Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 24-07-2025 à 12:44
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BANGOU
OPEN NATIONAL INVITATION TO TENDER N° 013/AONO/C-BGOU/CIPM-RTE/2025 of 11/07/2025 FOR THE MAINTENANCE WORKS ON THE  ROAD FROM BAKAKA'A VILLAGE JUNCTION - PAC PAC JUNCTION (l.2km long) IN BANGOU COUNCIL IN EMERGENCY PROCEDURE • 
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The Mayor of BANGOU Municipality, Project Owner, is launching a National Open Call for Tenders for the MAINTENANCE WORKS ON THE ROAD FROM BAKAKA'A VILLAGE JUNCTION - PAC PAC JUNCTION (l.2km long) IN BANGOU COUNCIL IN EMERGENCY PROCEDURE in BANGOU Council in  emergency procedure. 

2.Consistance des prestations New(Additif)

- installations;

Cleaning and earthworks ;

Road works;

Sanitation and drainage ;

Signage and safe

3.Cout Prévisionnel New(Additif)

The estimated cost of these services is 120 000 000 FCFA.

4.Allotissement New(Additif)

The works that are the subject of this Invitation to Tender include one lots. 

5.Participation et origine New(Additif)

Participation is open on equal terms to all Cameroonian companies established in the Republic of Cameroon and  meeting the conditions set out in the Special Regulations of the Invitation to Tender (RP AO), which are provided in Document No. 3 of this Tender File. 

NB : An undertaking may submit tenders for both lots, but may not be awarded more than one lot. If the company submits a tender for both lots and is the lowest bidder for both lots, it will be awarded a lot. The choice of the lot will  be made in such a way that the best price between the two lots counts. 

6.Financement New(Additif)

The works which are the subject of this Invitation to Tender are financed by the BIP MINTP 2025. 

7.Consultation du Dossier New(Additif)

The Tender File may be consulted as soon as this notice is published, during working hours, at the Secretariat General of BANGOU Council. 

8.Acquisition du Dossier New(Additif)

he Tender File may be obtained from the Secretariat General of BAN GOU Council and payment of a  non-refundable amount of CF A francs 105 000, payable to the Municipal Treasury of BANGOU Council  When collecting the DAO, bidders must register and communicate their full address (telephone, e-mail, post office, fax, etc.). 

However, in accordance with the provisions of Article 82 of the Circular letter on the application of the Public Contracts Code, a tenderer who has paid the acquisition fees of the tender file to the Public Treasury as a result of difficulties encountered at the Municipal Treasury concerned, should include in his bid a report duly established by a bailiff or an acknowledgement of receipt of the letter, addressed to this effect to  the Mayor of Bangou council. 

9.Remises des offres New(Additif)

Each bid drafted in French or English, in seven (07) copies including the original and six (06) copies, labelled as such, shall be submitted in a sealed envelope no later than 06/08/2025 .at 09 pm, against a receipt at the Bangou  council, and should bear the following inscription: « THE ~TENANCE WORKS ON THE ROAD FROM BAKAKA' A VILLAGE JUNCTION - PAC PAC JUNCTION (1.2km long) IN BANGOU COUNCIL,  HAUTS-PLATEAUX DIVISION, WEST REGION"«TO BE OPENED ONLY DURING THE BID- OPENING SESSION» 

NB: Bids reaching after the closing date and time will not be received. Bids must include a CD containing the digital version in Excel format of the detailed bill of quantities and  estimates. 

10.Delai de Livraison New(Additif)

The maximum time provided by the Project Owner to carry out the works which are the subject of this Invitation to Tender is fourth (04) months', from the notification of the Service Order to start works. 

11.Cautionnement Provisoire New(Additif)

Each bidder must include in his/her administrative documents, a bid bond issued by a first class bank approved by the Ministry of Finance, whose list is provided in Document 12 of the Tender. File, and amounting to 2 400 000  FCFA. valid for thirty (30) days beyond the deadline for the validity of bids. 

12.Recevabilité des Offres New(Additif)

As per the Special Regulations of the Invitation to Tender, the required administrative documents must be submitted in original copies or copies certified true by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer, ... ), or else they shall be rejected.

They must date not more than three (03) months prior to the date of the submission of bids or be issued  after the signature of the Tender Notice.

Any incomplete bid, as per the requirements of the Tender File, namely the absence of the bid bond issued.  by a first-ranked bank approved by the Ministry in charge of Finance or failure to comply with the model documents of the Tender File, shall be declared inadmissible and rejected without any appeal. 

13.Ouverture des Plis New(Additif)

he bids shall be opened in one phases. 

Administrative documents of the technical and financial bids shall be opened on 06/08/2025.at 10 p.m. local time by the Internal Tenders Board of bangou.  Only bidders may attend the bid-opening session or be represented by a duly mandated person. 

14.Critères d'évaluation New(Additif)

Eliminatory 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 meet these criteria will result in the rejection of the bid. 

These include:

• Absence or non-compliance of a document in the administrative file 48 hours after the bid-opening; 

• False declarations or forged documents;

• Absence of the bid bond; 

• Incomplete technical offer (absence of items relating to the methodology, organisation and planning);

• Incomplete financial offer (absence of the list of unit prices, a unit price, bill of quantities and cost 

estimates and sub-detail of prices);

• Absence of a site visit attestation signed by the Project Owner or his/her representative; or a sworn  statement signed by the bidder;

• Absence of a of credit line of a 30% (solvency attestation);

• Technical score below the minimum required threshold (70%) 

N.B: The bid bond and the banking attestation of the bidder must be produced in original, the other documents in original or certified copies. These administrative support documents must be stamped, date less than _three (03) months and conform to the DAO models. Else, they will be rejected. 

b. Essential criteria 

The criteria relating to the qualification of bidders will relate, on an indicative basis, to: 

• Experience of the company's personnel (26 criteria);

• Availability of essential materials and equipment (06 criteria); 

• References of the company (09 criteria);

• Financial situation of the company (04 criteria); 

• Technical proposal and work schedule (05 criteria);

• Acceptance of the conditions of the contract (02 criteria); 

• General presentation of the bid (04 criteria). 

Only the bidders having obtained at least 70% will be qualified for the rest of the procedure and will have their financial offer analyzed. 

NB: The evaluation grid is Document 13 of this Tender File. 

15.Attribution New(Additif)

The Contracting Authority will award the contract to the bidder whose bid has been found to be substantially compliant with the Tender File and who has the technical and financial resources required to perform the contract  satisfactorily and whose bid has been evaluated as the lowest, including any discounts offered. 

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their bids for ninety (90) days from the deadline for submission of bids. 

17.Renseignements Complémentaires New(Additif)

Further information can be obtained during working hours from the Secretariat General of BANGOU Council at the following addresses: BANGOU Council: 

BANGOU Le 11-07-2025
Le MAIRE
SIKAPIN Paul