all the essential dispositions of the consultation document and
Bids shall be opened on 05 May 2015 at 01 o’clock pm local have the lowest financial offer.
time in the meeting hall of the Wouri Divisional Delegate of
public contract’s Office in the presence of bidders or their duly 14. Constructor’s guarantee:
mandated representatives. Each equipment should be accompanied by the construction guarantee.
Every bid that doesn’t conform to the invitation to TENDERS
file shall be declared inacceptable. To avoid the bid rejection, 15. Complementary information
the Bid Bond and the required documents shall be submitted in All complementary information can be obtained from the
originals, certified as required in the TENDERS file. Wouri Divisional Delegation of Public Contracts based at the
first floor of the KASSAP building Akwa.
11. Duration:
The duration previewed by the benefitting authority for the sup- Done at Douala, the 06 April 2015
ply of the equipment is fixed at thirty (30) from the date of noti- The Divisional Delegate
fication of the service order to start the supplies. MOUTSAPHA KADIDJATOU
MINESEC
Quotation request N°006/DC/MINESEC/CSPM/UG-PEST/ING/2015 of 13 April 2015 for the
supply of double cabin pick-up 4 x 4 vehicle as part of the support for the secondary technical
school project unit of the construction and equipment for the government technical school of
OMBE
Ecole de Police) filling station on the first floor of Pharmacie The offers will have to be quantified without tax on the added
Ecole de Police in Yaounde - Cameroon P.O. Box : 16 044, value (HTVA) and inclusive of all taxes (TTC), and accompa-
Telephone : 222 20 10 14 / Fax : 222 20 10 16, against the pre- nied with a signed model of the submission.
sentation of a receipt for payment of a non refundable fee of
50 000 (fifty thousand) CFA francs paid into account number 9. Deadline of execution:
335988 in the name of ARMP at any BICEC branch. The dead line of execution is Fifteen (15) days from the date of
notification for this contract to begin.
7. Submission of Files:
Bidders have up to twenty (20) days from the date of publica- 10. Evaluation criteria:
tion of this Invitation to submit their bids. Qualifying criteria :
Signed bids, in English and French and produced in 07 (seven) - Absence or non-compliance of administrative document False
copies, 01 (one) original and 06 (six) copies indicated as such, declaration or forged;
shall be submitted to the Head-Office of the Management Unit - No manufacturer prospectus;
of the Secondary Technical School Project (STSP PROJECT) - Non-compliance with a (01) major criteria below:
located opposite the MRS (former TEXACO Ecole de Police) - Fiscal power: at least 08 CV;
filling station on the first floors of Pharmacie Ecole de Police in - Radius at most 6.30 meter deflection;
Yaounde - Cameroon P.O. Box : 16 044, Telephone : 222 20 10 - Power source: Diesel.
14 / Fax : 222 20 10 16 Email : projet badea@yahoo.fr on the - Height ground: at least 200 millimeters
04 May 2015 at 12 noon local time bearing the indication: - Non-compliance with at least three (03) on five key criteria
(05).
“Quotation request N°006/DC/MINESEC/CSPM/UG-
PEST/ING/2015 of 13 April 2015 for the supply of double Essential criteria:
cabin pick-up 4 x 4 vehicle as part of the support for the sec- The assessment of the essential criteria will be made on the
ondary technical school project unit of the construction and basis of the binary system of the notation below :
equipment for the technical school of OMBE - sheet bearing initialed technical specifications;
- Compliance with technical specifications (respect at least 15
To be opened only during the bids assessment session” elements of 18);
- Having performed a 3 (01) similar contract within three (03)
Bids submitted after the above-mentioned date line and hour years ;
shall be simply rejected. - Warranty period (the minimum time required is twelve (12)
months);
8. Acceptability of bids: - Delivery is required within 15 days .
In addition to administrative documents, each bid shall include 11. Period of validity of the bids:
a guarantee of FIVE HUNDRED THOUSANDS francs CFA The bidder is bound by his bid for a period of sixty (60) days
(500.000FCFA), by an accredited banking institution in confor- with effect from the deadline fixed for the submission of the
mity with the model provided in their tender file. bids.
The guarantee that shall be valid for a period of one hundred 12. Further Information:
and twenty (120) days from the date of opening of bids. Further technical information may be obtained at the P.E.S.T
Project based on the 1st floor of “Pharmacie Ecole de Police” in
Bids will be received in the address mentioned above and The front of MRS station (former TEXACO Ecole de Police)
examination of administrative and technical files shall take Phone: (237)2 22 20 10 14).
place in the Conference hall of the Project Unit at ..one (01)
HRS AM on 04 May 2015 by the Contract Award Commission Yaoundé the 13 APRIL 2015
of that Project in the presence of Bidders or their duly mandat-
ed representatives who have a thorough mastery of their bids Louis BAPAS BAPES
Nota bene : Toute Offre déposée au-delà des dates et heures sus Fait à Yaoundé le 13 Avril 2015
indiquées sera purement et simplement rejetée. Louis BAPES BAPES
Matériels Informatiques
MINTSS
Avis d’Appel d’Offres National Ouvert N°0004/AONO/MINTSS/CMPM/2015 du 14 avril 2015
pour l’acquisition du matériel informatique (lot 1) et la construction et l’installation d’un
Centre serveur à l’Observatoire National du Travail (ONT) (lot 2).
