Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 16-04-2025 à 00:03
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BAYANGAM
OPEN NATIONAL INVITATION TO TENDER N° 06/ONIT/C.BYGAM/SG/SIGAMP/ CIPM /2025 OF 04/04/2025 FOR THE EXECUTION THE extension of the single phase MT/BT network in the localities of CHE MAFEU KAKO  IN BAYANGAM SUB- DIVISION, KOUNG-KHI DIVISION, WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of [context to be specified] the Project Owner or Delegated Project Owner hereby launches an invitation to tender open national invitation to tender N° 06/ONIT/ C.BYGAM/SG/SIGAMP/ CIPM /2025 OF 04/04/2025 FOR THE EXECUTION THE extension of the single phase MT/BT network in the localities of CHE MAFEU KAKO  in Bayangam sub- division, Koung-khi division, west region

2.Consistance des prestations New(Additif)

Works comprise especially: (brief description of the works to be executed 

3.Cout Prévisionnel New(Additif)

The estimated cost of the operation following preliminary studies is fifty thousand (50 000 000) francs CFA

4.Participation et origine New(Additif)

Participation in this invitation to tender is open to all Cameroonian companies established in Cameroon and operating in the field of Building and Public Works.

5.Financement New(Additif)

The works under this invitation to tender shall be financed by Public investment budget financial   2025

6.Consultation du Dossier New(Additif)

The hard copy of the file may be consulted free of charge during working hours in the services of the Bayangam council at structure interne de gestion administrative des Marchés publics de la commune de Bayangam Tel : 675432325 dors 101 as soon as this notice is published.

It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm) or on any other electronic communication means indicated by the Project Owner ( to be specified

7.Acquisition du Dossier New(Additif)

The hard copy of the file may be obtained from [(place of withdrawal of the TF (service, door number, P.O.

Box, telephone, fax, e-mail)] as soon as this notice is published against payment of a non-refundable sum of Seventy-five thousand (75 000) CFA Francs [In figures and words in accordance with the regulations in force], payable at the Municipal Receipt of Bayangam City Council. 

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

8.Remises des offres New(Additif)

For submission off line, the offer in seven (7) copies including the original and six (6) copies marked as such, should reach [place of registration of bids] no later than 05/05/2025 at 10H and should carry the indication:

 OPEN NATIONAL INVITATION TO TENDER N° 06 /ONIT/ C.BYGAM/SG/SIGAMP/ CIPM /2025 OF 04/04/2025 FOR THE EXECUTION THE extension of the single phase MT/BT network in the localities of CHE MAFEU KAKO  IN BAYANGAM SUB- DIVISION, KOUNG-KHI DIVISION, WEST REGION

“To be opened only during the bid-opening session

9.Delai de Livraison New(Additif)

The maximum time frame provided for by the Project Owner for the execution of works subject of this invitation to tender is 03 calendar months. This time frame shall run from the date of notification of the administrative order to commence the services.

10.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of an amount of ONE MILLION (1 000 000) francs for each lot, if applicable. It is not more than 2 % of the estimated cost of the contract all taxes inclusive (ATI), in accordance with the Order in force] and valid up to thirty (30) days beyond the initial date limit of the validity of bids. ’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 considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted.

11.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 inadmissible. 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 procedure.  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

12.Ouverture des Plis New(Additif)

The bids shall be opened in single phase and shall take place on 05/05/2025 at 11H by the Project Owner or Delegated Project Owner Tenders Board in the in the meeting room of the Koung-Khi Divisional commission of Public contract.

Only tenderers may attend this opening session or be represented by a person of their choice, duly authorised, even in case of a group of companies.

Under pain of being rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.

13.Critères d'évaluation New(Additif)

1 Eliminatory criteria

The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted to evaluation following the essential criteria. They should not be the subject of notation. The failure to comply with these criteria shall lead to the rejection of the bidder’s offer.

The eliminatory criteria include:

Absence of bid bond at the opening of bids;

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);   

False declarations, fraudulent schemes or forged documents;

Failure to comply with 80% essential criteria

Absence of the sworn statement for not having abandoned contracts during the last three years;

Failure to comply with bids file format;

Absence of a quantified unit price in the financial offer;

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

Absence of integrity charter dated and signed

Absence of the dated and signed commitment statement to comply with environmental and social clauses.

NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File

15.2  Essential criteria

Essential criteria are the fundamental or key ones that will help to measure the financial and the technical capacity of candidates to execute the services subject of the tender. They should be determined depending on the nature and the content of the services to be executed.

It is necessary to clearly specify the modalities for validating a criterion from the number of sub-criteria to be respected 

The essential criteria for the qualification of bidders shall focus especially on:

  Presentation of bid;

  Bidder’s references;

  After-sales service(availability of spare parts, repair workshop, technical personnel) if applicable;

  Financial capacity; (Access to a line of credit or other financial resources, turnover, attestation of financial solvency);

  Personnel qualification and experience;

  Logistic means,

Methodology.    

14.Attribution New(Additif)

The Project Owner shall award the contract to the bidder whose bid meets the required technical and financial qualification criteria and whose offer was evaluated as the lowest by including as the case may be, the rebates proposed

15.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their bids for [Indicate the duration between 60 and 90 days] from the initial deadline set for the submission of bids.

16.Renseignements Complémentaires New(Additif)

Additional information may be obtained during working hours from [(SIGAMP service), door number, P.O Box, telephone, fax, e-mail] 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.

BAYANGAM Le 04-04-2025
Le 1er Adjoint au Maire
TAMO FOTSO JOSEPH