As part of the above-mentioned works, the Mayor of the municipality of Bazou, Contracting Authority, launches on behalf of the Municipality of Bazou, a National Open Call for Tenders in emergency procedure for the rehabilitation of certain school infrastructures in the Municipality of Bazou, Department of Ndé, West Region in two (02) lots (in emergency procedure)
- Lot 1: Rehabilitation of the Mangou public school.
- Lot 2: Rehabilitation of the public school of Badionzou
The work includes:
For lot 1
Ø SITE INSTALLATION
Ø MASONRY AND FITTINGS
Ø ROOFING FRAMEWORK
Ø METAL JOINERY - WOOD
Ø PAINTING
For Lot 2
Ø SITE INSTALLATION
Ø MASONRY AND FITTINGS
Ø ROOFING FRAMEWORK
Ø METAL JOINERY - WOOD
Ø PAINTING
The estimated cost of the operation at the end of the preliminary studies is:
- For Lot 1: 10,000,000 (ten million) F CFA TTC
- For Lot 2: 10,000,000 (ten million) F CFA TTC
The works, which are the subject of this Call for Tenders, will be carried out in two lots.
- Lot 1: Rehabilitation of the Mangou public school.
- Lot 2: Rehabilitation of the public school of Badionzou
N.B.: A company cannot be awarded more than one lot.
Participation in this call for tenders is open to all public works companies under Cameroonian law and established in Cameroon.
This work is financed by the Public Investment Budget for the 2025 financial year
The file can be consulted during working hours at the Municipality of Bazou, at the Procurement Department of the Municipality of Bazou, (Telephone: 678 341 777/ 690427261) as soon as this notice is published, It can also be consulted online on the COLEPS platform at the addresses http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm).
The Tender Documents will be obtained from the Procurement Department of the Bazou City Hall upon presentation of a receipt for payment to the Bazou Municipal Revenue of a non-refundable sum of 40 000 CFA francs for the costs of acquiring the Tender Documents.
It is also possible to obtain the electronic version of the file by downloading free of charge at the addresses indicated above for the electronic version. However, the submission by physical or electronic means is by paying the DAO's purchase fee.
Each tender written in French or English in seven (07) copies, including one (01) original and six (06) copies marked as such, must reach the Municipality of Bazou (Technical Service), on 25 Mars 2025 at the latest at 08:00 a.m., local time and must bear the mention:
NOTICE OF NATIONAL OPEN CALL FOR TENDERS N° 003/AONO/PR/MINMAP/SG/DRO/DD MINMAP- NDE/ C-BAZOU/CIPMBAZOU/BIP/2025 of the 26 FEBRUARY 2025,
FOR THE REHABILITATION OF CERTAIN SCHOOL INFRASTRUCTURES IN THE MUNICIPALITY OF BAZOU, DEPARTMENT OF NDE, WEST REGION IN TWO (02) LOTS
(IN EMERGENCY PROCEDURE)
- Lot 1: Rehabilitation of the Mangou public school.
- Lot 2: Rehabilitation of the public school of Badionzou
"TO BE OPENED ONLY IN A COUNTING SESSION"
The maximum period provided by the Contracting Authority for the completion of the works subject to this call for tenders is three (03) calendar months for each lot. This period runs from the date of notification of the service order to start the work
Each bidder must attach to its administrative documents, a bid bond in the amount of:
Lot number Project designation Amount Provisional guarantee
lot 1 Rehabilitation of the public school of Mangou (200,000) two hundred thousand
lot 2 Rehabilitation of the public school of Badionzou (200,000) two hundred thousand
issued by a prime bank or an insurance company approved by the Ministry of Finance and listed in Exhibit 14 of the DAO.
The provisional guarantee will be automatically released no later than (30) days beyond the initial validity date of the offers. The absence of the bid bond issued by a first-rate bank or a first-class financial institution authorized by the Ministry of Finance to issue guarantees in the context of public procurement, will lead to the outright rejection of the offer. A bid deposit produced but unrelated to the consultation concerned is considered to be missing. The bid deposit presented by a bidder during the opening session of the bids is inadmissible
Under penalty of rejection, the required documents in the administrative file must be produced in originals or certified copies by the issuing department or an administrative authority (Governor, Prefect, Sub-Prefect,...), in accordance with the provisions of the Special Regulations of the Call for Tenders.
They must date less than three (03) months prior to the original date of submission of tenders or have been established after the date of signature of the Notice of Invitation to Tender.
The absence of the bid bond issued by a bank approved by the Ministry of Finance or an approved insurance company systematically leads to the rejection of the offer.
N.B: the contracting authority or the award committee reserves the right to ask bidders to submit the originals of the documents produced at all stages of the procurement process, and failure to do so may result in disqualification.
The opening of the envelopes will be done in one step and in 03 steps
1st step: Opening of envelope A containing the administrative documents (volume 1)
2nd step: Opening of envelope B containing the technical offers (volume 2)
3rd step: Opening of envelope C containing the Financial offers (volume 3)
The opening of administrative documents and technical and financial offers will take place on 25 MARCH 2025 at 09:00 a.m. by the Bazou Internal Procurement Commission.
Only bidders may attend this opening session or be represented by a person of their choice duly mandated and having control of the file.
Elimination 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 comply with these criteria shall result in the rejection of the tenderer's tender.
These include:
1. Have obtained less than 70% of the essential qualification criteria.
2. Production of copies of tenders in insufficient number (less than 07)
3. Omission in the financial offer of a quantified unit price;
4. False declaration, falsified or scanned document
5. Absence of the bid bond in the tender;
6. Failure to regularise a non-compliant or missing administrative document within 48 hours of the date of opening of tenders.
7. Absence of a sworn statement of non-abandonment of a project during the last 03 years.
8. Absence of a certificate of financial capacity for an amount greater than or equal to 10,000,000 (ten million) CFA francs issued by a first-rate bank
9. non-acceptance of the clauses of the contract (CCAP and CCTP).
10. the absence of the dated and signed declaration of commitment to respect environmental and social clauses
11. Lack of a completed, dated and signed integrity charter
Essential criteria
The so-called essential criteria are those that are essential or key to judging the technical and financial capacity of the candidates to carry out the work, which is the subject of the call for tenders. These must be determined according to the nature and consistency of the work to be carried out.
The criteria relating to the qualification of candidates will indicatively relate to:
DESIGNATION OF EACH LOT
I - Presentation (02 criteria)
II-References (06 criteria)
III-Management staff (10 criteria)
IV-Material (04 criteria)
V-Methodology (07criteria)
The Contracting Authority will award the contract to the technically qualified bidder whose bid has been evaluated with the lowest bid.
Bidders remain bound by their bids for ninety (90) days from the deadline set for the submission of bids.
Additional information can be obtained during working hours from the Municipality of Bazou (Technical Service) Tel: 678341777/ 690427261 or online on the COLEPS platform at the addresses http://www.marchespublics.cm and http://www.publiccontracts.cm