Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 20-03-2025 à 15:23
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE KUMBA 2E
TENDER NOTICE OPEN NATIONAL INVITATION TO TENDER N°06/ONIT/MAYOR/ KUMBA H COUNCIL/KIICITB/2025 OF 12/03/ 2025FOR THE REHABILITATION OF SEVEN (07) CLASSROOMS AND FOUR (04) OFFICES ATGOVERNMENT PRIMARY SCHOOL (G.P.S) KOSALA GROUP IH IN KUMBA II COUNCIL AREAMEME DIVISION, SOUTH WEST REGION.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2025 Public Investment Budget (PIB), the Mayor of Kumba II Council
"Contracting Authority" hereby launches by emergency procedure an Open National Invitation to tender
for the Rehabilitation of Seven (07) Classrooms and Four (04) Offices at Government Primary School (G.P.S)
Kosala group
HI in Kumba II Council Arca Meme Division, South West Region.

Lot

Project

Locality

Amount
#b and
bond

Project
Amount

Budget Heads

Duration
in

months

I

for the Rehabilitation of Seven (07) Classrooms and Four (04) Offices at Government Primary School (G.P.S) Kosala group III in Kumba II Council Area Meme Division, South West Region.

KUMBA Il

Municipalit

Y

—Meme

Division

800 000

40 000 000

 

03

This invitation to tender comprises is distributed as follows:

2.Consistance des prestations New(Additif)

The service consists of for the Rehabilitation of Seven (07) Classrooms and Four (04) Offices at Government Primary School (G.P.S) Kosala group HI in Kumba H Council Area Meme Division, South West Region

3.Cout Prévisionnel New(Additif)

4. Project amount the project is to be executed on a single phase at a cost of Seventy¬two million francs (40 000 000) CFA

4.Participation et origine New(Additif)

Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned.

5.Financement New(Additif)

The said Works shall be financed by the Public lnvestment Budget (PO) of the Ministry of Basic Education for the 2025 financial year assigned ta the mayor of the above mention Council as

Delegated Authorizing officers with Budget Heads N

6.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Kumba II Council Tel :233 354 418.

7.Acquisition du Dossier New(Additif)

The file may be obtained at the Kumba Il Council, at the Service for the award of Public Contracts, Telephone N° 233 354 418 1677 393 103 as soon as this notice is published against payment of a non- refundable sum of (50 000) Fifty thousand CFA francs, payable at the Kumba Il Council Treasury representing the cost of purchasing the tender file.

8.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Kumba II Council at the Service for the award of Public Contracts, not later than 08/0412025 at 10.00 am local time. It should be labelled as follows:

OPEN NATIONAL INVITATION TO TENDER

06/ONIT/MAYOR /KUMBA II COUNCIL/KIICITB/2025 OF 12/03/ 2025

FOR THE REHABILITATION OF SEVEN (07) CLASSROOMS AND FOUR (04) OFFICES AT
GOVERNMENT PRIMARY SCHOOL (G.P.S) KOSALA GROUP III IN KUMBA II COUNCIL AREA
MEME DIVISION,
souri! WEST REGION.
(EMERGENCY PROCEDURE)

TO BE OPENED ONL Y DURING THE BID OPENING SESSION"

9.Delai de Livraison New(Additif)

The maximum execution deadiine shah be three (03) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement

 

10.Cautionnement Provisoire New(Additif)

Each bidder should include in his administrative document, a bid bond of FCFA 800 000 IEight hundred thousand CFA francs) issued by a first rate-bank approved by the Ministry in charge of Finance in conformity with COBAC conditions.

Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively

be produced in accordance with the Special Conditions of the invitation to tender. They shall neither be aider than three (03) months nor be produced before the signing of the tender notice.

Any offer not in conformity with the prescriptions of this notice and tender file shail not be accepted, especially the absence of a bid bond issued by a first rate-bank, approved by the Ministry in charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple 

11.Recevabilité des Offres New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Kumba II Council at the Service for the award of Public Contracts, not later than 08/0412025 at 10.00 am local time. It should be labelled as follows:

OPEN NATIONAL INVITATION TO TENDER

06/ONIT/MAYOR /KUMBA II COUNCIL/KIICITB/2025 OF 12/03/ 2025

FOR THE REHABILITATION OF SEVEN (07) CLASSROOMS AND FOUR (04) OFFICES AT
GOVERNMENT PRIMARY SCHOOL (G.P.S) KOSALA GROUP III IN KUMBA II COUNCIL AREA
MEME DIVISION,
souri! WEST REGION.
(EMERGENCY PROCEDURE)

TO BE OPENED ONL Y DURING THE BID OPENING SESSION"

12.Ouverture des Plis New(Additif)

The bids shall be opened in single phase. The opening of the administrative documents, Technical and Financial offers shall take place on the 08/04/2025 at 11 am local time, by the competent Tenders Board at Kumba II Council Hall.

Only bidders may attend or be represented by duly mandated persons of their choice.

13.Critères d'évaluation New(Additif)

There are two types of evaluation criteria: eliminatory and essential criteria. [The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.

i.        Eliminatory criteria

Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essentiel criteria. The non-respect of these criteria leads to the rejection of the bid.

They refer especially to:

·       The non-respect of Article (92) sub 9 of the public contracts Code;

·       Non conformity of technical specifications (include technical documentation prospectus of equipment to be supplied with photographs)

·       Absence of an element in the administrative file;

·       General presentation of the tender file;

·       Deadline for delivery higher than prescribed;

·       False declaration, forged or scanned documents;

·       A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.

·       Two Bids with the same personnel

·       Incomplete financial information.

·       Contractors with abandoned and ongoing projects with no justifications.

·       Technical assessment mark lower than 80% of "Yes".

ii.         Essentiel criteria

Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.

The criteria relating to the qualification of candidates shall be based on the following

n    Technical specifications or descriptions;

·                   References of similar and other works executed;

n    Financial viability of the bidder;

·            Certificate of guarantee delivered by the supplier for at least six (06) months;

n    An attestation of site visit sign by the contractor or his representative;

n    Site visit report sign by the contractor or his representative;

·                   Experience of supervisory staff

·                   Logistics (Equipment);

n    The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped);

n    Special Administrative Clauses completed (each page should be initialed and the lest page signed and stamped);

 

Text Box: 4NB:

ü  The above administrative document should be forwarded in their originals or certified true copies dating not more than three (03) months.

Y The absence or non-conformity of one of these documents shall resuit to the elimination of the offer.

Y Bids shah be properly bound, separators in color apart from white and order described respected.

III Main qualification criteria

The criteria relating to the qualification of candidates could be indicative on the following:

The essential criteria are subjected te minima whose detail is given in the Special Tender Regulation (RPAO).

This evaluation shah be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 80% of the essentiel criteria taken in to account.

The contract will be awarded te the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 80% of the essential criteria.

14.Attribution New(Additif)

The jobbing order shah be awarded te the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 99 (a) of the public contracts code).

15.Durée Validité des Offres New(Additif)

The bidders shah remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.

16.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours et the Kumba II Council, Service of award of Public Contracta.

KUMBA Le 12-03-2025
Le MAYOR
MBACHU Jacob Kay