Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 10-03-2025 à 13:33
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BANDJA
OPEN NATIONAL INVITATION TO TENDER N° 01/ONITT/SG/SIGAMP/CIPM/C.BDJA/2025 OF 18 FEBRUARY 2025 FOR THE REHABILITATION OF CLASSROOMS IN GOVERNMENT PRIMARY SCHOOLIN BATCHICHEU-FONDJOMEKWET , IN THE UPPER NKAM DIVISION, BANDJA SUBDIVISION. IN EMERGENCY PROCEDURE.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the execution of the Public Investment budget 2025 exercise, the Mayor of Bandja Council Contracts hereby launches in emergency procedure, on behalf of the  REHABILITATION OF CLASSROOMS IN GOVERNMENT PRIMARY SCHOOLIN BATCHICHEU-FONDJOMEKWET , IN THE UPPER NKAM DIVISION, BANDJA SUBDIVISION

2.Consistance des prestations New(Additif)

The works, which are the subject of this open national invitation to tender shall include:

- Preliminary works,

- Earthworks

- Foundation

- Masonry - elevation;

- Frame – roofing;

- Metallic works;

- Electricity Works;- Painting

3.Cout Prévisionnel New(Additif)

The estimated cost of the works is :

lot

OBJECT

Execu

tiondateline (month)

Amount of submissionbid

(CFAF)

Type of works

CP (2025)

 

1

E.P BATCHICHEU-FONDJOMEKWET . Rehabilitation of classrooms

03

 

300 000

 

15 000 000

Rehabilitation

4.Allotissement New(Additif)

The works shall constitute in one lot

5.Participation et origine New(Additif)

Participation in this invitation to tender is open on equal terms to all Cameroonian law firms with expertise in the field of civil engineering works

6.Financement New(Additif)

The works that are the subject of this invitation to tender shall be financed by the Public Investment Budget 2025.

7.Consultation du Dossier New(Additif)

The tender file may be consulted during working hours at the Bandja divisional office of  (SIGAMP) city hall Bandja council upon publication of this Invitation to tender.

It may equally be consulted online on the COLEPS platform at the following addresses: http://www.mar- chespublics.cm and http://www.publiccontracts.cm, tél: 69139137,

on the ARMP website (www.armp.cm) or on any other electronic communication means indicated by the Project Owner (to be specified

8.Acquisition du Dossier New(Additif)

The file Tender Document can be obtained during working hours from the  SIGAMP CITY hall (against presentation of a receipt of payment at  recette municipal of Bandja a non-refundable sum of 26 000 CFA francs, representing the cost of acquisition of the Tender file.

It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees

9.Remises des offres New(Additif)

Each bid drafted in English or in French in Seven (7) copies including one (1) original and six (6) copies shall be submitted at the  SIGAMP council Bandja near the festive place, upon publication of this invitation to tender not later than 24 Marck 2025 at 10.00 a.m. local time deposited against a receipt and shall be labelled:

OPEN NATIONAL INVITATION TO TENDER IN EMERGENCY PROCEDURE. N°01/ONITT/SG/SIGAMP/CIPM/C.BDJA/2024 OF 18 FEBRUARY 2025   FOR THE REHABILITATION OFCLASSROOMS IN GOVERNMENT PRIMARY SCHOOL  BATCHICHEU-FONDJOMEKWET ,  IN THE UPPER NKAM DIVISION,  BANDJA SUBDIVISION. 

"To be opened only during the opening section commission»

10.Delai de Livraison New(Additif)

The maximum delivery deadline provided for by the Contracting Authority shall  be four (03) months

11.Cautionnement Provisoire New(Additif)

Each bidder must provide an act of provisional bid bond, valid for thirty (30) days beyond the validity date of the offers and will be established by a bank approved by the Minister in charge of Finance, the list is annexed. The amount of the bond is CFA francs three hundred thousand (300 000). ’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 con- sidered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted

12.Recevabilité des Offres New(Additif)

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 shall not accept:

·         Bids bearing information on the identity of the tenderers;

·         Bids submitted after the closing date and time for submission of bids;

·         Envelopes without indication on the identity of the Invitation to Tender;

·         Bids non-compliant with the bidding mode;

·         Failure to comply with the number of copies specified in the RPAO or offer in copies only;

 

Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmis- sible. 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 of the Tender File shall lead automatically to the rejection of the bid without any other pro- cedure. 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

13.Ouverture des Plis New(Additif)

Bids shall be opened in one phase. The administrative, technical and financial bids shall be opened on the 24 Marck 2025  from 11 a.m. local time by the Commission for Public Procurement, in the presence of the bidders or their duly authorized representatives having full knowledge of the file.

Under pain of rejection, the administrative documents required, must be produced in originals or true copies certified by the issuing servicer an administrative authority (Divisional Officer…) in accordance with the Special Condition soft he invitation to tender.

They must not bolder than three preceding the original date of submission of bids (3) months or must not have been established after the signing of the tender notice.

In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be rejected.

The opening of bids must take place no later than one hour after the deadline for receipt of tenders set out in the Tender File.

14.Critères d'évaluation New(Additif)

The evaluation criteria consist of two types: the eliminatory criteria and essential criteria.

              1 Eliminatory Criteria

The Eliminatory criteria set out the minimum requirements for admission to the next essential evaluation criteria. Failure to comply with these criteria lead to rejection of the tender. These include : 

a)    Absence of Bid Bond at opening of bids;

b)    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);

c)     False declaration, fraudulent schemes falsified or forged documents ;

d)    Obtain less than 78,26% of yes (18 yes to 23);

e)    Omission of a quantified unit price in the financial bid;

f)      Absence of an element in the financial offer (submission, BPU, DQE);

g)    Absence of integrity charter dated and signed ;

h)    Absence of the dated and signed commitment statement to comply with environmental and social clauses ;

i)      Absence in the technical bid of the declaration of the non-abandon of works. 

2 Essential criteria

The essential criteria are those so-called primary key or to judge the technical and financial capacity of the candidates to perform the Works, subject of the Listing Application.

The main criteria for qualification details of which are found in Exhibit 16 of this DAO include: 

  1. OVERVIEW OF THE OFFER ;
  2. STAFF ;
  3. EXPERIENCE ;
  4. MATERIALS
  5. CAPACITY MOBILIZATION OF FINANCIAL RESOURCES ;
  6. METHODOLOGY OF EXECUTION OF WORK.
15.Attribution New(Additif)

The contracting authority will award the contracts to the bidder whose bid is evaluated to be the least cost, fulfilling the technical and financial capacities required. Bidders who present anormally low bids would be disqualified following regulation in place which prescribes obtention the expertise of Public Contract Regulatory Agency (PCRA) after seeking explanation from the bidder concerned.

The successful bidder is invited to present as soon as possible after signing of the award decision, than within seven days and under penalty of annulment of that decision awarding the Bandja divisional office of SIGAMP for the establishment and the subscription of its market. Failure to appear, the contract is awarded to the next

16.Durée Validité des Offres New(Additif)

Bidders shall be bound by their bids for a period of ninety (90) days with effect from the date of opening of bids

17.Renseignements Complémentaires New(Additif)

Further information may be obtained during working hours at the Bandja council tél: 694139137 or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner

BANDJA Le 28-02-2025
Le MAIRE
MBOGNIN Gabriel