1. Objet de l’Appel d’Offres du présent avis, contre versement d’une somme non rembour-
Dans le cadre de l’amélioration du cadre et des conditions de sable de quatre vingt mille (80 000) F CFA, payable au Trésor
travail dans le sous-secteur travail et sécurité sociale, le public de Yaoundé.
Ministre du Travail et de la Sécurité Sociale, lance un Appel
d’Offres National Ouvert pour l’acquisition du matériel infor- 10. Remise des offres
matique au MINTSS et la construction et l’installation d’un Chaque offre rédigée en français ou en anglais en sept (07)
Centre serveur à l’Observatoire National du Travail (ONT). exemplaires dont l’original et six (06) copies marquées comme
tels, devra parvenir au Service des Marchés Publics du
2. Consistance des prestations MINTSSS, porte 111, téléphone 222 23 05 60, au plus tard le
Les prestations du présent marché comprennent l’acquisition du 18 mai 2015 à 10 heures et devra porter la mention :
matériel informatique au MINTSS et la construction et
l’installation d’un Centre serveur à l’Observatoire National du Avis d’Appel d’Offres National Ouvert
Travail (ONT). n°0004/AONO/MINTSS/CMPM/2015
du 14 avril 2015 pour l’acquisition du matériel informatique
3. Délais de livraison (lot 1) et la construction et l’installation d’un Centre serveur
Le délai maximum prévu par le Maître d’ouvrage pour la livrai- à l’Observatoire National du Travail (lot 2)
son des fournitures du présent appel d’offres est de trente (30)
jours pour le lot 1 et soixante (60) jours pour le lot 2. « A n’ouvrir qu’en séance de dépouillement »
Marchés Publics du Ministère du Travail et de la Sécurité le chiffre d’affaire de la patente en cours au moins égale à
Sociale, dans la salle de conférences du MINTSS, porte 117. 100 000 000 de F CFA pour le lot 1 et 50 000 000 F CFA pour
Seuls les soumissionnaires peuvent assister à cette séance le lot 2 ;
d’ouverture, ou s’y faire représenter par une personne de leur l’attestation de visite de lieux signée par le Directeur des
choix dûment mandatée. Affaire Générales du MINTSS ;
l’analyse des prestations à effectuer ;
14. Critères d’évaluation
Critères éliminatoires le planning des travaux (cohérence entre les tâches et les
Absence de la caution de soumission ; durées) ;
Fausse déclaration ou pièce falsifiée ; l’organisation du chantier en équipe ;
Non-conformité aux spécifications techniques ; la justification de la propriété du matériel de travail ;
Note technique inférieure à 80% de « Oui » ; la présentation de l’offre, intercalaires en couleur.
Absence d’un prix unitaire quantifié ;
Non-conformité du modèle de soumission. 15. Attribution
Absence ou non-conformité d’une pièce administrative ; Offre la moins disante, conforme au DAO et dont la note tech-
Absence de l’agrément pour l’année en cours, délivré par le nique minimale est de 80% de « Oui ».
fabricant au soumissionnaire pour les micros ordinateurs de
bureau et les imprimantes (lot 1) et pour l’ordinateur serveur 16. Durée de validité des offres
(lot 2) ; Les soumissionnaires restent engagés par leur offre pendant une
Absence de l’autorisation délivrée par le Fabricant au soumis- période de soixante (60) jours à partir de la date limite fixée
sionnaire pour vendre les micros ordinateurs de bureau et les pour la remise des offres.
imprimantes (lot 1) et pour l’ordinateur serveur (lot 2) de sa
marque ; 17. Renseignements complémentaires
Absence de la déclaration de conformité à la norme ISO/ICE Les renseignements complémentaires peuvent être obtenus aux
[ordinateurs de bureau et les imprimantes (lot 1) et l’ordinateur heures ouvrables au service des marchés Publics, porte 111,
serveur (lot 2)]. téléphone 222 23 05 60.
Critères essentiels Yaoundé, le 14 avril 2015
Les critères relatifs à la qualification des candidats porteront à
titre indicatif sur : Le Ministre du Travail
l’expérience ; et de la Sécurité Sociale
les personnels et leur affectation ; Grégoire OWONA
les matériels et logistique ;
1. Purpose of this Invitation to Tender Lot No.1: acquisition of thirty five (35) sets of complete desk-
With a view to improving the working conditions in the Labour top computers in MINTSS;
and Social Security Subsector, the Minister of Labour and Lot No.2: construction and installation of a Computer Center
Social Security hereby launches an Open National Invitation to (server) in the National Labour Observatory (NLO).
Tender to acquire a computer equipment for MINTSS and to
construct and install a Computer Center (Server) in the National 5. Estimated Cost
Labour Observatory (NLO). The estimated cost of the provisions upon completion of prior
studies is amounting to CFA F. fifty million (50,000,000) for
2. Nature of Provisions the lot No.1 and CFA F. twenty five million (25,000,000) for
Provisions concerned by this contract consist of acquiring com- the lot No.2.
puter equipment for MINTSS and constructing and installing a
Computer Center (Server) in the National Labour Observatory 6. Participation and origin
(NLO). This Invitation to Tender is opened to Companies under
Cameroonian Law.
