Within the framework of 2025 PUBLIC INVESTMENT BUDGET the MAYOR OF MUNDEMBA COUNCIL Contracting Authority, hereby launches an OPEN NATIONAL INVITATION to tender for THE CONSTRUCTION OF INTERGRATED HEALTH CENTRE IN MUNDEMBA
The works comprise notably: PRELIMINARY STUDIES CARRIED OUT AND THE DETAILED INFORMATION PROVIDED IN THE TECHNICAL SPECIFICATIONS
The estimated cost after preliminary studies is.. FIFTY MILLION FRANCS( 50,000,000 ) FRS ATI.[in case of lots, indicate the cost per lot
The works are divided into a single.lots as follows.
Participation IS OPENED TO DULY LEGALIZE CAMERIAN ENTERPRISES THAT FULFILL THE REQUIREMENTS OF THIS INVITATION TO TENDER
Supplies which form the subject of this invitation to tender shall be financed by MINSANTE CREDIT 2025 financial year, budget head No. : 59 40 047 06 641936 464211 611
The file may be consulted during working hours at THE OFFICE OF THE MAYOR OF MUNDEMBA COUNCIL TELL 677109546 DURING WORKING HOURS FROM 7 AM TO 3.30PM (service, door number, post box, telephone, fax, e-mail)] as soon as this notice is published.
The file may be obtained from THE GENERAL SECRETARIAT OF MUNDEMBA COUNCIL (service, door number, post box, telephone, fax, e-mail)] as soon as this notice is published against payment of the sum of ( 60,000 )THIRTY sixty thousand FCFA francs, payable at the Municipal treasury, Mundemba council.
Each bid drafted in English or French in seven (07) copies including the original and six (06) copies marked as such, should reach THE OFFICE OF THE SECRETARIAT OF THE MAYOR OF MUNDEMBA COUNCIL not later than 30/04/2025 at 10 am local time and should carry the inscription:
Invitation to tender N008/ONIT/MAYOR MUNDEMBA COUNCIL/MCITB/ND/SWR/PIB- 2025 of 14/03/2025 FOR THE CONSTRUCTION OF INTEGRATED HEALTH CENTRE IN MUNDEMBA
“To be opened only during the bid-opening session”
The maximum deadline provided by the Project Owner or Delegated Contracting Authority for the execution of the works forming the subject of this invitation to tender is ..THREE (03)... months. indicate the deadline per lot, where necessary.
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. 12 of the Tender File, of an amount of ONE MILLION ( 1.000.000 ) CFA francs for each lot, if need be. It is set at 2 % of the estimated amount, all taxes inclusive, of the contract in accordance with the Order in force, the Contracting Authority and the conditions of the invitation to tender] and valid for thirty (30) days beyond the date of validity of bids
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of the invitation to tender. They must obligatorily be not older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance. .
The bids shall be opened in a single phase ( 01 )(The opening of bids is single-phased. However, for complex projects that were the subject of pre-qualification, the opening shall be double-phased..
The opening of administrative documents and the technical [and/or] financial bids [technical and financial if the opening is single-phased, technical only if the opening is double-phased] on 30/04/2025 at 11 o’clock local time by the [Contracting Authority] Tenders Board situated at Mundemba Council Hall
Only bidders may attend or be represented by a duly mandated person. (The start of the bid-opening session must not be later than one hour after the time-limit for the submission of bids as specified n the Tender File)
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 relating especially to admissibility of administrative documents, compliance of the technical bid with the technical specifications in the tender file and the qualification of candidates].
i. Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according to the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
¨ Absence of bid bond
¨ False declaration or forged document
¨ Non compliance with major technical specifications (to be listed)
¨ Non-respect of X essential criteria (X being greater than or equal to 1)
¨ Absence of quantified unit price)
¨ Non compliance with the model bid.
ii. Essential criteria
Essential criteria are those that are primordial or key in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender. They must be determined in relation to the nature and content of the works to be executed.
Indicatively, the criteria related to the qualification of candidates will be on:
¨ Financial situation;
¨ Experience;
¨ Personnel;
¨ Equipment.
The contract shall be awarded to the contractor fulfilling the best technical and financial condition In case of division into lots, indicate the maximum number of lots a bidder may be awarded].
Bidders will remain committed to their bids for ninety ( 90 ) days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours from the secretariat of the Mayor tell 677109546 .