In line with the execution of the C2D “Regional Capitals 2” program, the State of Cameroon through the Bamenda city Mayor, the Contracting Authority wishes to launch the Open National Invitation to tender for the construction of commercial equipment’s in the city of Bamenda in three lots.
Consistency of work and allotment
These works are defined below:
The work the subject of this tender is financed by the C2D assignment agreements CCM 1670 01 M for the benefit of the Urban Program "Regional Capitals".
The estimated cost per lot is as follows:
Lot |
Total, inclusive of all taxes |
Lot 1 |
865 000 000 |
Lot 2 |
1 059 100 000 |
Lot 3 |
1 503 000 000 |
Total |
3 427 100 000 |
Lot 1: Ntatru Market |
Twelve (12) months |
Lot 2: Bamenda 1 new Market |
Fifteen (15) months |
Lot 3: Mile 4 Market |
Fifteen (15) months |
This invitation to tender is open to all local or international public works companies or groups of companies:
he work the subject of this tender is financed by the C2D assignment agreements CCM 1670 01 M for the benefit of the Urban Program "Regional Capitals".
The file can be consulted during working hours at the following addresses:
The file can be consulted during working hours at the following addresses:
The documents constituting the tender will be divided into two separate sealed envelopes containing:
These two envelopes are themselves placed in a sealed outer envelope.
Each offer drafted in English or French in seven (7) copies including the original and six (6) copies marked as such, should reach the Cabinet of the City Mayor of the Bamenda City Council not later than 24/03/2023(56Days)at (12am) noon precisely and should carry the inscription
OPEN NATIONAL INVITATION TO TENDER
N°001/ONIT/ BCC / ITB/CCCM-BEC/ 2023 OF 27/01/2023
FOR THE CONSTRUCTION OF COMMERCIAL EQUIPMENT IN THE CITY OF BAMENDA AS PART OF THE URBAN C2D PROGRAM «REGIONAL CAPITALS» IN THREE LOTS.
LOT N0………
To be opened only during the bid-opening session”
Bids received after the date and time deposit will be inadmissible.
Maximum time limits given by the Client for completion of works are as follows:
Lot 1: Ntatru Market |
Twelve (12) months |
Lot 2: Bamenda 1 new Market |
Fifteen (15) months |
Lot 3: Mile 4 Market |
Fifteen (15) months |
Each bidder must include in his administrative documents, a bid bond issued by a first rate-bank or insurance company approved by the Ministry in charge of Finance featuring in this tender file of the amounts tabulated below and valid for thirty (30) days beyond the original date of the validity of the offers.
Lot |
Total (FCFA) |
Lot 1 |
17 300 000 |
Lot 2 |
21 182 000 |
Lot 3 |
30 060 000 |
Any tender that does not comply with the requirements of Articles 5 (tender security) and 8 (submission of tenders) and criteria in article 10 (eliminatory criteria) above will be declared inadmissible.
Moreover, theadministrative files should be produced in originals or certified copies by the issuing authority and must not be older than three (03) months preceding the date of submission of bids or have been established after the signing date of the Tender Notice.
Tenders will be opened in a single session at 1 p.m. one hour after the date of submission of tenders, as provided for in Art. 8, by the BCC's Internal Procurement Committee.
Only bidders may attend these opening sessions or be represented by a duly authorized person of their choice with full knowledge of the file.
Admissibility, Qualification, Conformity and Evaluation of Bids
.Admissibility of offers
Any tender that does not comply with the requirements of Articles 5 (tender security) and 8 (submission of tenders) and criteria in article 10 (eliminatory criteria) above will be declared inadmissible.
Moreover, theadministrative files should be produced in originals or certified copies by the issuing authority and must not be older than three (03) months preceding the date of submission of bids or have been established after the signing date of the Tender Notice.
In addition, the following criteria shall be considered eliminatory:
.Qualification criteria.
These criteria are intended to assess the qualification of bidders to carry out the work. They are detailed in Section III of the SOW "Prequalification Criteria and Conditions" and relate to:
.Conformity of bids
The Tenderer must provide a technical proposal including at least the methodology (method, organization and planning), the human and material resources to be mobilized. The evaluation of the proposal will focus on compliance with the requirements of the tender documents (organization and price). if the bid is substantially compliant, the project owner may remedy minor non-conformities in accordance with Articles 30 and 31 of the ITB (cf. Tender Documents).
10.4.Evaluation Criteria
The financial bid consists mainly of the price tables.
For evaluation purposes, the Employer may adjust or rectify the bid amount in accordance with Article 35 of the ITB (see. tender).
Any technical alternatives will also be evaluated by the Employer for arbitration purposes, provided that they are at least equivalent in structure and function to the design parameters indicated in the tender
The Project owner will award the contract to the bidder who is judged to be qualified and whose bid has been evaluated (see ITB 35) as the lowest priced and substantially complies with the provisions of the tender.
A bidder may tender for more than one lot but can only be attributed a single (1) lot.
Tenderers are bound by their offer for a period of 90 days from the deadline for the submission of tenders.
Interested Applicants may obtain further information during working hours:
Popularization of the telephone numbers of the anti-corruption unit at MINMAP
For any attempt at corruption or malpractice, please call MINMAP or send an SMS to the following numbers: 673 20 57 25/ 699 37 07 48