Within the framework of the execution of the 2025 Public Investment Budget, the Mayor of Fonfuka Council, Project Owner and Contracting Authority hereby launches an Open National Invitation to Tender (by the Emergency Procedure) FOR THE CONSTRUCTION OF A SOLAR POWER PLANT IN THE FONFUKA MEDICALIZED HEALTH CENTRE (CMA DE FONFUKA).
Works to be done consists of; Preparatory Works, Solar Installation, Panel Support Rack + Civil Works, Electrical Installation, Protector + Earth System, Sundry Services. etc. The works comprise the preliminary studies carried out on the site and the detailed information provided in the technical specifications and the quantitative estimates FOR THE CONSTRUCTION OF A SOLAR POWER PLANT IN THE FONFUKA MEDICALIZED HEALTH CENTRE (CMA DE FONFUKA).
Amount (FCFA) TI 25,000,000
Supplies are combined in a Single Lot;
Participation in this invitation to tender is opened to duly legalized Cameroonian based Companies that fulfil the requirements of this invitation to tender and exercising in the domain of public contracts having the financial and technical capacity, who are categorised as per the Order No. 0000166/A/MINMAP of 7th June 2022 to lay down the modalities of categarising companies in the sector of building construction and public works as provided for by the 2018 public contract code, and who has fulfilled their fiscal obligations in accordance with the 2025 Finance Law..
The MINDDEVEL Decentralised Credits – 2025 Program shall finance the supplies, which The MINEE Decentralised Credits – 2025 Programme shall finance the works, which form the subject
of this invitation to tender.
Budget Head: 5932I00703 OF MINEE
Budgetary Authorisation: JA05530
Budgetary Imputation: 59 32 237 02 641819 464822 861
The file may be consulted during working hours at the technical service of the Fonfuka Council, Telephone No (237) 675 32 21 75 as soon as this Tender Notice is published.
The file may be obtained from the technical service of the Fonfuka Council, Telephone N
o (237) 675 32 21 75 as soon as this Tender Notice is published against payment receipt of a Non-Refundable sum of 45,000 FCFA (Forty-Five Thousand Francs), payable at the Fonfuka Council Municipal Treasury, representing the cost of purchasing the tender file.
Each offer drafted in English or French in 07 (Seven) Copies including 01 (One) original and 06
(Six) copies should reach the Fonfuka Council premises at Fonfuka not later than 21/02/2025 at 10 a.m. local time and should carry the inscription:
- Envelop A: Administrative Documents;
- Envelop B: Technical Offer;
- Envelop C: Financial Offer.
These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall be sealed and labelled imperatively as follows:
« OPEN NATIONAL INVITATION TO TENDER »
(BY THE EMERGENCY PROCEDURE)
No. 00008/ONIT/MINDDEVEL/FC/FCITB/PIB/2025 OF 29/01/2025
FOR THE CONSTRUCTION OF A SOLAR POWER PLANT IN THE FONFUKA MEDICALIZED HEALTH CENTRE (CMA DE FONFUKA).
“To be opened only during the Bids-opening session”
NB: The fourth envelop shall not bear any identification mark of the Bidder or any compromising sign/indication of the Enterprise.
The fourth envelop should be a plain type and carrying no Trademark
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is Three (03) calendar Months from the date of notification of Service Order to start works
Each Bidder must include in their administrative documents, a Bid Bond issued by a first-rate banking establishment approved by the Ministry in charge of Finance. Whose list is found in document No. 12 of this Tender File, of an amount, set at 2% of the estimated amount, all taxes inclusive, of the project amount in accordance with the Order in force (Prime Ministerial Order No. 093/CAB/PM of 5/11/2002) as follows;
LOT | Description | Amount (FCFA) TI |
BID BOND (2%) FCFA |
Single | Construction of a Solar Power Plant in the Fonfuka Medicalized Health Centre (CMA de Fonfuka). |
25,000,000 | 500,000 |
Valid for thirty (30) days beyond the date of validity of Bids. As per article 90 (9) of the Public Contracts Code (Decree No. 2018/366 of 20 th June 2018), certified cheques or bank cheques are acceptable in the place of Bid Bond. The Bid Bond shall be addressed to the Contracting Authority and following the conditions of the invitation to tender
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Governors, Senior Divisional Officers, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of the Invitation to Tender. They must obligatorily be not older than three (03) months preceding the date of launching of the tender or may be established after 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.
on the 07/03/2025 at 11:00 a.m. local
Eliminatory criteria
Outright elimination during the opening session of the Bids
1. Deadline for delivery higher than prescribed;
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. Absence of Bid Bond
5. Non-respect of 75%of essential criteria;
NB! During the opening session of the Bids, if a document of the administrative bid is absent or
noncompliant, the bidder will be given forty-eight (48) hours to produce or replace the said document
else it will be eliminated during the evaluation of the Bids. No such document will be accepted after this
deadline.
B. Essential criteria
The criteria relating to the qualification of the candidates shall be indicatively assessed on:
1. General presentation of the tender files;
2. Financial capacity;
3. References of the company in similar achievements;
4. Quality of the personnel;
5. Technical organization of the works;
6. Safety measures on the site;
7. Logistics;
8. Attestation and report of site visit;
9. Special Technical Clauses initialled in all the pages;
10. Special Administrative Clauses completed and initialled in all the pages.
- Methodology; Methodological approach and relevance of proposed solutions; Yes / No
- Experience; References of the Bidder (experience of at least two (02) years in similar
works) (attach proof)
Yes / No
- Equipment; Availability of material and essential equipment (attach proof) Yes / No
- Personnel; Experience of supervisory staff (at least senior technician in Electrical
Engineering or Renewable Energy Technology with two (02) years’ experience or
Civil/Rural Technician with three (03) years of experience. Proof with duly signed CVs.
Yes / No
- Financial situation; Turnover, Financial capacity, Access to credits or other financial
sources to the tune of 25,000,000 FCFA (Twenty-Five Thousand Francs);
Yes / No
- Planning of works; Deadline of execution. Proof with GANTT and PERT planning Yes / No
- Presentation of offer; packaging, binding, clear copies etc. Yes / No
NB: The non-compliance with any three (03) criteria out of the Seven (07) above shall cause the elimination of the bid.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special Regulations of the invitation to tender
The evaluation will be done in a purely binary method with a positive (Yes) or negative (No) with an acceptable minimum of (Yes) 75% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable 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.
Pursuant to justification by the bidder, unconvincing abnormally low costing will not be accepted as prescribed in the Special Regulations of the invitation to tender.
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 at the Technical Service of the Fonfuka Council, Telephone N0 (237) 675 32 21 75