Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 13-02-2025 à 23:45
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BANGOU
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 proceding
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

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

2.Consistance des prestations New(Additif)

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.

3.Cout Prévisionnel New(Additif)

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

4.Allotissement New(Additif)

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

5.Participation et origine New(Additif)

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

6.Financement New(Additif)

The work covered by this call for tenders is financed by the Public Investment Budget-Transferred Resources for the 2025 financial year

7.Consultation du Dossier New(Additif)

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

8.Acquisition du Dossier New(Additif)

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

9.Remises des offres New(Additif)

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

10.Delai de Livraison New(Additif)

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

11.Cautionnement Provisoire New(Additif)

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

12.Recevabilité des Offres New(Additif)

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

13.Ouverture des Plis New(Additif)

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

14.Critères d'évaluation New(Additif)

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

15.Attribution New(Additif)

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

16.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their bids for 90 days from the initial deadline set for the submission of bids

17.Renseignements Complémentaires New(Additif)

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

BANGOU Le 30-01-2025
Le MAIRE
SIKAPIN Paul