Within the framework of the Funding Agreement No., FEICOM and BAMENDA III Council for the execution of the Public Investment Budget of the 2022 financial year, the Contracting Authority, the Mayor of BAMENDA III Council, hereby launches an open national invitation to tender through Emergency procedure for the Rehabilitation of the Bamenda III Town Hall in in Bamenda III Council, Mezam Division of the North West Region.
The works comprise notably:
This Is the for the Rehabilitation of the Bamenda III Town Hall In in Bamenda III Council, Mezam Division of the North West Region, Mezam Division of the North West Region.
N° | Designation |
1 | Preliminary works |
2 | Roof and ceiling works |
3 | Wood metal and aluminum works |
4 | Electrificty |
5 | Finishes (plastering and waterproofing works in the banquet hall, around all the town hall windows,the lower part of the building and roof gutters) |
6 | Flooring |
7 | Plumbing works and sanitary works |
8 | External works |
The estimated cost after preliminary studies stands at 59 999 982 (Fifty-Nine Million Nine Hundred and Ninety-Nine Thousand Nine Hundred and Eighty-Two)FCFA all taxes Inclusi
The works are made up of one lot
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 aperlod of suspension by the authority in charge of public contracts.
The said works shall be financed jointly as per the convention signed between FEICOM and BAMENDA III Council assigned to the Mayor BAMENDA ill Council as Authorising Officer with the budgets of 2022 assigned to the Mayor in the Funding Agreement No.. ./CCF/FEICOM/DG/CAJ/DCCC/2021.
The tender file may be consulted during working hours at the Mayor’s Secretariat of the BAMENDA III council and tel: 677 665 1 80
The tender file may be acquired from the BAMENDA III Council, Mayor’s Secretariat, tel: 677 665 180, upon presentation of a non-refundable treasury receipt (payable at theTreasury of the BAMENDA III Council) of 70 000 (Seventy Thousand) FCFA. Such a receiptshall identify the payer as representing the company that wants to participate In the tender.
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 BAMENDA III Council, Contracts Award Service, not later than 24 JUIN 2022 at 10:00 a.m prompt and should carry the Inscription:
OPEN NATIONAL INVITATION TO TENDER NO.
008/ONIT/MINDDEVEL/BIIIC/BIIICITB/2022 OF 03/06/2022 THROUGH
EMERGENCY PROCEDURE FOR THE REHABILITATION OF THE BAMENDA
III TOWN HALL IN BAMENDA III COUNCIL, MEZAM DIVISION OF 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.
The maximum deadline provided by the Project Owner / Contracting Authority for the execution of the works forming the subject of this Invitation to tender Is Six calendar (06) months, as from the date of notification of the contractor by the control engineer to start work
Each bidder must Include in his/her administrative documents, a bid bond that respects the models of thistender file. Issued by a first-rate banking establishment approved by the Ministry In charge of finance,(see list in document No. 1 2 of this tender file), of an amount of 1 200 000(One Million Two Hundred Thousand) 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.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities 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 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..
The opening of the bids in one phase shall be done on 24 JUIN 2022 at 11a.m. prompt in the conference hall of the BAMENDA III council 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.
Evaluation criteria
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:
Eliminatory criteria
Ellminatorycriteria fix the minimum conditions to be fulfilled to beadmitted for evaluation according to the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
♦ Deadline for delivery higher than prescribed;
♦ False declaration or falsified documents;
♦ insufficient bid bond; not corrected after 48hrs of opening time
♦ A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
♦ Incomplete financial file;
♦ Omission of a unit price in the financial bid;
♦ Change of quantity or unit;
♦ Non respect of(75%)of essential criteria;
Main Qualification criteria:
Essential criteria are those that are primordial or key in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender. They must be determined in relation to the nature and content of the works to be executed.
Indicatively, the criteria related to the qualification of candidates will be on:
♦ Financial situation;
♦ Experience;
♦ Personnel;
♦ Equipment.
The jobbing order 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.
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained every day during working hours from the BAMENDA III Council, Contracts Award Service, tel:677665 1 80.