3. Delivery Period
The maximum time limit provided by the Project Owner for the 7. Funding
delivery of the above-mentioned equipment is of thirty (30) Provisions of the present Invitation to tender shall be financed
days for Lot No.1 and sixty (60) days for Lot No.2 by the Public Investment Budget of MINTSS 2015 Financial
Year, under the budgetary charges No 49-41-542-05-300021-
4. Allotment 2276 and No.49-41-543-01-300021-2276 respectively.
Provisions are made up of two lots:
8. Consultation of the Tender File Labour and Social Security, in the Conference Hall, Room 117.
The Tender File can be consulted during working hours at the Only bidders or one of their duly mandated representatives shall
Public Contract Service of MINTSS, Room 111, and be called upon to attend this ceremony.
Telephone 222 23 05 60 as from the publication of this Tender
Notice. 14. Evaluation Criteria
Eliminatory Criteria
9. Acquisition of the Tender File Absence of the Bid Bond;
The Tender File can be obtained from the Public Contract False declaration or falsified documents;
Service of MINTSS, Room 111, Telephone 222 23 05 60 as Non-compliance wth Technical Specifications;
from the publication of this Tender notice, upon presentation Technical score less than 80% of “Yes”;
of a payment slip of a non refundable amount of CFA F. eighty Absence of a quantified unit price;
thousands (80,000), payable at the Yaounde Public Treasury. Non compliance with the submission template;
Absence or non-conformity of an administrative document;
10. Submission of Bids Absence of a certification for the current year, duly obtained
Each bid drafted either in English or French in seven (07) from the manufacturer relating to desktop computers and print-
copies including one original and six (06) copies labelled as ers ( Lot No.1) and server computers (Lot No.2);
such, shall be submitted to the Public Contract Services of Absence of a license duly obtained from the manufacturer relat-
MINTSSS, Room 111, Telephone 222 23 05 60, on the 18th of ing to the sale of desktop computers and printers (Lot No.1) and
May 2015 at 10.00 prompt, local time latest and shall bear the server computers (Lot No.2) of their brand;
following inscription: Absence of a system conformance statement to the ISO/ICE
standards [desktop computers and printers for (Lot No.1) and
National Open Invitation to Tender No. Server computers (Lot No.2)].
0004/AONO/MINTSS/CMPM/2015
Essential Criteria
of 14th April 2015 to acquire a computer equipment (lot No.1)
The criteria for the qualification of candidates shall focus, on an
and to construct and install one Computer Center in the
indicative, on:
National Labour Observatory (NLO) (lot No.2)
Experience;
Personnel and their postings;
“To be opened only during the bid-opening session”
Equipment and Logistics;
Turn-over of the valid and current business tax greater at least
11. Amount of the Bid Bond
equal to CFA F. 100,000,000 for the lot No.1 and CFA F.
Each bidder shall attach to their administrative documents, a bid
50,000,000 for the Lot No.2;
bond issued by a first class bank approved by the Ministry in
Attestation for having visited the site duly signed by the
charge of Finances, worth CFA F. one million (1,000,000) for
Director of General Affairs of MINTSS;
the lot No.1 and CFA F. five hundred thousand (500,000) for
Analysis of services to be provided;
the lot No.2, valid for thirty (30) days as from the original date
Work Schedule (Consistency between tasks and their dura-
set for the validity of bids.
tions);
organising the job site into teams;
12. Admissibility of bids
Justifying the ownership of the work equipment;
For the file not to be rejected, required administrative doc-
Presenting the offer, insert sheets in colour print.
uments shall be duly provided in originals or in certified true
copies signed by the competent services or administrative
15. Award of the Contract
authorities, in accordance with Specific Regulations laid
The tender with the lowest tender price, consistent with the
down by this Invitation to tender. They shall not be older than
Tender File and the minimum technical score of which is made
three (03) months as from the submission deadline of bids or
of 80% of “Yes” shall be awarded the contract.
shall not be established after the effective and closing date of
this Invitation Notice.
16. Duration of the validity of bids
Bidders shall remain liable to their offers for a period of sixty
Any bid not meeting the requirements provided in this
(60) days as from the deadline prescribed for the submission of
Invitation Notice and of the Tender File shall be declared inad-
bids.
missible. In particular, the absence of the Bid Bond issued
by a first class financial institution approved by the
17. Additional Information
Ministry in charge of Finances or the non-compliance with
Additional Information can be obtained from the Public
templates of the Tender File , shall lead to the outright rejec-
Contract Service, Room 111, Telephone 222 23 05 60, during
tion of the Tender with no possible appeal.
working hours.
13. Opening of bids
The opening of administrative documents, technical and finan- Yaounde, on the 14th of April 2015
cial bids shall be done only once and shall take place on the The Minister of Labour
and Social Security
18th of May 2015 at 11.00 prompt, local time and shall be
Gregoire OWONA
conducted by the Ministerial Tender Board of the Ministry of
Autres Fournitures
HGOPY
Appel d’offres national ouvert en procédure d’urgence N°004/AONO-PU/HGOPY/CIPM/15
pour la fourniture et l’installation d’équipements médicaux dans les services du bloc opératoire,
d’anesthésie/réanimation et de pédiatrie a l’hôpital Gynéco-Obstétrique et Pédiatrique de
Yaoundé
mier ordre agréée par le Ministère des Finances, valable pen- - Absence d’autorisations des fabricants ou des contrats de
dant trente (30) jours au-delà de la date de validité des offres. représentation ;
Les montants des cautions sont répartis en lot et selon ce qui
- Absence de certificats de conformité ;
suit :
- Date de première mise sur le marché du modèle des équipe-
Lot n°. 1 900 000 (neuf cent mille) francs CFA ments proposés inférieure à 03 ans.
