Within the framework of the aforementioned works, the Mayor of the Commune of Bangangté, Contracting Authority, is launching on behalf of the Commune of Bangangté, a National Open Call for Tenders under an emergency procedure for the execution of the works for the Rehabilitation of the Bangangté Municipal Training Centre in the Commune of Bangangté (phase 1).
The works include in particular
Preliminary works
Earthworks
Foundation work
Masonry work - elevation
Metal and wood joinery
The estimated cost of the works is 25,000,000 (Twenty-five million) FCFA.
Participation in this call for tenders is open to public works companies incorporated under Cameroonian law.
The work covered by this call for tenders will be financed by the Public Investment Budget of MINSEP, Financial Year 2024.
The tender dossier may be consulted during working hours at the Bangangté Commune (Service des Marchés, Telephone 675 16 93 99; 695 98 36 46), as soon as this notice is published.
The tender dossier can be obtained from the Bangangté Commune (Service des Marchés), on presentation of a receipt for payment of a non-refundable sum of 50,000 (fifty thousand) FCFA payable to the Bangangté municipal revenue office.
Each tender, drawn up in French or English and in seven (07) copies, including one (01) original and six (06) copies marked as such, must be received in a sealed envelope by the Procurement Department of the Bangangté Town Council no later than 27 March 2024 at 08.00 hours. It must be marked :
"NOTICE OF NATIONAL OPEN INVITATION TO TENDER
N° 05/AONO /CIPM-BGTE /COMMUNE DE BGTE/2024 du 04 Mars 2024 pour les travaux de la Réhabilitation du stade municipal de Bangangté dans la Commune de Bangangté (phase 1).
UNDER EMERGENCY PROCEDURE
FINANCING: BIP MINSEP 2024
TO BE OPENED ONLY AT THE DISCOUNTING SESSION".
The maximum period set by the project owner for the completion of the work covered by this invitation to tender is three (03) months.
Each tenderer must attach to its administrative documents a provisional bond issued by a first class banking establishment or an insurance company approved by the Ministry in charge of Finance, the amount of which is fixed at 500,000 (Five hundred thousand) FCFA and valid for 120 (One hundred and twenty) days from the deadline for submission of tenders. Under penalty of rejection, the provisional bond must be produced in the original, no more than three (03) months old.
The provisional bond will be released no later than thirty (30) days after the deadline for the validity of tenders for tenderers who have not been selected. For the successful tenderer, the provisional bond will be released once the final bond has been lodged.
On pain of rejection, the administrative documents required must be produced in originals or in copies certified as true by the issuing departments, as the case may be, in accordance with the RPAO. They must be dated within three (03) months of the opening of the bids or drawn up after the date of publication of the tender notice.
The duly stamped and signed tender, in accordance with the model contained in the tender documents, must show the costs in CFA francs excluding taxes and including all taxes.
The tenders will be opened at a single time on 27 March 2024 at 09.00 by the Bangangté Commune Internal Contract Award Committee.
Only tenderers or their duly authorised representatives with full knowledge of the file may attend this opening session.
Tenders will be evaluated on the basis of the following criteria:
1 Elimination criteria
a) Absence of the bid bond when the tenders are opened;
b) Failure to regularise a non-compliant administrative document after 48 hours;
c) Falsified document or previously certified document and/or false declaration;
d) Failure to present a photocopy of the DAO purchase receipt when submitting bids to the project owner's contracting department;
e) Incomplete technical offer due to the absence of the site visit report signed on honour by the tenderer;
f) Omission from the financial offer of a unit price quantified in the BPU and DQE;
g) Failure to satisfy at least 70% of the essential criteria evaluated according to the scoring grid;
h) Absence of a declaration of non-abandonment of work over the last three (03) years and not appearing on the list of companies suspended by the Public Procurement Authority.
2. Essential criteria
The technical offer will be evaluated according to the following scoring grid:
I Presentation (01 criterion)
II References (05 criteria)
III Management staff (06 criteria)
IV Equipment (05 criteria)
V Methodology (05 criteria)
VI Financial offer (02 criteria)
Details of these essential criteria are set out in the Special Rules for Invitations to Tender (RPAO) and included in the evaluation grid. In the event of a conflict between the Tender Notice, the evaluation grid and the RPAO, only the latter shall be taken into consideration.
The Employer will award the Contract to the Bidder whose bid has been determined to be in compliance with the Bidding Documents and who has the technical and financial capability to perform the Contract satisfactorily and whose bid has been determined to be the lowest evaluated bid, including, where applicable, any proposed discounts.
Tenders are valid for ninety (90) days from the deadline set for their submission.
The project owner reserves the right, if necessary, to make any other useful subsequent amendment to this invitation to tender.