Within the framework of the execution of the Public Investment Budget of the 2025 financiaL year, the Contracting Authority, the Mayor of BALI COUNCIL, hereby launches a OPEN NATIONAL INVITATION TO TENDER document relative to The Construction Of Meat Sales Shed At Njenka-Hausa In Bali Sub-Division, Mezam Division Of The North West Region
The works comprise The Construction Of Meat Sales Shed At Njenka-Hausa In Bali Sub-Division, Mezam Division Of The North West Region.
Work to be done consists of
· Preparatory work
· Earth work
· Sub structure (foundation)
· Super structure
· Roof work
· Plumbing & sanitary
· Finishing
The estimated cost after preliminary studies stands 10,402,322 (Ten million four hundred and two thousand three hundred and twenty two FCFA all taxes inclusive.
Project title |
Cost of the meat Shed |
Cost of tender file |
Cost of bid bon |
THE CONSTRUCTION OF MEAT SALES SHED AT NJENKA-HAUSA IN BALI SUB-DIVISION, MEZAM DIVISION OF THE NORTH WEST REGION. |
10,402,322 Ten million four hundred and two thousand three hundred and twenty two
|
20,000 |
208,046
|
The works are divided into one lot.
……………………………………………………………………………………………………………………………………..
Following Pres selection notice
The said works shall be financed PIB MINDDEVEL
The tender file may be consulted during working hours at the SIGAMP OFFICE of the BALI COUNCIL
The tender file may be acquired from the BALI COUNCIL, SIGAMP OFFICE upon presentation of a non-refundable treasury receipt (payable at the Treasury of the BALI COUNCIL) of 20,000 (twenty Thousand) FCFA. Such a receipt shall identify the payer as representing the company that wants to participate in the tender.
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 the BALI COUNCIL, SIGAMP OFFICE, not later than 03/06/2025 at 10:00a.mand should carry the inscription:
“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 deadline provided by the Project Owner / Contracting Authority for the execution of the works forming the subject of this invitation to tender is four calendar (04) months, as from the date of notification of the contractor by the control engineer 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, of an amount of 208,046 (two Hundred And eight Thousand and forty six), valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders 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 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 opening of the bids in one phase shall be done on 03/06/2025 at 11p.m. prompt in the conference hall of the BALI COUNCIL by the competent members of the Tender’s board. Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.
The evaluation of bids shall be carried out in three stages:
Ø 1st Stage: verification of the conformity of each administrative document;
Ø 2ndStage: Evaluation technical bids;
Ø 3rd Stage: Analyses of Financial bids.
The criteria of evaluation shall be as follows:
14.1-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:
1. Absence of a document in the administrative file not provided after 48 hours;
2. False declaration or falsified documents;
3. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
4. Non-compliance with model bid;
5. Incomplete financial file or absence of the unit price in the sub detailed;
6. Absence of a quantified unit price;
7. Non respect of 75% of essential criteria;
previous years
8. Financial situation below a third of the estimated cost
14.2 – Main qualification criteria:
Essential criteria
1- General presentation of the Tender Files;
2- Financial capacity;
3- References of the company in similar achievements;
4- Quality of the personnel;
5- Technical organization of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation and report of site visit signed by the Contractor;
9- Special Technical Clauses initialed in all the pages and signed at the last page;
10- Special Administrative Clauses completed and initialed in all the pages and signed at the last page
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 jobbing order shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the public contracts code.
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained every day during working hours from the BALI COUNCIL, SIGAMP OFFICE