Lot n°. 2 350 000 (trois cent cinquante mille) francs
Lot n° 2 : Fourniture et installation d’équipements médicaux
CFA
dans les services de bloc Opératoire et Pédiatrie
Sous peine de rejet, les autres pièces administratives requises - Absence ou falsification des pièces administratives ;
devront être impérativement produites en originaux ou en - Absence dans l’offre financière d’un prix unitaire quantifié ;
copies certifiées conformes par les services émetteurs ou une
autorité administrative (Préfet, Sous-préfet,...) conformément - Non respect des courants ;
aux stipulations du Règlement Particulier de l’Appel d’Offres. - Absence d’autorisations des fabricants ou des contrats de
Elles devront obligatoirement dater de moins de trois (03) mois représentation ;
ou avoir été établies postérieurement à la date de signature de
l’avis d’appel d’offres. - Absence de certificats de conformité ;
Toute offre non conforme aux prescriptions du présent avis et - Date de première mise sur le marché du modèle des équipe-
du Dossier d’Appel d’Offres sera déclarée irrecevable. ments proposés inférieure à 03 ans.
Notamment l’absence de la caution de soumission délivrée par
une banque de premier ordre agréée par le Ministère des 12. Principaux critères de qualification :
Finances ou le non-respect des modèles des pièces du Dossier L’évaluation des offres techniques sera faite suivant le système
d’Appel d’Offres, entraînera Ie rejet pur et simple de l’offre binaire (oui/non) sur la base des critères essentiels de qualifica-
sans aucun recours. tion ci-dessous :
1. Subject of the invitation to tender: the Department of Finance and Administration of the YGOPH,
The General Manager of the Yaounde Gynaeco-Obstetric and on the 07th May 2015 at 2 pm, local time and should bear the
Pediatric Hospital (YGOPH) launches this National Invitation following instruction:
to tender in Emergency Procedure for the supply and installa-
tion of medical equipment in the following unit: surgical wing, “Open national invitation to tender in emergency procedure
anaesthesia/ intensive care unit and pediatric at Yaounde
N°004/ONIT-EP/YGOPH/CIPM/15 of 13th April 2015 for the
Gynaeco-Obstetric and Pediatric Hospital in two lots as follow:
supply and installation of medical equipment in the following
unit: surgical wing, anaesthesia/intensive care unit and pedi-
Lot n°1 Supply and installation of medical equipment
atric at Yaoundé Gyneco-Obstetric and Pediatric hospital
in anaesthesia/ intensive care Unit
Lot n°2 Supply and installation of medical equipment
Financing: CTR - Exercice 2015
in surgical wing and pediatric Unit
To be opened only during the tender file opening session”
2. Nature of works:
The works consist the procurement, installation and running of
8. Admissibility of bids:
medical equipment and training of personnel.
Each bidder must have in the administrative documents a bid
bond issued only by one of the first rate banks recognised by the
3. Participation and origin :
Ministry of Finance, with a validity period of thirty (30) days
Participation in this Invitation to tender shall be opened to
beyond the original bid validity date. The amount of the bid
Cameroon-based Enterprises specialised in supply, installation,
bond is as follow:
maintenance and repair of medical equipment.
Lot n°1 F CFA 900 000 (Nine hundred thousand)
4. Funding:
Lot n°2 F CFA 350 000 (Tree hundred and fifty thou-
Supplies which form the subject to this invitation to tender shall
sand)
be financed by 2015 CTR Budget, Account: 22 22 01 of the
YGOPH. The provisional budget is CFA F 50 324 000 (Fifty
For the bid not to be rejected, only originals or copies certified
million tree hundred and twenty four thousand) for the Lot n°1
by issuing services or an administrative authority (senior
and CFA F 17 400 000 (seventeen million four hundred thou-
Divisional officer, Divisional officer…), Of all the other
sand) for the Lot n°2.
requested administrative documents must appear in the original
example of the bid, in conformity with the stipulations of the
5. Consultation of the tender file :
special conditions of the Invitation to tender and must be less
The Tender File can be consulted during working hours at the
than three (03) months old.
Department of Finance and Administration of the YGOPH,
Any bid that does not comply with the prescriptions of this
P.O. BOX:4362 Yaounde; Tel/Fax 222 21 24 31 as soon as this
Invitation to tender shall be declared inadmissible. The absence
Tender File notice is published.
of a bid bond issued by a first rate bank recognised by the
Ministry of Finance or the non respect of the models of the doc-
6. Acquisition of the tender file:
uments that are in the tender file will result to an outright elim-
The Tender File can be obtained at the Department of Finance
ination of the bid.
and Administration of the YGOPH, with effect from the date of
publication of this tender notice, upon presentation of the
9. Opening of bids :
receipt of payment into the Public Treasury, Account of PCRA,
Bids shall be opened in one go by the Internal Tender Board of
of a non-refundable amount as follow:
the YGOPH, on 07th May 2015 at 3 pm local time in the
Lot n°1 F CFA 63 000 Sixty tree thousand Acting room of the Hospital Head Office. Only bidders or rep-
Lot n°2 F CFA 25 000 Twenty five thousand resentative of their choice shall be allowed to be present during
this opening session.
