As part of the implementation of the Public Investment Budget, the Mayor of Bangourain council, project owner launches on behalf of the Ministry of Basic Aducation, a Call for closed National Offers in emergency procedure for the construction work on a classroom in Batche 01 : EP OF NGAGNOUH ET Batche 02 : GBPS OF PAGHAH IN Bangourain Council, Noun Division, West Region
The allowances involve the following tasks inter alia:
Batches |
Intitulé du projet |
estimated amount CFA |
01 |
construction work on a classroom in Batche01 : EP OF NGAGNOUH |
18 500 000 |
02 |
construction work on a classroom in Batche 02 : GBPS OF PAGHAH |
18 500 000 |
The works, which are the object of this open national invitation to tender concerns two (02) batches
Upon publication of this notice, the Tender Dossier is available during business hours at the section of publics contracts
Folder Tender can be obtained from the section of publics contracts council upon publication of this notice, upon presentation of a receipt of payment to the Treasury of a non-refundable sum of seventy four thousand (74,000) francs CFA respect of purchase of application fee
Each offer, written in French or in English, six (06) copies, one (01) original and five (05) copies labeled as such, meet the requirements of the Tender Dossier, will be filed against receipt under sealed envelopes, with the Chairman of Bangourain council Support Unit to launch the tenders, on 09/04/2025 at 09:00 am local time and will be marked:
OPEN NATIONAL INVITATION TO TENDER UNDER EMERGENCY PROCEDURE
N°01/AONO-U/C-MGAM/MO/CIPM/AI/2025 OF 10/01/2025
FOR THE CONSTRUCTION WORK ON A CLASSROOM IN Batches 01 : EP of ngagnouh and Batches 02 : GBPS of Paghah IN BANGOURAIN COUNCIL, NOUN DIVISION, WEST REGION.
FINANCE: MINARD PIB FISCAL YEAR 2025
DISCLOSE ONLY DURING THE EVALUATION SESSION OF TENDER APPLICATIONS”
NB: Beyond the submission’s deadline any tender will no longer be received.
The maximum turnaround time provided by the contractor for the work is three (03) months for each batche. The period runs from the date of notification of the service order to begin work
Each tenderer must attach to his administrative documents a tender security in the form specified in the Bidding Documents and the amount of which is:
Batches |
Localities |
Cost of provisional security in CFA F |
01 |
construction work on a classroom in Batche 01 : EP OF NGAGNOUH |
370 000 |
02 |
construction work on a classroom in Batche 02 : GBPS OF PAGHAH |
370 000 |
Under pain of rejection, the administrative documents required, must be produced in originals or true copies certified by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer…) in accordance with the Special Conditions of the invitation to tender.
They must not be more than three months preceding the original date of submission of bids (3) months or must not have been established after the signing of the tender notice.
Any incomplete offer in accordance with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance
The administrative documents, the technical and financial proposals shall be opened on 09/04/2025, à 10 O’clock local time, At the Internal Commission in charge of Public Contracts situated at the Bangourain Council. Tenders shall be opened in one go and in three steps:
Step 1: Opening of envelope A containing the administrative document (volume 1);
Step 2: Opening of envelope B containing the technical proposal (volume 2);
Step 3: Opening of envelope C containing the financial offer (volume 3).
All tenderers may attend the opening session or each has themselves represented by one mandated person of their choice (even in the event of a joint-venture) with sound knowledge of their file
Eliminatory criteria
Bids shall be eliminated according to the following criteria:
Ø Appear on the updated list of suspended companies;
Ø Obtain less than 70% of yes on the essentials criteria of technical offers;
Ø Omission of a quantify unit price;
Ø Omission of bid bond;
Ø Omission of declaration to submit;
Ø False statements or falsified documents;
Ø Insufficient Production of the offer’s copies;
Ø Certification of previously certified documents;
Ø Absence of the declaration of commitment to compliance with environmental and social clauses dated and signed.
Ø Production of insufficient copies of offers (less than seven)
Ø To have presented one civil servant;
Ø Absence of honour declaration do not abandon a work over the past three years
Ø Administrative file (no compliance of an administrative file) not completed in 48 h.
13.1. Essential criteria:
The evaluation of technical offer will be made according to the binary system (yes/no on the basis of the essential qualification criteria below:
a) Financial situation (2 yes)
- Part of the sub-details of the unit prices in accordance with;
- Schedule of prices in figures and in coherent letters.
b) Company reference (6 yes)
General experience of the company in the field
Nomber of contracts executed during the last three years in the field of construction (≥1 entitles you to a yes; ≥3 entitles you to a yes; ≥5 entitles you to a yes; = (3 oui)
Specifique experience of the company in the field
Have satisfactorily completed similar construction contracts, for one contract gives value to 1 yes ; for two contracts gives value to 1 yes ; for three contracts gives value to 1 yes ;
c) Company management staff ; (6 yes)
Work supervisor (Civil Engineer (Civil or Rural=1year) ou Senior Technician in Civil Engineering or Rural Ingineering 03 years of experience) |
|
1- |
CV signed and dated |
2- |
Certified diploma |
3- |
Certified National Identity Card |
Head site (Civil Engineer Technician or Rural Ingineering 02 years of experience) |
|
4- |
CV signed and dated |
5- |
Certified diploma |
6- |
Certified National Identity Card |
d) Site equipement to be mobilized ; (6 yes)
7 |
de 4x4 pick-up or station wagon liaison vehicule |
8 |
Vibrator |
9 |
Generator |
10 |
Small masonry equipement (wheelbarrow, clamps, shovel, pickaxe, buckets etc) |
11 |
Small painting equipement (bucket, telescopic ladder, etc) |
12 |
Moto-truck |
Rental contracts must be attached ;
e) Methodology ; (5 yes)
Schedule in line with the execution deadline = one yes; origin of materials = one yes; aspects socio-environnemental aspect = one yes, illustrated site visit report = one yes, compliant site location plan = one yes.
f) Presentation of the offer. (2 yes)
binding and interlayer color other than white (1 yes), respect of the order of the parts (1 yes).
N.B. : The bidder will only be admitted if they have obtained at least 70% ‘’yes’’.
The contract will be awarded to the bidder with the least offer who acquires the required technical and administrative capacities
Tenderers shall be bound by their tender for a period of ninety (90) days with effect from the tender-submission deadline
Complementary technical information may be obtained from the Bangourain Council (Public Contract Service) Tél : 698 16 97 39.