Within the framework of 2025 Public Investment Budget, The Senior Divisional Officer of
Boyo, Contracting Authority hereby launches an Open National Invitation to Tender for The
Construction of a Solar-Powered Borehole at the Divisional Delegation of MINEPAT Boyo Division of
the North West Region.
Work to be done consists of:
Construction of a borehole;
Supply and installation of a submersible solar pump with a flow rate of 4.2m3/h and TMH of
≥100m; P≥2100w and all its accessories;
Construction of 2x2x10m height vertical pillars (25X25cm) chained at every 2m with cross
beams (25x25cm) and the top slap 15cm in reinforced concrete PC 350kg concrete tower
with embedded protected metallic ladder and a roof made up of racks for the installation of
solar modules.
Construction of a pump house at the ground floor of the water tower (2x2x2.5) m with
15x20x40cm cement blocks, with Installation of a metallic door of 90x210cm with a padlock.
Rendering and Painting of the walls with blue Pantex oil paint
Construction of valve chamber;
Construction of low/high point chamber;
Construction of a fence with honey mesh and footing of G.I 1/1/2" pipe embedded in mass
concrete to protect the borehole and solar panels/storage tank installation;
Pipeline construction;
Construction of public stand pipes with valve chamber and a soak-away pit with reinforce
concrete dose at 400kg/m3;
Supply and laying of PVC Ø40mm NP10 to pump water from the borehole to the elevated
storage tank;
Supply and laying of PVC Ø40mm NP10 for the distribution pipeline;
Supply and laying of PVC Ø32mm NP10 for the distribution pipeline and connections;
Pipeline excavation and backfill 40x80cm;
Training and putting in place of a Water Management Committee + Training of two (02)
Pump and solar panel caretakers by the contractor with the supervision of MINEE;
Supply of a plumbing tool box;
Technical report of completed project (plan de recollement
The estimated cost after preliminary studies is 15 000,000 FCFA (Fifteen million FCFA)
The work is as follows:
The Construction of a Solar-Powered Borehole at the Divisional Delegation of MINEPAT
Boyo, North
West Region.
Participation to this Invitation to Tender is opened to Cameroonian enterprises that are in
compliance with the Cameroon laws.
Works which form the subject of this Invitation to Tender shall be financed by the Public
Investment Project (PIB) MINEPAT 2025 under the Budget head number JA02008, Imputation: 59
22 024 04 451605 523412 351.
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 thirty
thousand (30,000) 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 01/04/2025 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:
<
No. 003 /ONIT/MINAT/SDO/FUNDONG/DTB/2025 OF 11/03/2025, FOR THE CONSTRUCTION OF A SOLARPOWERED
BOREHOLE AT THE DIVISIONAL DELEGATION OF MINEPAT BOYO DIVISION NORTH WEST
REGION>>
(TO BE OPENED ONLY DURING THE BIDS OPENING SESSION OF THE TENDERS BOARD)
The maximum deadline provided by the Delegated Contracting Authority for the execution of
the works forming the subject of this Invitation to Tender is four (04) months
Each bidder must include in his administrative documents, a bid bond issued by a first-rate
banking establishment approved by the Ministry in charge of Finance and whose list is found in
document No. 12 of the Tender File, of an amount of 300,000 (Three hundred Thousand FCFA) and
valid for thirty (30) days beyond the date of validity of bids
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 be 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
01/04/2025 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;
- Absence or non-conformity of an element in the administrative file is subject to 48 hours;
- 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 subject to 48 hours
- 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 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).
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.
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 PRESENTATION OF THE BIDS |
6 |
EXPERIENCE OF THE COMPANY |
4 |
QUALITY OF PERSONNEL AND MANAGEMENT OF THE COMPANY |
9 |
TECHNICAL EQUIOMENT |
10 |
METHODOLOGY FOR THE EXECUTION OF WORKS |
11 |
TOTAL |
40 |
This evaluation will be done in a purely positive way (yes) or negative (no) with an acceptable
minimum of 70 % 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 70 % of the essential criteria.
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the
submission of tenders.
The Contracting Authority may at any time, amend this invitation to tender. Delays caused by
such amendments shall also be considered in the period given to bidders to submit their bids.
He shall publish the amendments and communicate same to companies that bought the tenders
file.
Fundong