7. Submission of bids:
Each bid drafted in French or in English in six (06) examples 10. Deadline:
including one (01) original and five (05) copies labelled as The maximum deadline provided by the project owner is three
such, must be stamped and sealed with no indication on the (03) months for each lot from the date of reception of the notice
name of the bidder else will be rejected, should be deposited at to start the works.
MINADER
Avis de consultation ouverte pour une demande de cotation N°012/DC/MINADER/CPM/2015
du 15 avril 2015 relative à l’acquisition de trois (03) kits d’inspection des semences au MINADER
1- Objet de la consultation Cotation pour l’acquisition de trois (03) kits d’inspection des
Dans le but de renforcer la capacité technique de la Direction de semences.
la Réglementation et du Contrôle de Qualité des Intrants et
Produits Agricoles afin qu’elle soit un outil efficace pour 2- Consistance de la prestation
contrôler la qualité des semences et plants, le Ministre de La prestation de la présente Lettre Commande comprend la
l’Agriculture et du Développement Rural, Maître d’Ouvrage fourniture de :
lance un Avis de Consultation Ouverte pour une Demande de
N° Désignation Quantité
1 Humidimètre à graines portatif 01
2 Loupe manuelle 01
3 Sonde à grains 02
4 Système GPS portatif 01
5 Jeu de trois (03) tamis en acier inox 01
6 Décamètre d’arpenteur 01
7 Trousse de dissection 01
8 Equipement pour mesurer le poids volumétrique des semences 01
9 Lunettes de protection 01
10 Calculatrice scientifique 01
11 Vêtement imperméable 01
12 Masque de protection 01
13 Gants nitriles (paquet de 100) 01
14 Jumelles (binoculars) 01
15 Sachets pour la collecte d’échantillons (paquet de 200) 01
16 Etiquettes adhésives 02
17 Flacons LDPE 05
18 Sécateurs 01
19 Malette en aluminium pour contenir les équipements 01
1. Subject of the tender Quotation Request to tender for the acquisition of three (03)
Within the framework of improving the technical capacity of seed inspection kits.
the Department of Regulation and Quality Control of
Agricultural Products and Inputs, the Minister of Agriculture 2. Nature of service
and Rural Development has put forward an Opened National The service of this contract includes:
N° Désignation Quantité
01 potable grain moisture meter 01
02 hand lens 01
03 grain sampling probe 02
04 hand held GPS receiver 01
05 set of 3 stainless steel sieves 01
06 measuring tape 01
07 dissection set 01
08 hectolitre weight measuring equipment 01
09 goggles 01
10 scientific calculator 01
11 rain coat 01
12 respirators 01
13 nitril gloves (pack of 100) 01
14 binoculars 01
15 sample collecting bags (pack of 200) 01
16 adhesive labels 02
17 LDPE bottles 05
18 secateur 01
19 Aluminium case to carry the equipment 01
3. Estimated cost copies (with one (01) original and four (04) photocopies). This
The estimated cost of the operation following prior studies file should reach the Contracts’ Service of the Ministry of
stands at thirty million (30 000 000) Francs CFA. Agriculture and Rural Development in Yaoundé, on or before
the 05th may 2015 at exactly 11.00 am local time and should
4. Participation carry the following labelled:
This call is opened to all certified Cameroonian based suppliers
“Opened national quotation request to tender
5. Financing N°012/ONQR/MINARD/TB/2015 of 15th April 2015 for the
Supplies which form the subject of this tender shall be financed acquisition of three (03) seed inspection kits to the MINARD.
by the 2014 Budget of the National Seed Funds.
Financing: 2014 Budget of the National Seed Fund
6. Consultation Of Tender File
For any complementary information on the tender file, the ten- To be opened only during the bids analysis session”
derers should contact the Contracts’ Service at the Direction
of Material and Financial Resources of the Ministry of 9. Provisional bid bond
Agriculture and Rural Development in Yaoundé; Telephone Each bidder must include in his administrative documents, a bid
222 22 16 24, Fax: 22 22 50 91 bond issued by a first rate-bank approved by the Ministry in
charge of Finance of an amount 600 000 (six hundred thou-
7. Acquisition of tender file sands) F CFA valid for thirty (30) days beyond the original date
The file may be obtained from the Contracts’ Service of the of the validity of the offers.
Ministry of Agriculture and Rural Development in Yaoundé
telephone: 222 22 16 24 as soon as this notice is published 10. Admissibility of offers
against payment of non-refundable sum of fifty thousand Under pain of be rejected, only original of true copies certified
(50 000) CFA francs, payable at Public Treasury. by the issuing service or administrative authorities (Senior
Divisional Officers, Divisional Officers…) of the administra-
Also, the tenderers will have to register, making sure at the tive documents required, must imperatively be produced in
same time that their address (postal, telephone, fax, e-mail) is accordance with the special conditions of the invitation to ten-
provided in the Contract’s Service during working hours. der. The must obligatorily not be older than three (03) months
or must not produce after the signing of the tender file.
8. Submission of offers
Tenders should be written in English or French and in five (05) Any offer not in conformity with the prescription of this notice
and tender file shall be declared inadmissible. 14. Award of the contract
The contract shall be awarded to the bidder presenting an offer
11. Opening of bids in conformity to the quotation request file and the lowest rea-
The bids shall be opened in single phase. sonable price.
