Within the framework of the execution of the 2025 state budget, the State of Cameroon represented by the Mayor of Fundong Council hereby launches an Open National Invitation To Tender for the CONSTRUCTION OF COMMUNITY HALL AT ATOINI LOT 1, CONSTRUCTION OF LUH COMMUNITY HALL PHASE 1 (LOT 2) AND CONSTRUCTIONOF A YOUTH MULTIPURPOSE CENTER IN FUNDONG PHASE 1 (LOT 3) IN THE FUNDONG MUNICIPALITY, BOYO DIVISION
The different tasks to be executed for this project shall comprise the following:
FOR LOT 1
1) Site Installation
2) Preliminary Works
3) Earth Works
4) Foundation Works/Sub Structure Concrete Works
5) Works on Built Elevations
6) Wood Works
FOR LOT 2
- Site installation
- Preliminary works
FOR LOT 3
- Preliminary works
- Foundations
- Reinforced concrete elevation
- Masonry
- Coatings – screed
- Painting
4) The estimated cost after preliminary studies are as follows:
LOTs |
Subject |
Amount for the Project |
Expenditure authorization N° |
IMPUTATION |
Lot 1 |
CONSTRUCTION OF COMMUNITY HALL AT ATOINI |
20,000,000 FCFA |
JA04753 |
|
Lot 2 |
CONSTRUCTION OF LUH COMMUNITY HALL PHASE 1 |
9,000,000 FCFA |
|
|
Lot 3 |
CONSTRUCTION OF A YOUTH MULTIPURPOSE CENTER IN FUNDONG PHASE 1 |
60,000,000 FCFA |
JA02383 |
|
- LOT 1: CONSTRUCTION OF COMMUNITY HALL AT ATOINI
- LOT 2: CONSTRUCTION OF LUH COMMUNITY HALL PHASE 1
- LOT 3: CONSTRUCTIONOF A YOUTH MULTIPURPOSE CENTER IN FUNDONG PHASE 1
NB: A bidder cannot tender for all the LOTs
Participation in this invitation to tender is opened to competent Cameroonian enterprises that are in compliance with the fiscal laws and who are not currently excluded from public procurement.
The said works shall all be financed by the Public Investment Budget under the Ministry of Agriculture and Rural Development for Lot 1, Ministry of Decentralization and Local Development for Lot 2, and Ministry of Youth Affairs for Lot 3.
The Tender documents may be consulted and obtained immediately after publication of this invitation to tender from the Contracts Management Unit (SIGAMP) room 11 of the Fundong council during working hours.
The Tender file shall be obtained from the Fundong Council Chamber as soon as this notice is published against payment of a non-refundable sum of 40,000frs for lot 1, 18.000frs CFA for lot 2 and 120.000frs for lot 3 payable at the Fundong Council Treasury room 18. Such receipt shall identify the payer as representing the company that wants to participate in the tender.
The sealed external envelope shall bear no information about the company and shall reach the Fundong Council secretariat not later than the 16/04/2025 at 10:00 am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic
The maximum deadline for the execution provided for by the Contracting Authority shall be Three months (90 calendar days) FOR LOT 1, LOT 2, AND LOT 3 with effect from date of notification of the Administrative Order to start works
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry of Finance - the list of which is found in document No. 12 of the Tender File, whose amount is (400,000) Four hundred thousand francs for Lot 1, (180,000) One hundred and eighty thousand francs for lot 2 and (1.200.000) One Million and Two Hundred Thousand francs for lot 3 and shall be valid for thirty (30) days beyond the deadline of validity of bids.
LOT |
Subject |
Locality |
Bid Bond |
Tender fee |
Lot 1 |
CONSTRUCTION OF COMMUNITY HALL AT ATOINI |
ATOINI |
400,000 F.FCA |
40,000 F.FCA |
Lot 2 |
CONSTRUCTION OF LUH COMMUNITY HALL PHASE 1 |
LUH |
180,000 F.FCA |
18,000 F.FCA |
Lot 3 |
CONSTRUCTION OF A YOUTH MULTIPURPOSE CENTER IN FUNDONG PHASE 1 |
FUNDONG CENTER |
1,200,000 F.FCA |
120,000 F.FCA |
At the risk of being rejected, only originals or certified true copies by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of this Invitation to Tender. They must not be more than three (3) months old as at the date of submission of bids or must not be established before 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 and valid for a period of thirty days shall be rejected.
The bids shall be opened in a single phase, in the Fundong Council Hall, on 16/04/2025 at 11:00 am. Only bidders or their authorized representatives, having a perfect knowledge of the file, may attend the bids opening session. Any bid which shall not comply with the requirements of the Tender File shall be rejected
The bids shall be evaluated in three (03) steps:
Ø 1st Step: Verification of the conformity of the administrative file;
Ø 2nd step: Evaluation of the technical file;
Ø 3rd Step: Analyses of the financial file.
The criteria of evaluation are the following:
14.10- Eliminatory criteria
14.11- Administrative documents
· Absence of Bid bond
· Any Administrative document not in conformity with the prescriptions of this tender file shall results in elimination if the situation is not regularized within forty-Eight Hours. This rule shall not be applied to the Bid Bond
· Any bids not in conformity with the prescriptions of this tender shall be inadmissible
· False declaration or falsified documents.
14.12- Technical File
· Incomplete documents or scanned documents;
· False declaration, forged or scanned documents;
· Technical assessment mark lower than 75% of “YES”.
14.13- Financial Offer
· Incomplete financial Offer;
· Non-compliant documents;
· Omission of quantified unit price in the financial offer;
· Absence of breakdown of prices;
14.20 Essential criteria:
The technical offer of the bidder shall be assessed along the following lines
NO |
CRITERIA |
MARKS |
1. |
General presentation |
Yes/No |
2. |
Quality of the personnel |
Yes/No |
3. |
Execution Methodology |
Yes/No |
4 |
Equipment |
Yes/No |
5 |
Pre-financing capacity |
Yes/No |
6. |
References of the bidder |
Yes/No |
7 |
Attestation and report of site visit |
Yes/No |
8 |
Non-existence in the technical file of the rubric “organization, methodology and planning |
Yes/No |
9 |
Special Technical Clauses initialled in all the pages and signed, stamped and dated on the last page; |
Yes/No |
10 |
Special Administrative Clauses completed and initialled on all the pages and signed, stamped and dated on the last page |
Yes/No |
The contract shall be awarded to the bidder who would have obtained a minimum technical score of 75% in the essential criteria and 100% in the eliminatory criteria, taken in consideration and who would have proposed a bid with the lowest amount, in conformity with the regulations of the tender documents. (See article 33 of the Public Contracts Code).
Bidders shall remain committed to their offers for a period of ninety (90) days from the last date of the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.
Email: fundongcouncil2014@gmail.com Website: www.fundongcouncil.org