The Senior Divisional Officer of Koung-khi, Contracting Authority, launches on behalf of the Divisional Delegate of Decentralization and Local Development of Koung-khi, a national open tender for the above mentioned operation
The works, subject of this Call for Tenders, include:
- PREPARATORY WORK
- EARTHWORK
-FOUNDATION
- ELEVATION
- FRAME-ROOF-CEILING
- COATINGS
- FLOOR COVERING
- MIXED JOINERY (WOOD, METAL AND ALUMINUM)
- ELECTRICITY
- SANITARY PLUMBING
- VARNISHING PAINT
- VRD.
N° |
DESIGNATION |
AMOUNT INCLUDING VAT |
Lot unique |
CONSTRUCTION WORK OF THE DEPARTMENTAL DELEGATION OF DECENTRALIZATION AND LOCAL DEVELOPMENT OF KOUNG-KHI
|
80 000 000 |
Participation in this Call for Tenders is open to all companies under Cameroonian law established in Cameroon and operating in the field of Building and Public Works
The work, subject of this Open Tenders, is financed by the MINDDVEL 2025 Public Investment Budget (BIP) on the lines
The Tender File can be consulted on working days and hours at the Procurement Department, located within the Prefecture of Bandjoun or call on 696 33 02 45, upon publication of this notice
The Tender files may be obtained on working days and hours from the Unit in charge of contracts of the Bandjoun divisional office, upon publication of this notice by the presentation of a receipt for payment of the sum of seventy five thousand (75,000) CFA Francs non-refundable for file purchase fees, payable to the Bandjoun Revenue Office.
This receipt must identify the payer as a representative of the company wishing to participate in the Call for Tenders
Each offer, written in French or English in seven (07) copies including one (01) original and six (06) copies marked as such, must be submitted in a closed envelope and against receipt to the procurement commission of the prefecture of Bandjoun, no later than 11/03/2025 at 10 p.m. sharp, and must bear the words:
NATIONAL OPEN TENDERS NOTICE No 01/ONIT/F38/SIGAMP/CDPM-KK/2025
FOR THE CONSTRUCTION WORK OF THE DEPARTMENTAL DELEGATION OF DECENTRALIZATION AND LOCAL DEVELOPMENT OF KOUNG-KHI; IN THE DISTRICT OF POUMOUGNE, DEPARTMENT OF KOUNG-KHI, WESTERN REGION.
To be opened only during the counting session”
The maximum execution time planned by the Project Owner for carrying out the work is four (04) months
Each bidder must attach to their administrative documents a bid bond (compliant with the model attached in the appendix) established by a first-rate bank approved by the Ministry in charge of Finance and listed in Exhibit 12 of the DAO, a amount of 1,600,000 (One million six hundred thousand) CFA francs, and valid for 30 days beyond the original date of validity of the offers.
The provisional security will be released within thirty (30) days following the designation of the successful bidder for unsuccessful bidders and at the latest thirty (30) days after expiry of the validity period of the offers. For the beneficiary, the provisional security will be released as soon as the final security is constituted
Offers received after the date and time of submission will be declared inadmissible upon opening.
The opening of tenders will take place on 11/03/2025 at 11 P.M. sharp, local time by the competent Procurement Commission with the Prefect of the Koung-khi Department, in the meeting room set up for this purpose.
Only bidders may attend this opening session or be represented by a person of their choice with perfect knowledge of the file.
The evaluation of the offers will be carried out in three stages:
Offers will be opened in one stage and evaluated in three stages.
1st step: Verification of the conformity of the administrative file of each bidder.
2nd step: Technical evaluation of administratively compliant offers.
3rd step: Verification of the financial offers of the companies whose technical offers have been accepted
Main eliminatory criteria:
Administrative Documents
a) Absence or non-compliance of a part according to the list given in article 9 of the Special Regulations for the Call for Tenders (RPAO);
b) Outer envelope bearing the identification of the tenderer;
c) Any false or misleading declaration noted in the file.
Technical Offer
a) False declarations;
b) Falsified documents;
c) Incomplete technical file;
d) Non-existence of the “organization, methodology and planning” section;
e) Non-compliance with at least 17 criteria out of the 24 retained.
Financial Offer
a) Absence of a piece from this volume;
b) Absence of a unit price in the financial offer for an item where quantities are defined;
c) Absence of a price sub-detail.
Main qualification criteria
The evaluation of technical offers will be made according to the binary system (yes/no) on the basis of the essential qualification criteria below:
a) Turnover (2 criteria);
b) Company references (6 criteria);
c) Construction equipment to be mobilized (5 criteria);
d) Company management personnel (4 criteria);
e) Technical proposal (3 criteria);
f) Illustrative site visit report (2 criteria);
g) Presentation of the offer (2 criteria).
To be declared technically compliant, each offer must have satisfied all the eliminatory criteria and obtained at least 17 criteria of the 24 qualification criteria listed below evaluated in accordance with the Technical Offer Rating Grid
A bidder cannot have more than one (01) lot which is unique if applicable
Bidders remain committed to their offers for a period of ninety (90) days from the deadline set for submission of offers
Additional information can be obtained during working hours from the Procurement Department at the Bandjoun Prefecture