The opening of the administrative documents and the technical 15. Validity of offers
and financial offers shall be done on 05th may 2015 at 12 Bidders will remain committed to their tenders for a maximum
o’clock local time by the Tenders Boards of the Ministry of period of ninety (90) days from the deadline set for the sub-
Agriculture and Rural Development in the conference hall. mission of tenders.
Only bidders may attend or be duly represented by a person of
their choice. 16. Complementary information
Complementary technical information may be obtained during
12. Delivery deadline working hours from the Contract’s Service of the Ministry of
The maximum delivery deadline provided for by the contract- Agriculture and Rural Development in Yaoundé telephone: 22
ing Authority shall be thirty (30) days. 22 16 24.
13. Main eliminatory criteria Done in Yaoundé, the 15th April 2015
Bids shall automatically be rejected when:
- Absence or non-conformity of administrative documents; The Minister
- False or falsified documents; ESSIMI MENYE
- Non respect of models or tender file documents;
- Non respect of technical specifications.
1. Subject of the tender Quotation Request to tender for the acquisition of four (04) phy-
Within the framework of improving the technical capacity of tosanitary inspection kits.
the Quarantine Vegetation Station, the Minister of Agriculture
2. Nature of service
and Rural Development has put forward an Opened National
The service of this contract for every kit includes:
N° Designation Quantity
a) Safety ware
01 Disposable gloves 01
02 chemical resistant gloves 01
03 respirators 01
04 face masks 01
05 Pair of safety shoes 01
06 Safety Vest 01
07 shockproof Helmet 01
08 Goggles 01
09 coveralls 01
10 rain coat 01
11 Lab coats 01
b) Sampling material
12 spear sampler 01
13 dissection set 01
14 plastic bags for sample collection 01
15 small plastic boxes for collecting insect samples 05
16 self adhesive labels 02
17 Secateurs 01
18 Measuring tape 01
19 Pooters: intrument for picking up small invertebrates and depositing them 02
in a collecting vessel
20 precision balance 01
c) Equipment for examination and control of plants
21 Grain moisture meter 01
22 trinocular microscope 01
23 Manual microscope 01
d) other tools and equipment
24 Talkie Walkie 01
25 digital camera 01
26 Aluminium case to carry the equipment 01
3. Estimated cost and Rural Development in Yaoundé; Telephone 22 22 16 24,
The estimated cost of the operation following prior studies Fax: 222 22 50 91
stands at forty million (40 000 000) Francs CFA.
7. Acquisition of tender file
4. Participation The file may be obtained from the Contracts’ Service of the
This call is opened to all certified Cameroonian based suppliers. Ministry of Agriculture and Rural Development in Yaoundé
telephone: 222 22 16 24 as soon as this notice is published
5. Financing against payment of non-refundable sum of fifty-seven thousand
Supplies which form the subject of this tender shall be financed (57 000) CFA francs, payable at Public Treasury.
by the 2014 Budget of the National Seed Funds. Also, the tenderers will have to register, making sure at the
same time that their address (postal, telephone, fax, e-mail) is
6. Consultation Of Tender File provided in the Contract’s Service during working hours.
For any complementary information on the tender file, the ten-
derers should contact the Contracts’ Service at the Direction of 8. Submission of offers
Material and Financial Resources of the Ministry of Agriculture Tenders should be written in English or French and in five (05)
copies (with one (01) original and four (04) photocopies). This The opening of the administrative documents and the technical
file should reach the Contracts’ Service of the Ministry of and financial offers shall be done on 05th may 2015 at 12
Agriculture and Rural Development in Yaoundé, on or before o’clock local time by the Tenders Boards of the Ministry of
the 05th may 2015 at exactly 11.00 am local time and should Agriculture and Rural Development in the conference hall.
carry the following labelled: Only bidders may attend or be duly represented by a person of
their choice.
“Opened national quotation request to tender
N°013/ONQR/MINARD/TB/2015 of the 05th may 2015 for 12. Delivery deadline
the acquisition of four (04) phytosanitary inspection kits to the The maximum delivery deadline provided for by the contract-
MINARD ing Authority shall be thirty (30) days.
Financing: 2014 Budget of the National Seed Fund 13. Main eliminatory criteria
Bids shall automatically be rejected when:
To be opened only during the bids analysis session” - Absence or non-conformity of administrative documents;
- False or falsified documents;
9. Provisional bid bond - Non respect of models or tender file documents;
Each bidder must include in his administrative documents, a bid - Non respect of technical specifications.
bond issued by a first rate-bank approved by the Ministry in
charge of Finance of an amount 800 000 (eight hundred thou- 14. Award of the contract
sands) F CFA valid for thirty (30) days beyond the original date The contract shall be awarded to the bidder presenting an offer
of the validity of the offers. in conformity to the quotation request file and the lowest rea-
sonable price.
10. Admissibility of offers
Under pain of be rejected, only original of true copies certified 15. Validity of offers
by the issuing service or administrative authorities (Senior Bidders will remain committed to their tenders for a maximum
Divisional Officers, Divisional Officers…) of the administra- period of ninety (90) days from the deadline set for the sub-
tive documents required, must imperatively be produced in mission of tenders.
accordance with the special conditions of the invitation to ten-
der. The must obligatorily not be older than three (03) months 16. Complementary information
or must not produce after the signing of the tender file. Complementary technical information may be obtained during
working hours from the Contract’s Service of the Ministry of
Any offer not in conformity with the prescription of this notice Agriculture and Rural Development in Yaoundé telephone: 222
and tender file shall be declared inadmissible. 22 16 24.
