Within the framework of 2025 Public Investment Budget, the Lord Mayor of Bamenda II Council, the Contracting Authority hereby launches a Request for Quotation for the supply of Furniture and Equipment to Social Structure NGOMGHAM in Bamenda II Council Area Mezam Division of the North West Region
The estimated cost after preliminary studies are found on the respective technical specification amounting to 5,000,000fcfa.
Participation to this consultation is opened to Cameroon Size Enterprises that are in compliance with the laws of the land
This project shall be financed by the Ministry of Social Affairs for 2025 Public Investment Budget with budget head numbers as follows.
BUDGET HEAD |
|
GS NGOMGHAM |
5.000.000 |
The file may be consulted during working hours at Bamenda II Council, SIGAMP OFFICE Telephone N0 237 676244462, as soon as this notice is published, or on the COLEPS platform at the following addresses: http://www.marchespublics.cm OR http://www.publiccontracts.cm and on the ARMP website (www.armp.cm) against payment of the sum of 10,000 CFA francs.)
The file may be obtained from Bamenda II Council, SIGAMP OFFICE Telephone N0 237 676244462 as soon as this notice is published against payment of the sum of 10,000 CFA francs (Ten thousand Francs CFA), payable at a Bamenda II Municipal Treasury, representing the cost of purchasing the Tender File. It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm OR http://www.publiccontracts.cm and on the ARMP website (www.armp.cm) against payment of the sum of 10,000 CFA francs
For submission online: The bid must be submitted by the bidder on the COLEPS platform latest on 03/06 /2025 at 10.am local time. A back-up copy of the tender recorded on a USB key or CD/DVD must be sent in a sealed envelope with the clear and legible indication “back-up copy”, in addition to the above mentioned indication, within the deadline set.
File size and format
For online submission, the maximum sizes of the documents that will transit on the platform and constitute the tenderer’s offer are the following:
Ø 5 MB for the Administrative file;
Ø 15 MB for the Technical Offer;
Ø 5 MB for the Financial Offer.
The following formats are accepted:
· PDF format for text documents and
· JPEG for images.
The applicant shall make sure that he or she uses compressing software to possibly reduce the size of the files to be transmitted
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is 45 WORKING DAYS
THE PRESENT ADDITIONAL CLAUSE HAS AS OBJECTIVE THE CHANGE(CORRECTIONS) BID BOND AMOUNT FROM 240,000 CFA(TWO HUNDRED AND FORTY THOUSAND FRANCS)CFA TO THE CORRECTED AMOUNT OF 100,000 (ONE HUNDRED THOUSAND FRANCS) ON THE TENDER NOTICE
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of or insufficient 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
The bids shall be opened on the 04/06/2025
The bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
1. Absence of bid bond or insufficient bid bond amount
2. Bids not submitted online
B. OTHER CRITERIA
1. Absence of a document in the administrative file;
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;
6. absence of a quantified unit price;
7. Non respect of 75% of essential criteria;
8. Name of company suspended by MINMAP
9. Financial situation below a third of the estimated cost
C. Essential criteria
1- General presentation of the Tender Files;
2- References of the company in building construction;
3- Quality of the personnel;
4- Technical organization of the works;
5- Safety measures on the site;
6- Logistics;
7- Attestation and report of site visit signed by the Contractor;
8- Special Technical Clauses initialed in all the pages and signed at the last page;
9- Special Administrative Clauses completed and initialed in all the pages and signed at the last page
This evaluation will be done in a purely binary way (yes) or (no) with an acceptable minimum of 75% of the essential criteria taken in account.
The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75% of the essential criteria.
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours from Bamenda II Council, SIGAMP OFFICE Telephone N0 237 676244462 (or online on the COLEPS platform via http://www.marchespublics.cm or http://www.publiccontracts.cm