As part of the execution of the Public Investment Budget (PIB) for the 2025 financial year, the Mungo Divisional Delegate of Livestock, Fisheries and Animal Industries,is launching an Open National Call for Tenders for theREHABILITATION WORKS OF THE MUNGO DIVISION DELEGATION OF LIVESTOCK, FISHERIES AND ANIMAL INDUSTRIES .
The works covered by this Call for Tenders include:
The estimated cost of the operation following prior studies stands at: Lot 1 : Rehabilitation of DDEPIA/Nkongsamba 28 450 000 Francs CFA.
The work is subdivided into two lots: Lot 1 :Rehabilitation of DAEPIAMIbanga
Participation in this invitation to tender is open to companies under Cameroonian law not excluded from public procurement and evolving in this field of activity in accordance with to its tax category.
Works under this invitation to tender shall be financed by the Public Investment Budget WIN of MINEPIA for the 2025 financial year
The file can be consulted during working hours at the Mungo Divisional office, at the Internal Structure of Administrative Management of Public Procurement (SIGAMP), B.P: 01 Nkongsamba ; as soon as this Notice is published.
It can also be consulted online on the COLEPS platform at the http://www.marchespublics.cm and http://www.publiccontracts.cm addresses on the ARMP website (www.arinp.cm) or on any other means of electronic communication indicated by the Contracting Authority.
The physical version of the tender documents can be obtained during working hours at the the Mungo Divisional office, at the Internal Structure of Administrative
Management of Public Procurement (SIGAMP), B.P: 01 N kongsamba, upon publication of this Notice, against payment of a non-refundable sum of 50 000 (fifty thousand) CFA Francs, being the purchasing cost of the file.
It is also possible to obtain the electronic version of the file by downloading free of charge at the addresses indicated above for the electronic version. However, the submission by physical or electronic means is conditional on the payment of the DAO's purchase fees.
For offline submission, bids written in French or English in seven (07) copies, including one (01) original and six (06) copies marked as such, will be placed in a sealed envelope, without any indication of the identity of the bidder, and filed with SIGAMP no later tha 09 MAY 2025 at 11: 00 am local time. (cut-off times) and must be marked with:
OPEN NATIONAL INVITATION g9 TENDP N°09/A0NO/C.16/CDPM/2025 du 09 Mai 2025 FOR THE REHABILITATION WORKS OF THE MUNGO DIVISION DELEGATION OF LIVESTOCK, FISHERIES AND ANIMAL INDUSTRIES AND MUNGO, IN
MUNGO DIVISION, LITTORAL REGION. (Take only one lot) Lot : 2 FUNDING: Public of Investment Budget (PIB) of MINEPIA EXERCISE 2025 "To be opened only during the bids opening session"
The maximum execution period provided by the Contracting Authority for the completion of the works is twenty (90) days calendar from the date of notification of the service order to start the works.
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: 569 000 Francs CFA for lot 2 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"
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:
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 hid opening session shall not be accepted.
The bids (Administrative documents and the Technical and Financial bids) shall be opened in single phase and shall take place on the Mango Divisional office, in the
Conference RootO 09 MAy 2025 at 12m309 local time. Only tenderers may attefirthis 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.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be rejected.
The opening of bids must take place no later than one hour after the deadline for receipt of tenders set out in the Tender File.
Evaluation criteria are of two types: the eliminatory criteria and essential criteria. No criterion can be eliminatory and essential at the same time.
Elimination criteria
The eliminatory criteria set out the minimum conditions to be met in order to be admitted to the evaluation according to the essential criteria. Failure to comply with these criteria shall result in the rejection of the tenderer's tender.
These include:
the absence of the tender bond when the bids were opened;
the non-production beyond the period of 48 hours after the opening of the tenders, of a document in the administrative file deemed non-compliant or absent when the tenders were opened, (except for the tender bond);
false statements, fraudulent tactics or falsified documents;
non-compliance with 73% essential criteria (73%referring to the qualification threshold for technical tenders);
the absence of the sworn declaration of non-abandonment of the construction sites over the last three years;
non-compliance with the file format of the tenders;
the absence of a quantified unit price in the Financial Offer;
the absence of a leaflet with the manufacturer's technical data sheets, if applicable;
the absence of the manufacturer's approval or authorization, if applicable.
the absence of possession of a minimum of equipment in its own or on lease (to be specified by the project owner)
the absence of the categorisation certificate, if applicable;
the absence of an element of the financial offer (the tender, the BPU, the DQE);
the absence of the dated and signed integrity charter;
the absence of the dated and signed declaration of commitment to respect environmental and social clauses
The so-called essential criteria are those that are essential or key to judging the technical and financial capacity of the candidates to carry out the work, which is the subject of the call for tenders. These must be determined according to the nature and consistency of the work to be carried out.
It is necessary to formally specify the procedures for validating a criterion based on the number of sub-criteria respected.
These criteria will be detailed in section 6.1 of the OSPR. The bid scoring system will
The essential criteria for the qualification of bidders will relate to:
N° |
Activito |
Appreciation |
|
Presentation of the offer |
Yes/No |
|
the bidder'sreferences |
Yes/No |
|
the availability of essential materials and es ui • ment (lo:istical means) |
Yes/No |
|
the qualifications and experience of the staff (Management staff (reference, qualification and CV)) |
Yes/No |
|
Turnaround time |
Yes/No |
|
Methodology |
Yes/No |
|
financial capacity (access to a line of credit or other financial resources, turnover, certificate of financial solvency) |
Yes/No |
At the end of the various deliberations, the Contracting Authority awards the contract to the tenderer who has submitted a tender that meets the required technical and financial qualification criteria and whose tender is evaluated as the lowest bidder, including any proposed discounts.
Bidders remain bound by their bids for ninety (90) days from the deadline set for the submission of bids.
Additional information on the Call for Tenders can be obtained during working hours at the Divisional office of Mungo, at the Internal Structure for the Administrative Management of Public Procurement (SIGAMP), B.P.01 Nkongsamba ;or online on the
COLEPS platform via http Wwww. m archesp cs.cm and
http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner.
For any act of corruption, please call or send an SMS to MINMAP at the following numbers: 673 205 725 — 699 370 748.
Addendum to the Call for Tenders
The Mungo Divisional office, Contracting Authority reserves the right, in case of necessity, to bring all other useful ulterior modification to the present call of offers. PS: It is advised to the tenderers to take up their offers according to the assessment grid annexed to the Dila