The Mayor of BANGOU Municipality, Project Owner, is launching a National Open Call for Tenders for the maintenance work on the road section TRONCON 1CARREFOUR BIMUE -NGWETCHA -BALOUUGOU ( 2,2 KM )TRONCON 2CARREFOUR PACKAM-LIMITE BAMETCHETCHA (1,5KM) TRONCON 3 INT RO615 -CARREFOUR MEYA -DEMIOU (3 km ) TRONCON 4CARREFOUR KOUTCHEU -CARIERRE KOUTCIEU 2,2 KM )TRONCON 5 INTER R0615 - ENTRE LYCEE BILINGUE DE BANGOU VILLE -INTER RO615 (2 KM ) TRONCON 6 CONSTRUCTION DE 02 DALOTS DE 1,5*1,5 M SUR LA RIVIERRE SOCTIEU A BATOU 1 TRONCON7 Y COMPRIS BALISE SUR LA RIVIERE TSELA LE GROUPEMENT BANDEKOP ,TRONCON 7 CONSTRUCTION DE DALOT DE 1,5*1,5*7 AVEC AMENAGEMENT DES VOIES D'ACCE SUR 2 KM A KEPCHE in BANGOU Council in emergency procedure.
- installations;
- cleaning and earthworks;
- roadworks;
- sewerage and drainage;
- construction of scuppers
; - signage and safety equipment;
- miscellaneous.
Participation is open on equal terms to all Cameroonian companies established in the Republic of Cameroon and meeting the conditions set out in the Special Regulations of the Invitation to Tender (RPAO), which are provided in Document No. 3 of this Tender File.
NB : An undertaking may submit tenders for both lots, but may not be awarded more than one lot. If the company submits a tender for both lots and is the lowest bidder for both lots, it will be awarded a lot. The choice of the lot will be made in such a way that the best price between the two lots counts.
The works which are the subject of this Invitation to Tender are financed by the BIP MINTP 2025 and 2026
The Tender File may be consulted as soon as this notice is published, during working hours, at the Secretariat General of BANGOU Council
The Tender File may be obtained from the Secretariat General of BANGOU Council and payment of a non-refundable amount of CFA francs (125 000), payable to the Municipal Treasury of BANGOU Council.
When collecting the DAO, bidders must register and communicate their full address (telephone, e-mail, post office, fax, etc.).
However, in accordance with the provisions of Article 82 of the Circular letter on the application of the Public Contracts Code, a tenderer who has paid the acquisition fees of the tender file to the Public Treasury as a result of difficulties encountered at the Municipal Treasury concerned, should include in his bid a report duly established by a bailiff or an acknowledgement of receipt of the letter, addressed to this effect to the Mayor of Bangou council.
Each bid drafted in French or English, in seven (07) copies including the original and six (06) copies, labelled as such, shall be submitted in a sealed envelope no later than 06/03/2025 .at 11 pm, against a receipt at the Bangou council, and should bear the following inscription: «OPEN NATIONAL INVITATION TO TENDER UNDER URGENT PROCEDURE N°02/AONO/C.BANGOU/CIPM/2025 UNDER URGENT PROCEDURE OF 27/01/25 FOR WORK OF BITUMAGE IN ENDUIT SUPERFICIEL DE LA VOIRIE A L’INTÉRIEUR OF MUNICIPAL CITY IN BANGOU COUNCIL, HAUTS-PLATEAUX DIVISION, WEST REGION”«TO BE OPENED ONLY DURING THE BID-OPENING SESSION»
NB: Bids reaching after the closing date and time will not be received.
Bids must include a CD containing the digital version in Excel format of the detailed bill of quantities and estimates
The maximum time provided by the Project Owner to carry out the works which are the subject of this Invitation to Tender is fourth (04) months for each lot, from the notification of the Service Order to start works.
Each bidder must include in his/her administrative documents, a bid bond issued by a first class bank approved by the Ministry of Finance, whose list is provided in Document 12 of the Tender File, and amounting to 4 000 000 FCFA.valid for thirty (30) days beyond the deadline for the validity of bids
As per the Special Regulations of the Invitation to Tender, the required administrative documents must be submitted in original copies or copies certified true by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer, …), or else they shall be rejected.
They must date not more than three (03) months prior to the date of the submission of bids or be issued after the signature of the Tender Notice.
Any incomplete bid, as per the requirements of the Tender File, namely the absence of the bid bond issued by a first-ranked bank approved by the Ministry in charge of Finance or failure to comply with the model documents of the Tender File, shall be declared inadmissible and rejected without any appeal.
The bids shall be opened in two phases.
Administrative documents of the technical and financial bids shall be opened on 06/03/2025.at 12 p.m. local time by the Internal Tenders Board of bangou.
Only bidders may attend the bid-opening session or be represented by a duly mandated person.
a. Eliminatory criteria
The eliminatory criteria set out the minimum conditions to be met in order to be admitted to the evaluation according to the essential criteria. Failure to meet these criteria will result in the rejection of the bid.
These include:
· Absence or non-compliance of a document in the administrative file 48 hours after the bid-opening;
· False declarations or forged documents;
· Absence of the bid bond;
· Incomplete technical offer (absence of items relating to the methodology, organisation and planning);
· Incomplete financial offer (absence of the list of unit prices, a unit price, bill of quantities and cost estimates and sub-detail of prices);
· Absence of a site visit attestation signed by the Project Owner or his/her representative; or a sworn statement signed by the bidder;
· Absence of a of credit line of a 30% (solvency attestation);
· Technical score below the minimum required threshold (70%)
N.B: The bid bond and the banking attestation of the bidder must be produced in original, the other documents in original or certified copies. These administrative support documents must be stamped, date less than three (03) months and conform to the DAO models. Else, they will be rejected.
b. Essential criteria
The criteria relating to the qualification of bidders will relate, on an indicative basis, to:
· Experience of the company's personnel (26 criteria);
· Availability of essential materials and equipment (06 criteria);
· References of the company (09 criteria);
· Financial situation of the company (04 criteria);
· Technical proposal and work schedule (05 criteria);
· Acceptance of the conditions of the contract (02 criteria);
· General presentation of the bid (04 criteria).
Only the bidders having obtained at least 70% will be qualified for the rest of the procedure and will have their financial offer analyzed.
NB: The evaluation grid is Document 13 of this Tender File.
The Contracting Authority will award the contract to the bidder whose bid has been found to be substantially compliant with the Tender File and who has the technical and financial resources required to perform the contract satisfactorily and whose bid has been evaluated as the lowest, including any discounts offered.
Bidders will remain committed to their bids for ninety (90) days from the deadline for submission of bids.
Further information can be obtained during working hours from the Secretariat General of BANGOU Council at the following addresses: BANGOU Council: P. O. Box: 04 BANGOU; Tel 670 14 08 02/697 044 465