Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 16-05-2025 à 23:13
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BALI
OPEN NATIONAL INVITATION TO TENDER No: 003/ONIT/BC/BCITB/2025 OF 07/05/2025 FOR THE CONSTRUCTION OF MEAT SALES SHED AT NJENKA-HAUSA IN BALI SUB-DIVISION, MEZAM DIVISION OF THE NORTH WEST REGION BY EMERGENCY PROCEDURE.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

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

2.Consistance des prestations New(Additif)

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

3.Cout Prévisionnel New(Additif)

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

 

4.Allotissement New(Additif)

The works are divided into one lot.

5.Participation et origine New(Additif)

……………………………………………………………………………………………………………………………………..

Following Pres selection notice

6.Financement New(Additif)

The said works shall be financed PIB MINDDEVEL

7.Consultation du Dossier New(Additif)

  The tender file may be consulted during working hours at the SIGAMP OFFICE of the BALI COUNCIL

8.Acquisition du Dossier New(Additif)

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.

9.Remises des offres New(Additif)

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.

10.Delai de Livraison New(Additif)

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.

11.Cautionnement Provisoire New(Additif)

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. 

12.Recevabilité des Offres New(Additif)

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. .

13.Ouverture des Plis New(Additif)

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.

 

14.Critères d'évaluation New(Additif)

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.

15.Attribution New(Additif)

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.

 

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained every day during working hours from the BALI COUNCIL, SIGAMP OFFICE

BAMENDA Le 07-05-2025
Le MAYOR
WANDUM BUNGA Ernest