Within the frame-work of the 2025 Public Investment Budget, the Contracting Authority (The
Senior Divisional Officer) for Boyo, hereby representing the State of Cameroon, launches an Open
National Invitation to tender by Emergency Procedure for the Construction of On-Call
accommodation at the Divisional Delegation of MINEPAT Boyo.
The works subject of this invitation to tender shall require the Construction of On-Call
accommodation at the Divisional Delegation of MINEPAT Boyo. The works and service required
are found in the detail description mentioned in the respective bills of quantities and cost
estimates.
The estimated cost of the operations(task) following feasibility studies stands as specified in the table below :-
lot |
works |
locality |
Estimated cost |
1 |
The construction of on-call accommodation at the Divisional Delegation of MINEPAT Boyo |
Fundong sub division |
35, 000,000 FCFA |
Lot |
Works |
Locality |
1 |
The Construction of On-Call accommodation at the Divisional Delegation of MINEPAT Boyo. |
Fundong sub division |
Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability
Works which from the subject of this invitation to tender shall be financed as per the program budget head of the 2025 public investment Budget(PIB 2025) of the Republic of cameroon as specified in the table below:-
lot |
ministry |
Project owner |
works |
Provisional amount |
Vote pf charge No. |
Expenditure authorization No |
1 |
MINEPAT |
DD MINEPAT BOYO |
The construction of On-call accommodation at Divisional Delegation of MINEPAT Boyo |
35,000,000 FCFA |
59 22 024 04 451605 523212 351 |
JA02007 |
The Tender documents may be consulted immediately after publication of this invitation
to tender from the Services of the Contracting Authority (Service for economic and financial
affairs) during working hours at the Divisional Office Fundong
The Tender documents shall be obtained immediately after publication of this invitation
to tender from the Service of the Contracting Authority during working hours at the Divisional
Office Fundong (Service for economic and financial affairs). The document shall be obtained
upon presentation of a Public Treasury receipt showing the payment of a non-refundable sum of
one hundred thousand (100,000) francs CFA.
Each bid written in English or French shall be signed by the bidder or by a duly authorized
Representative and presented in Seven (7) copies that is one (01) original and Six (06) copies
labelled as such. These shall be submitted in one sealed external envelope containing three (3)
envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical documents
and Envelope C: Financial documents. It shall reach the office of the Senior Divisional Officer for
Boyo, not later than 25/03/2025, at 10:00 am local time. The sealed external envelope shall be
free of all identification marks, failing which it shall be rejected.
The sealed external envelope addressed to the Contracting Authority shall bear the
following inscriptions:
OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE
No. 001 /ONIT/MINAT/SDO/FUNDONG/DTB/2025 OF 04/03/2025, FOR THE CONSTRUCTION OF THE
INSPECTORATE OF BASIC EDUCATION FOR FUNDONG SUB DIVISION (LOT 1) AND THE CONSTRUCTION OF THE
INSPECTORATE OF BASIC EDUCATION FOR NJINIKOM SUB DIVISION (LOT 2), BOYO DIVISION NORTH WEST
REGION
(TO BE OPENED ONLY DURING THE BIDS OPENING SESSION OF THE TENDERS BOARD
The maximum execution deadline provided for by the Project Owner for the execution of the
works subject of this tender shall be ninety (90) calendar days (three months) with effect from
date of notification of the Service Order to start execution.
Each bidder shall enclose in his administrative documents a bid bond issued directly in the
bidder’s name by a first rate bank approved by the Ministry in charge of Finance and that shall
respect the model in this tender file featuring on the list in document 12 of the tender file and
valid for ninety (90) days beyond the original date of the validity of the offers.
LOT |
WORKS |
LOCALITY |
ESTIMATED COST |
BID BOND |
TENDER FEE |
1 |
The construction of on-call accommodation at the Divisional Delegation of MINEPAT Boyo |
Fundong sub division |
35,000,000 FCFA |
700,000 |
70,000 |
Under risk of being rejected, administrative documents must be produced in originals or
true copies certified by the issuing services of the required administrative documents
(Examples: Taxation Officials, Bank Officials, etc.) or by Administrative Authorities as the case
may be (Example: SDO, DO etc) and must imperatively be produced in accordance with the
Special Tender Regulations. They must obligatorily not be older than three (03) months or must
not be produced after the submission of the tender file. Double certification shall not accepted. Any bid that shall not be in conformity with the prescriptions of this notice and tender
file shall be declared null and void, especially bids containing a bid bond not issued directly in
the bidder’s name by a first-rate bank approved by the Ministry in charge of Finance.
The bid bond which shall only be released by the Contracting Authority shall be released for
unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the
successful bidder to whom the contract will be awarded, the bid bond shall be returned to the
contractor by the Contracting Authority once the final bond has been provided.
Bidders shall remain committed to their offers for a period of ninety (90) calendar days from
the last date for the submission of tenders, that is, the tenders shall be valid for ninety (90)
calendar days with effect from their submission deadline.
NB: The contractor shall, present the originals of the respective certified documents for strict
verification of their authenticity during site installation.
Bids shall be opened by the Divisional Tenders Board for Boyo in a single phase on the
25/03/2025, at 11:00 am local time in the hall of the Divisional Office Fundong. Only bidders or
their authorized representatives having a perfect knowledge of the file may attend the bid
opening session. Note should be taken that in case of any ambiguities or differences during
opening, only the original shall be considered authentic, that is, any bid which shall not comply
with the requirements of the tender file shall be rejected
Tender conformity shall be evaluated as per the following:
A) Eliminatory Criteria.
- Offers (bids) submitted after the deadline or time limit;
- Bids submitted in unsealed external envelopes.
- External envelopes with identification marks or inscriptions which may lead to the
identification of the said company
- Absence of a document in the administrative file
- Administrative documents more than 3months old;
- Absence of original or properly certified administrative document or documents certified
more than one time,
- False declaration or forged documents;
- Absence of bid bond or bid bond not issued directly in bidder’s name by a first-rate bank
approved by the Ministry in charge of Finance.
NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the
names of the other enterprises mentioned as well.
- Execution period longer than prescribed in the Tender file
- Technical evaluation mark less than 70 % (non-respect of 70 % of the essential criteria);
- Absence of quantified unit price (omission of a unit price in the financial bid).
B) Essential Criteria They are primordial or key modalities in the judgment of the
technical and financial capacity of candidates to execute the tasks forming the subject
of the invitation to tender. They were determined in relation to the nature and content of
the tasks to be executed. Hence in the evaluation of: -
(i) Technical documents, it shall be the binary method (YES or NO) based on the
following distribution of points:
CRITERIA |
POINTS |
GENERAL PRESENTATIOM OF THE BIDS |
6 |
EXPERIENCE OF THE COMPANY |
4 |
QUALITY OF PERSONNEL AND MANAGEMENT OF THR COMPANY |
9 |
TECHNICAL EQUIPMENT |
10 |
METHODOLOGY FOR THE EXECUTION OF WORKS |
11 |
TOTAL |
40 |
-Any Bid that shall not obtain 70 % evaluation in the technical documents shall simply be
rejected.
-Details of these main qualification criteria are specified in the evaluation grid found in
the Special Tender Regulations (RPAO).
(ii) Financial Offer, it shall consist of going through the b
The contract shall be awarded to the lowest bidder who must have fulfilled the
administrative, technical and financial requiremen
Bidders shall remain committed to their offers for ninety (90) calendar days from the
deadline set for the submission of tenders (offers).
Additional information may be obtained during working hours from the Service for economic
and financial affairs at the Divisional Office Fundong.