Done in Yaoundé, the 15th April 2015
11. Opening of bids
The bids shall be opened in single phase. The Minister
ESSIMI MENYE
Montant en
Désignation
FCFA TTC
Maitrise d’œuvre générale des travaux de construction
20 000 000
du village artisanal spécial de Foumban
5. PARTICIPATION ET ORIGINE
La participation au présent Appel d’Offres est restreinte aux bureaux d’études (soumissionnaires) suivants,
sélectionnés après l’appel à manifestation d’intérêt N°001 /ASMI/MINPMEESA/SG/DAG /2015 du 02 janvier
2015:
N° Entreprises Adresses
1. LE COMPETING BET BP : 7214 Yaoundé tél : 222 05 20 59
2. CERBAT BP : 13258 Yaoundé tél : 222 31 37 12
3. PRISMA SARL BP : 7658 Yaoundé tél : 222 23 25 99
4. CYTI Sarl BP : 6642 Yaoundé tél : 222 15 91 37
5. Grpt INTEGC BP : 18006 Yaoundé tél : 222 73 86 37
plaires dont un original et six copies marquées comme telles, L’ouverture des offres financières aura lieu après l’analyse des
devront être déposées contre récépissé au Service des Marchés offres techniques.Seuls les soumissionnaires dont les offres ont
du Ministère des Petites et Moyennes Entreprises, de été déclarées éligibles à l’analyse technique peuvent assister à
l’Economie Sociale et de l’Artisanat, 15ème étage porte T02 cette séance ou s’y faire représenter par une personne de leur
de l’immeuble ministériel n°1 dit « Immeuble de l’émergence choix dûment mandatée.
»; Tél : 222.238 889 au plus tard le 05/05/2015 à 13 heures,
heure locale accompagnées des versions électroniques des 13. CRITÈRES D’EVALUATION
offres techniques et financière contenues dans une clé USB ou CRITÈRES ÉLIMINATOIRES :
un CD inclus(e) dans l’enveloppe C.
- Dossier Administratif incomplet ou pièces non conforme ;
Elles seront présentées sous plis fermé et devront porter la men- - Fausse déclaration ou pièce falsifiée.
tion : - Chef de mission non inscrit à l’ONIGC (Ordre National des
Ingénieurs de Génie Civil du Cameroun) ou à l’ordre profes-
« Avis d’appel d’offres national restreint sionnel correspondant de leur pays d’origine pour ceux exer-
N°007/AONR/MINPMEESA/CMPM/2015 DU 13/04/2015 çant hors du Cameroun ;
pour le recrutement d’un consultant technique en vue de la
maitrise d’œuvre des travaux de construction du village arti- - Note technique inférieure à 75 points sur 100 ;
sanal spécial de Foumban - Omission dans l’offre financière d’un prix unitaire quantifié ;
en procédure d’urgence
- Absence dans l’offre technique d’une note méthodologique et
A n’ouvrir qu’en séance de dépouillement » du plan de travail pour accomplir la mission.
Amount in FCFA
Description
(incl. taxes)
The supervision of construction works on the foumban
20 000 000
special handicraft village
N° Enterprises Adresses
1. LE COMPETING BET P O Box : 7214 Yaoundé tel : 222 05 20 59
2 CERBAT P O : 13258 Yaoundé tel : 222 31 37 12
3 PRISMA SARL P.O Box 7658 Yaoundé tel : 222 23 25 99
4 CYTI Sarl P.O. Box 6642 Yaoundé tél : 222 15 91 37
5 Grpt INTEGC P O Box : 18006 Yaoundé tél : 222 73 86 37
FCFA, issued by a first category bank and which appears on the - Technical mark of less than 75 on 100;
list on document no.11 of the Tenders’File
- Absence of a quantified unit price in the financial bid
11. SUBMISSION OF FILES - Absence of a methodological note and the working plan to
Lest they be rejected, they required administrative documents, carry out the mission in the technical bid.
including the guarantee, must be produced in the original or cer-
tified true copies signed by the issuing authority. They must not MAJOR EVALUATION CRITERIA
be more than three (03) months old. These criteria are:
Any tenders which do not repsect the prescriptions of this call N° Evaluation criteria Marks
for tenders and tenders file shall not be received. Most especial- 1 Presentation of the bid 05
ly, the absence of a guarantee delivered by a first category bank
approved by the Minister of Finance, or the non-respect of the 2 Services reference 30
models of the documents of the call for tenders file, shall cause 3 Skills and qualification of proposed staff 50
the file to be rejected without any recourse. 4 Technical and material means 15
12. OPENING OF BIDS These criteria are given in detail in the sub-criteria in the RPAO
Bids shall be opened in two stages: The minimum technical mark required for the opening of finan-
- The opening of the administrative and technical documents cial offers is 75/100marks
shall take place on ____________ as from 14 hours by the
Tenders’ Board of MINPMEESA in the Conference room, 14. CONTRACT AWARD
room 237 of MINPMEESA, 2nd floor of Immeuble Rose, in The contract shall be awarded to the bidder with the lowest bid
the presence of the bidders or their duely mandated represen- which confirms for the most part to the prescriptions of the Call
tatives with a good knowledge of their files. Only one repre- for Tenders file and which shall have obtained the 75% mini-
sentative shall be accepted per firm or group of firms. mum technical score.
