Within the framework of the 2025 National Investment Budget, the Mayor
of the Dargala Councils (Contracting Authority) hereby launches for the Mayor of Diamare
Councils an Open National Invitation to tender following emergency procedure, for the
construction of Touristic Campement, in Dargala Council, for the amount of (30 000 000)
FCFA of Diamaré Division, Far -North Region.
The works, which form the subject of this open national invitation to tender, shall
consist in the construction teachers lodging in Dargala, in Dargala Council, of Diamaré
Division.
The services of this contract include:
> Preliminary work ;
> Masonry from the foundation and walls;
> Roof and ceiling works ;
> Metal joinery;
> Electrical works;
> Painting ;
> Road and utilities.
the amount of Thirty million (30 000 000) francs CFA.
Participation to this invitation to tender is open to Cameroonian enterprises that are in
compliance with the fiscal laws and having a good experience in the domain concerned. Each
bidder must give true information that will lead to choose the one who will carry out the
contract well.
The works which form the subject of this invitation to tender are fînanced by the
National Investment Budget of the MINTOUL for the 2025
The hard copy of the file may be consulted free of charge during working hours in the
services of the PO/DPO at the SIGAMP of the Dargala Council, telephone number 696 90 24 44
24 44, Po. Box: 575 Dargala, E-Mail: communedargala(@gmail.com as soon as this notice is published
A complete set of bidding documents must be purchased at the SIGAMP of the
Dargala Council, telephone number 696 90 24 44, Po. Box: 575 Dargala, E-Mail :
communedargala@gmail.com, by interested bidders as soon as this notice is published
upon presentation of a receipt ofpayment of a non- refundable fee of 40.000 (Forty
thousands) francs CFA at the Dargala Treasury.
Seven (07) copies of sealed complete bids (one certifîed copy of originals and six
photocopies) drafïed either in English or French must be submitted at the Launching
Contracts Support Unit of the Divisional Delegation of the Ministry of Public Contracts of
Diamaré in Maroua latest , 02 p.m. local time 21/02/2025 with the reference :
OPEN NATIONAL INVITATION TO TENDER
005/ONIT/BEC/C-DARGALA/CIPMP-D/2025 OF 28 JAN 2025
FOR THE CONSTRUCTION OF TOURISTIC CAMPEMENT,
IN DARGALA COUNCIL, DIAMARE DIVISION, FAR-NORTH REGION.
The maximum time frame provided for by the Project Owner or Delegated Project
Owner for the execution of works subject of this invitation to tender is [Specify the
estimated time frame and the number of tranches per lot if applicable] calendar months.
This time frame shall run from the date of notification of the administrative order to
commence the services.
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 600 000 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 authorized 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:
' Bids bearing information on the identity of the tenderers;
' Bids submitted after the closing date and time for submission ofbids;
' Envelopes without indication on the identity of the Invitation to Tender;
' Bids non-compliant with the bidding mode;
' Failure to comply with the number of copies specified in the RPAO or offer in
copies only;
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 bid opening session shall not be accepted.
The opening ofbids will be in one phase in the presence ofbidders or their duly mandated representative who choose to attend on 21/02/2025 at 03 pm local time at the conference hall of the Dargala council.
The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted
to evaluation following the essential criteria. They should not be the subject of notation.
The failure to comply with these criteria shall lead to the rejection of the bidder’s offer.
The eliminatory criteria include:
• Absence of bid bond at the opening ofbids;
• Failure to submit, beyond the 48(forty-eight) hours deadline after the opening of
bids, a document of the administrative file deemed non-compliant or absent (except
the bid bond);
False declarations, fraudulent schemes or forged documents;
Failure to comply with X essential criteria (X referring to the qualification
threshold oftechnical bids)
Absence of the sworn statement for not having abandoned contracts during the last
three years;
Failure to comply with bids file format;
Absence of a quantified unit price in the financial offer;
Absence of prospectus accompanied by manufacture’s technical sheet produced
(where applicable)
Absence ofapproval or authorization ofmanufacturer, if applicable;
Absence of own or hired minimum equipment (to be specified by the Project
Owner);
Absence ofgrading(categorization) certificate if applicable;
Absence of an element in the financial offer (submission, BPU, DQE);
Absence of integrity charter dated and signed
Absence of the dated and signed commitment statement to comply with
environmental and social clauses.
NB: Depending on the specifîcity of the service, other relevant criteria may be added when
drafting the Tender File
15.2 Essential criteria
Essential criteria are the fundamental or key ones that will help to measure the financial
and the technical capacity of candidates to execute the services subject of the tender. They
should be determined depending on the nature and the content of the services to be
executed.
It is necessary to clearly specify the modalities for validating a criterion from the number
of sub-criteria to be respected
The essential criteria for the qualification ofbidders shall focus especially on:
+ Presentation of bid;
+ Bidder’s references;
+ After-sales service(availability of spare parts, repair workshop, technical
personnel) if applicable;
+ Financial capacity; (Access to a line of credit or other financial resources, turnover,
attestation of financial solvency);
+ Personnel qualification and experience; • Logistic means, • Methodology.
NB: [Indicate the main qualification criteria which show that the bidder has the required
technical capacities and resources to successfully execute the contract]. [These çriteria will
be detailed in Article 6.1 of the RPAO]
[The notation system of bids by giving points (marks) shall be prohibited to give way to
the binary mode (Yes or No)]
The Project Owner or the Delegated Project Owner shall award the contract to the bidder
whose bid meets the required technical and financial qualification criteria and whose offer
was evaluated as the lowest by including as the case may be, the rebates proposed.
(in case of allotment, specify the maximum number of lots a candidate may be awarded)
Bidders shall remain committed to their bids for [lndicate the duration between 60 and 90
days] from the initial deadline set for the submission ofbids.
Additional information may be obtained during working hours from of the SIGAMP of
the Dargala Council, telephone number 696 902 444, Po. Box: 575 Dargala, E-Mail:
communedargala@gmail.com or online on the COLEPS platforrn via
http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic
communication means indicated by the Project Owner.