The Mayor of ISANGELE Council, the Contracting Authority, hereby launches an open national invitation to tender FOR THE REHABILITATION OF WARE HOUSE (LOT 1) AND REHABILITATION OF COMMUNITY HALL (LOT 2) in ISANGELE Council, NDIAN Division, South West Region.
1. The works comprise notably: Lot 1— rehabilitation of Ware house
- site installation and preliminary work
- earthworks
- concrete and reinforced concrete works
- VRD
Lot 2 — The rehabilitation of community hall :
- site installation and preliminary work
- earthworks
concrete and reinforced concrete works
- electricity
wooden, metallic, alu and glass joinery
Tiling
painting
VRD
3. Lots
Lot |
Job descriptions |
Cost estimate |
Lot 1 |
rehabilitation of Ware house seven million (7,000,000) CFA |
F |
|
Rehabilitation of community hall |
sixteen million (16,000,000) |
Lot |
Job descriptions |
Location |
Lot 1 |
rehabilitation of Ware house |
lsangele |
Lot 2 |
Rehabilitation of community hall |
Isangele |
Participation in this invitation to tender is open to duly legalized Cameroonian enterprises that fulfil the requirements of the invitation to tender.
Construction which form the subject of this invitation to tender shall be financed by PUBLIC INVESTMENT Budget 2025 financial year.
The file may be consulted during working hours at ISANGELE Council, Service for award of contracts as soon as this notice is published.
The file shall be obtained from ISANGELE Council, Service for award of contracts as soon as this notice is published against payaient of the sum of fifteen thousand (15,000) CFA francs for lot 01 and thirty-five thousands (35,000) CFA francs for lot 02, payable at ISANGELE Municipal Treasury.
Each bid drafted in English or French in seven (7) copies including the original and six (6) copies marked as such, should reach ISANGELE Council, Service for award of contracts not later than 25/02/2025 at 9 a.m. o'clock and should carry the inscription;
OPEN NATIONAL INVITATION TO TENDER No. 002/ONITIICIIC1TBINDISWR/2025 OF 24/01/2025
FOR THE REHABILITA TION 0F WARE HOUSE (lot 1) AND REHABILITA TION COMMUNITY HALL (LOT 2) IN
ISANGELE COUNCIL, NDIAN DIVISION, SOUTH WEST REGION.
"To be opened only during the bid-opening session"
The maximum duration provided by the Project Owner for the execution of the works forming the subject of this invitation to tender is as follow:
Lot |
Job descriptions |
Execution duration |
Lot 1 |
rehabilitation of Ware house |
Three (03) months |
Lot 2 |
Rehabilitation of community hall |
Three (03) months |
This period runs from the date of notification of the service order to start the work.
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 14 of the Tender File, of an amount of (see table) and valid for thirty (30) days beyond the initial date limit of validity of bids.
Lot |
Job descriptions |
Cost estimate |
Amount of bid bond |
Lot 1 |
Rehabilitation of Ware house |
7,000,000 CFA F |
140,000 |
Lot 2 |
Rehabilitation of community hall |
16,000,000 CFA F |
320,000 |
The bid bond provide in accordante with the Circular Letter No. 000019/LC/MINMAP of 5th of „lune 2024 relating to the modalities of constitution, deposit, conservation, restitution and withdrawal of bond on public contracts.
The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted.
The administrative documents, the technical offer and the financial offer must be placed in separate envelopes and submitted in a sealed envelope.
The Project Owner will not accept
Envelopes bearing indications of the tenderer's identity;
- Envelopes received after the deadline for submission;
Applications thiit do not comply with the submission method.
Envelopes without an indication of the identity of the tenderer;
- Failure to comply with the number of copies indicated in the RPAO or bids in copies only;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts or the failure to comply with the model documents in the Tender File shall Iead automatically to the rejection of the bid without any other procedure. A bid bond submitted but not relating to consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted.
The bids shall be opened in a single phase on the 2510212025 at 10 a.m. o'clock local time by the ISANGELE Internai Tenders Board in the Conference Hall of the ISANGELE Council situated at ISANGELE Council Town Hall.
Only tenderers may attend this opening session or be represented by a single person of their choice, duly authorised, even in the case of a group of companies.
Under pain of being rejected, the required administrative documents must be submitted in originels or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, alter a 48 (forty-eight) hours deadline granted by the Board, the file shall be rejected
i. Eliminatory criteria
The eliminatory criteria are the following:
Absence of bid bond at the opening of bids with its consignment receipt delivered by the CDEC ;
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 70% essential criteria (70% 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 own or hred minimum equipment;
absence of a site engineer as technical staff;
Absence of an element in the financial offer (submission, Bill of quantities and cost estimate, Schedule of
Unit Prices, Sub-detail of Unit Price);
Absence of integrity charter dated and signed;
Absence of the dated and signed commitment statement to comply with environmentar and social clauses.
il. Essential criteria
The criteria relating to the qualification of candidates are the following:
Lot 1 Lot 2
Financial situation 02 criteria 02 criteria
Experience 02 criteria 02 criteria
Personnel 20criteria 20 criteria
Equipment 05 criteria 05 criteria
Technical proposai (methodology and planning of exec ution) 05 criteria 05 criteria
Total 34 criteria 34 criteria
N.B.: Non-respect of least at 70% of essential criteria shall entail rejection of the bid.
The contract shall be awarded to lowest bidder fulfilling the best technical and financial conditions.
Bidders will remain committed to their bids for ninety (90) days from the initial deadline set for the submission of bids.
Complementary informations may be obtained during working hours from ISANGELE Council, Service for award of contracts, Tel. 653212239, Email: isangelemc@yahoo.com.