- The opening of the financial offers shall take place after the .
analysis of the technical bids. Only the bidders whose bids 15. VALIDITY DEALINE
would have been declared successful at the level of the tech- Bidders shall remain committed to their bids for ninety (90)
nical analysis would be allowed to take part in this session or days as from the date of deposit.
be represented by a duly mandated representative of their
choice. 16. FURTHER INFORMATION
Further information can be obtained during working hours from
13. EVALUATION CRITERIA the Contracts Service of the Ministry of Small and Medium-
ELIMINATORY CRITERIA: sized Enterprises, Social Economy and Handicrafts, 15th floor,
room T02 of the ministerial building no. 1, « Immeuble de
- Incomplete Administrative file or irregular documents; l’émergence » building; Tel: 222.238 889.
- False declaration or forged document.
Yaoundé, the 13/04/2015
- A mission head who is not registered with the National Order
of Cameroon Civil Engineers or the corresponding profes- The Minister of Small and Medium-sized Enterprises, Social
sional order in their country of origine for those working out Economy and Handicrafts
of Cameroon;
Départements Ministériels
APPELS D’OFFRES COMMUNIQUES D’ATTRIBUTION
N°013/AONO/MI Construction d’un bloc de deux COMMUNIQUE ETS AMADOU 18 437 548 TTC 03 MOIS
NMAP/DRMAP- salles de classe au CES de N°019/C/MIN- BP 1622 GAROUA
NO/DDMAP- Mayami, dans l’Arrondissement de MAP/DRMAP-
BE/CDPM/2015 Demsa, Commune de Gaschinga NO/DDMAP-
DU 20/02/2015 BE/SPM
BENOUE
N°015/AONO/MI Construction d’un bloc maternel à COMMUNIQUE ETS hAMADOU 24 013 607 TTC 03 MIS
NMAP/DRMAP- Padarme dans la Commune de N°021/C/MIN- TOULA
NO/DDMAP- Bibeni MAP/DRMAP- BP 69 GAROUA
BE/CDPM/2015 NO/DDMAP-
DU 20/02/2015 BENOUE BE/SPM
N°004/AONO/D Travaux de construction du Centre COMMUNIQUE MG&FILS 27 280 776 TTC 05 MOIS
DMAP- Zootechnique et Vétérinaire de N°009/C/PR/MI BP 14 YOKO
MK/CDPM/2015 Ngambé-Tikar dans la Commune NMAP/SG/DRM
DU 05/02/2015 de Ngambé-Tikar AP-CE/DDMAP-
MK
MBAM ET KIM
Départements
APPELS D’OFFRES COMMUNIQUES D’ATTRIBUTION
N°003/AONO/DD Travaux de construction de 05 COMMUNIQUE ETS DIM ZOA & FILS 16 533 194 TTTC
MAP- blocs de deux salles de classe N°008/C/PR/MI LOT 4
MK/CDPM/2015 04 MOIS
dans certaines écoles primaires NMAP/SG/DRM
DU 05/02/2015 des communes AP-CE/DDMAP- ETS DD & FRERES 19 409 271 TTC
MK LOT 5
MBAM ET KIM
N°001/AONO/DD Travaux de construction de 04 COMMUNIQUE ETS BAZOR & FILS 20 610 084 TTC
MAP- blocs de deux salles de classe N°007/C/PR/MI LOT 2
MK/CDPM/2015 dans certaines certains établisse- NMAP/SG/DRM 04 MOIS
DU 05/02/2015 ments relevant du Ministère des AP-CE/DDMAP- AFRIC GENIE CON-
Enseignements Secondaires MK STRUCTION 21 366 355 TTC
MBAM ET KIM LOT 3
N°001/AONO/DD Travaux de construction de 04 COMMUNIQUE ETS DEUX “0” & FILS 20 600 402 TTTC 04 MOIS
MAP- blocs de deux salles de classe N°007/C/PR/MI LOT 4
MK/CDPM/2015 dans certaines certains établisse- NMAP/SG/DRM
DU 05/02/2015 ments relevant du Ministère des AP-CE/DDMAP-
Enseignements Secondaires MK
MBAM ET KIM
A la date de remise des offres, un seul Bureau d’Etudes a déposé son offre.
Le Directeur Général,
Thomas OWONA ASSOUMOU
Bailleurs de fonds
ACDI : Agence canadienne de développement CTB : Coopération Technique Belge
international FAD : Fonds Africain de Développement
AFD : Agence Française de Développement FED : Fonds Européen de Développement
BA : Budget Autonome d’un Etablissement ou Organisme
FIDA : Fonds International de Développement Agricole
Public
FKDEA : Fonds Koweïtien pour le Développement
BAD : Banque Africaine de Développement
Economique Arabe
BADEA : Banque Arabe pour le Développement
FM : Fonds Mondial
Economique en Afrique
BID : Banque Islamique de Développement FMI : Fonds Monétaire International
BIP : Budget d’Investissement Public FODI : Fonds de l’OPEP pour le Développement
International
BM : Banque Mondiale
FR : Fonds Routier
BMZ : Bundesministerium für wirtschaftliche
Zusammenarbeit und Entwicklung FSDF : Fonds Spécial de Développement des Forêts
C2D : Contrat de Désendettement et de IDA : International Developement agency
Développement KFW : Kreditanstaldt Für Wiederaufbau