Within the framework of the execution of the 2025 State Budget, the Mayor of Bamusso council hereby launches an open national invitation to tender for the rehabilitation of 02 classrooms at GS Bekumu I (Bamusso council area)
The works comprise notably; for the rehabilitation of 02 classrooms at GS Bekumu I (Bamusso council area). This involves the realisation of the tasks outlined in the bills of quantifies and cost estimates and elaborated in the special technical clauses comprising notably:
- Preliminary works and actions involving complementary studies and site installation;; - concrete works :
- Electrical works ;
- wood works ;
- Painting :.
The estimated cost after preliminary studies stands at: ten million (10,000,000) FCFA.
The works which form the subject of this invitation to tender are grouped in one lot.
Participation is opened to all duly registeredCameroonian enterprises with the necessary technical, financial and legal capacities and who are not under suspension by the authority in charge of public contracts.
Works which formed the subject of this invitation to tender shall be financed by the PUBLIC INVESTMENT BUDGET (PIB) of MINNDDEVEL 2025 financial year through budget head(imputation) N°. .......................
The tender file may be consulted during working hours in the Bamusso council office, Service of public contract or the secretariat of the Internai Tenders Board, Tel: 677 287 540/ 661 165 334 as soon as this notice is published.
The tender file may be acquired from the council office, service of public contract or the secretary of the Internai Tenders Board, Tel: 677 287 540/ 661 165 334 as soon as this notice is published and upon presentation of a non-refundable treasury receipt (payable at the Treasury of Bamusso Council) bearing the amount of twenty five thousand (25,000) FCFA. Such a receipt shall identify the concerned bidder.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach service of public contract or the secretary of the Internai Tenders Board, Tel: 677 287 540/ 661 165 334; latest the 05/05./2025 at 10:00 am local time and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER
NQ 11/ONIT/BC /BCITB/2025 OF 07/04/2025 for the rehabilitation of 02 classrooms at GS Bekumu I
"To be opened only during the bid-opening session"
In case of any ambiguities or differences, only the original shall be considered authentic.
The maximum duration of execution provided for by the Contracting Authority is three (03) months. This duration is as from the date of notification of the service order to start work.
Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), and of an amount of two hundred thousand (200,000) FCFA, valid for Ninety (90) days beyond the date of validity of bids. Bid bonds for unsuccessful bidders shall be withdrawn not luter than fifteen (15) days after the award of the contract and that of the successful bidder shall be retained until the required performance guarantee for good execution is provided.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities 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 before the latest date set for the opening of bids.
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 order bank approved by the Minister in charge of Finance valid for thirty (30) days after the validity of bids.
The opening of the bids in one phase shall be done 05/05/2025 at 11:00 am prompt local time in the Conference Hall of the Bamusso council Only bidders may attend or be duly represented by a person of their choice, who has a full knowledge of the file and has been mandated in that capacity.
The evaluation of bids shall be carried out in three stages:
Ø 15' Stage : verification of the presence and conformity of each administrative documents ;
2nd Stage : Evaluation of the technical bids
· 3rd Stage: Analyses of the financial bids. The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria Absence of bid bond ;
False declaration or falsified document;
Non-compliance with major technical specifications of the supply ((to be Iisted);
- Non respect of X essential criteria (X being greater than or equal to 1);
- Absence of quantified unit price ;
- Non-compliance with the mode! tender;
14.2. Main qualification (essential) criteria:
Indicatively, the criteria related to the qualification of candidates will be on:
¨ Financial situation;
¨ Experience;
¨ Personnel;
· Equipment..
The jobbing order/contract shall be awarded to 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, in accordance with article 99 of the Public Contracts code. That is, it shall be awarded to the bidder with a satisfactory technical score and the lowest financial offer.
The bidders shall remain committed to their offers/bids for a period of ninety (90) days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours on weekdays from the office of the Secretariat of the Internai Tenders Board at the Bamusso Council, Tel: 677287540/661 /65334.