As part of the execution of the Public Investment Budget - Transferred Resources - exercise 2025, the Mayor of the Municipality of Bangou, Project Owner launches a Call for 'National Open Bids For the works of : Lot1 : Construction of a block of (06) six shops at Bangou carrefour; Lot2 : Construction of a commercial building on the municipal site. In emergency proceding
Works comprise especially:
LOT 1 :
· Preliminary work ;
· Foundations
· Concrete Weapon e n Elevation ;
· Masonry ;
· Frame-Cover ;
· Metal Carpentry ;
· False Ceiling ;
· Electricity ;
· Paint ;
· VRD.
LOT 2:
· Preliminary work ;
· Foundations
· Masonry ;
· Frame-Cover ;
· Metal, wood and aluminum carpentry ;
· False Ceiling ;
· Electricity ;
· Paint ;
· Plumbing
· VRD.
No |
DESIGNATION |
Forecast cost in FCFA |
Lot1 |
Construction of a block of (06) six shops at Bangou Carrefour; |
20,000,000 |
Lot2 |
Construction of a commercial building on the site of the municipal city. |
21,000,000 |
The work is subdivided into two (02) lots defined below:
• Lot1: Construction of a block of (06) six shops at Bangou carrefour;
Lot2: Construction of a commercial building on the site of the municipal city
Participation in this Call for Tenders is open on equal terms to all Companies under Cameroonian law with proven skills in the field of buildings and public works
The work covered by this call for tenders is financed by the Public Investment Budget-Transferred Resources for the 2025 financial year
The physical file can be consulted free of charge in the MO services during working hours at the General Secretariat of the commune of Bangou , BP : 04 Bangou , telephone : 670 14 08 02/ 696 39 92 14 upon publication of this notice
The physical version of the tender dossier can be obtained at General Secretariat of the commune of Bangou, BP: 04 Bangou, telephone: 670 1408 02/ 696 39 92 14 upon publication of this notice, against payment of a non-refundable sum of DAO purchase fees of Forty thousand (40 000) CFA francs , payable at the municipal revenue of Bangou
Each offer written in French or in English in seven (07) copies including one (01) original and six (06) copies marked as such, must reach Bangou town hall no later than 28/02/2025 at 11 precise hours, and must bear the mention “ Open National Invitation to tender No 03/ONIT/C-BGOU/CIPM-TEB/2025 of 30./01/2025 for the works of : Lot1 : Construction of a block of (06) six shops at Bangou carrefour; Lot2 : Construction of a commercial building on the municipal site. In emergency procedure. “To open only in session of counting
The maximum period provided by the Project Owner or the Delegated Project Owner for the completion of the work, subject of this call for tenders, is tree (03) calendar months for each of the batches . This period runs from the date of notification of the service order to begin the services
Each bidder must attach to their administrative documents a bid bond, paid by hand, issued by an organization or financial institution approved by the Minister responsible for finance to issue bonds in the areas of public procurement of which the list appears in the document 14 of the DAO whose amount amounts to :
No |
DESIGNATION |
Forecast cost in FCFA |
Submission bondIn FCFA |
Lot1 |
Construction of a block of (06) six shops at Bangou Carrefour; |
20,000,000 |
400,000 |
Lot2 |
Construction of a commercial building on the site of the municipal city. |
21,000,000 |
420,000 |
and valid for up to thirty (30) days beyond the initial date of validity of the offers. The absence of a bid bond issued by a first-rate bank or a first-class financial organization authorized by the Ministry of Finance to issue bonds in the context of public procurement will result in the outright rejection of the offer. . A bid bond produced but having no connection with the consultation concerned is considered absent. The bid bond presented by a bidder during the bid opening session is inadmissible
The administrative documents, the technical offer and the financial offer must be placed in different separate envelopes and delivered in a sealed envelope.
The following will be inadmissible by the Project Owner:
· The envelopes bearing the indications on the identity of the bidder ;
· envelopes received after on dates and hours limits of deposit ;
· Entries that do not comply with the submission method.
· folds without indication of the identity of the Call for Tenders;
· Failure to comply with the number of copies indicated in the RPAO or offering only copies;
Any incomplete offer in accordance with the requirements of the Tender Document will be declared inadmissible. In particular the absence of a bid bond issued by an organization or financial institution approved by the Minister in charge of finance to issue bonds in the field of the public markets or the non-compliance of the models of the parts of the File of Invitation of Tenders , will result in pure rejection and simple offer without any recourse. A bid bond produced but having no connection with the consultation concerned is considered absent. The bid security presented by a bidder during the bid opening session is inadmissible
The opening of the envelopes is done in one time and will take place on 28/02/2025 at 12 hours by the Internal Commission of Contracts of the Municipality of Bangou in the room of the office of the President of the CIPM in the Municipality of Bangou.
Only bidders may attend this opening session or be represented by a single duly authorized person of their choice, even in the case of a group of companies.
Under penalty from rejection, the documents of the administrative file required must be produced in originals or in copies certified true by the issuing service or the competent administrative authority, in accordance with the provisions of the Special Regulations of the Call for Tenders. They must date from less than three (03) months or have been established after the date of signature of the notice of Invitation for Tenders
In the event of absence or non-compliance of a document from the administrative file during opening of the envelopes, after a period of 48 hours granted by the Commission, the offer will be rejected
1.1 Eliminatory criteria
The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted to evaluation following the essential criteria. They should not be the subject of notation. The failure to comply with these criteria shall lead to the rejection of the bidder’s offer.
The eliminatory criteria include:
• Absence of bid bond at the opening of bids;
• Failure to submit, beyond the 48(forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond);
• False declarations, fraudulent schemes or forged documents;
• Failure to comply with X essential criteria (X referring to the qualification threshold of technical bids)
• Absence of the sworn statement for not having abandoned contracts during the last three years;
• Failure to comply with bids file format;
• Absence of a quantified unit price in the financial offer;
• Absence of prospectus accompanied by manufacture’s technical sheet produced (where applicable)
• Absence of approval or authorisation of manufacturer, if applicable;
• Absence of own or hired minimum equipment (to be specified by the Project Owner);
• Absence of grading(categorisation) certificate if applicable;
• Absence of an element in the financial offer (submission, BPU, DQE);
• Absence of integrity charter dated and signed
• Absence of the dated and signed commitment statement to comply with environmental and social clauses.
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
1.2 Essential criteria
The essential criteria for the qualification of bidders shall focus especially on:
§ Presentation of bid;
§ Bidder’s references;
§ After-sales service(availability of spare parts, repair workshop, technical personnel) if applicable;
§ Financial capacity; (Access to a line of credit or other financial resources, turnover, attestation of fi- nancial solvency);
§ Personnel qualification and experience;
§ Logistic means,
§ Methodology.
NB: . [Indicate the main qualification criteria which show that the bidder has the required technical capacities and resources to successfully execute the contract]. [These criteria will be detailed in Article 6.1 of the RPAO]
The notation system of bids by giving points (marks) shall be prohibited to give way to the binary mode (Yes or No
The Project Manager awards the contract to the tenderer who has submitted an offer meeting the required technical and financial qualification criteria and whose offer is evaluated as the lowest in including the case applicable the discounts offered. No bidder can have more than one lot
Bidders shall remain committed to their bids for 90 days from the initial deadline set for the submission of bids
Additional information can be obtained during working hours from the technical service of the commune of Bangou BP : 04 Bangou ; Tel : 694 32 36 80/ 671 55 46 45