The senior divisional officer of the Koung-khi Department, Contracting Authority, is launching an Open National Call for Tenders for the construction of staff accommodation at the Koung- khi Departmental Delegation of the Ministry of Economy, Planning and Regional Development (MINEPAT); in the district of Poumougne, Koung-khi Department, Western Region
The works covered by this Invitation to Tender include:
- PRELIMINARY WORK
- FOUNDATION
- REINFORCED CONCRETE UPWARD
- MASONRY
- PLASTER-SCREED
- FALSE CEILING
- SEALED COATING
- ROOFING AND FRAMING
- MIXED JOINERY (WOOD, METAL AND ALUMINUM)
- ELECTRICITY
- PLUMBING AND SANITARY WARE
- PAINTING VARNISH
- VRD.
The entire work is divided into one lot and its estimated cost, including all taxes, as provided for in this National Open Tender, is FORTY-FIVE MILLION ( 45,000,000 ) CFA Francs.
|
No. |
DESIGNATION |
AMOUNT INCLUDING TAX |
|
Single lot |
CONSTRUCTION WORK FOR A HOUSING FOR A STAFF MEMBER AT THE DEPARTMENTAL DELEGATION OF THE MINEPAT OF KOUNG-KHI |
45,000,000 |
The entire work is divided into one lot
Participation in this Invitation to Tender is open to all companies under Cameroonian law established in Cameroon and operating in the field of Building and Public Works
The works, which are the subject of this Call for Tenders, are financed by the 2026 Public Investment Budget (BIP) of the MINEPAT under the following line
The Tender Dossier can be consulted on working days and hours at the Procurement Service, located within the premises of the Prefecture of Bandjoun or call 698 72 26 75, as soon as this notice is published.
The Tender Dossier can be obtained on working days and hours from the Unit in charge of markets of the Prefecture of Bandjoun, from the date of publication of this notice upon presentation of a receipt for payment of the sum of Forty-five thousand (45,000) CFA francs non-refundable for the cost of purchasing the file, payable to the Revenue Office of Bandjoun .
This receipt must identify the payer as the representative of the company wishing to participate in the Call for Tenders.
Le dépôt et l'ouverture des offres devront être transmis par le soumissionnaire sur la plateforme COLEPS au plus tard le 06 Mars 2026à 12heures 00 heure locale.
Une copie de sauvegarde de l'offre physique et enregistré sur clé USB ou CD/DVD devra être transmise sur pli scellé avec l'indication claire et lisible « copie de sauvegarde ».
En plus de la mention ci-dessus dans les délais impartis.
Taille et format des fichiers
Pour la soumission en ligne, les tailles maximales des documents qui vont transiter sur la plateforme.
Les constituants l'offre du soumissionnaire sont les suivantes :
5M0 pourl'offre Administrative ;
15 MO pour l'offre Technique ;
5 MO pourl'offre financiers.
Lesformats acceptés sont les suivant :
• Format PDF pour les documents textuels ;
• JPEG pour les images.
Le candidat veillera à utiliser des logiciels de compression afin de réduire éventuellement la taille des fichiers à transmettre.
The maximum execution period provided by the Project Owner for the completion of the works is four (04) months
Each bidder must include with their administrative documents a bid bond ( conforming to the model attached in the appendix) issued by a first-class bank approved by the Ministry in charge of finance and whose list appears in document 12 of the tender documents, in the amount of 450,000 (Forty five hundred thousand) CFA francs, and valid for 30 days beyond the original validity date of the offers.
The provisional guarantee will be released within thirty (30) days of the award of the contract to unsuccessful bidders, and no later than thirty (30) days after the expiry of the bid validity period. For the successful bidder, the provisional guarantee will be released upon establishment of the final guarantee
Principaux critères éliminatoires:
Absence de caution de soumission à l'ouverture ;
Pièce administrative non conforme et non régularisée après 48 heures ;
Offre financière incomplète ;
Fausse déclaration ou documents falsifiés ;
N'avoir pas satisfait à au moins 70% des critèresessentiels ;
Omission dans l'Offre financière d'un prix unitaire quantifié ;
Production des exemplaires des Offres en nombre insuffisant (inférieur à sept) ;
Absence de la charte d'intégrité
Absence des aspects sociaux environnementaux
Absence de copiecertifiée de l'attestation de catégorisation.
LE RESTE SANS CHANGEMENT
L'ouverture se fera les mêmesjours à 13heure précise, heure locale.
L'original de la caution physique doit être déposé à l'ouverture des plis
Main elimination criteria :
· Absence caution of soumission
· Non-compliant administrative document not rectified after 48 hours;
· Incomplete financial offer;
· False statement or scanned documents
· Not having met at least 70% of the essential criteria;
· Omission in the Financial Offer of a quantified unit price;
· Insufficient number of copies of the Offers produced (less than seven);
· Absence of the integrity charter
· Lack of consideration of social and environmental aspects
· Absence of a certified copy of the categorization certificate or the receipt for the BTP categorization application.
13- Main qualification criteria
The evaluation of technical bids will be carried out using a binary (yes/no) system based on the essential qualification criteria below :
a) Turnover (2 criteria);
b) Company references (6 criteria);
c) Construction equipment to be mobilized (5 criteria);
d) Company management staff (4 criteria);
e) Technical proposal (3 criteria);
f) Illustrative site visit report (2 criteria);
g) Presentation of the offer (2 criteria).
Each offer, in order to be declared technically compliant, must have met all the elimination criteria and obtained at least 17 of the 24 qualification criteria listed below, evaluated in accordance with the Technical Offer Scoring Grid.
Bidders remain bound by their bids for a period of ninety (90) days from the deadline set for the submission of bids
Further information can be obtained during business hours from the Procurement Department at the Bandjoun Prefecture, Tel: 698722675