Within the framework of improving working conditions in the University of Bamenda, the Vice-Chancellor hereby launches an invitation to tender in emergency procedure for the rehabilitation of the internal road section connecting the Rectorate to the University of Bamenda Printing Press, in a single lot.
Works comprise especially: of construction of walkways, green spaces and parking lots around the around the Rectorate to the University of Bamenda.
The estimated cost of the operation following preliminary studies is 27.442.000 (Twenty-seven million four hundred and forty-two thousand) Francs CFA
The works is a unique lot
Participation in this invitation to tender is open to providers with proven experience in the field construction and who meet the qualification criteria specified in this invitation tender File.
The services under this tender are funded by the Special Investment Support from the Presidency of the Republic in favour of The University of Bamenda under the budgetary line No 119-05-461-360059-227607, years 2025 and next.
The hard copy of the file may be consulted free of charge during working hours in the services of the PO/DPO at SIGAMP-DPPI, as soon as this notice is published.
It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm) or on any other electronic communication means indicated by the Project Owner Vice Chancellor.
The hard copy of the file may be obtained SIGAMP Service at the Directorate of Development, Physical Plant and Infrastructure as soon as this notice is published against payment of a non-refundable sum of 45.000 (Forty-five thousand ) CFA Francs.
It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees
Each bid drafted in English or French should be transmitted Online on the COLEPS platform https://www.marchespublics.cm or https://www.publicscontratcs.cm not later than _______________ at 09:00 a.m. prompt and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER
N° ______________/ONIT/UBa/CIPM/2026 OF _______________
FOR THE REHABILITATION OF THE SECTION OF INTERNAL ROAD LINKING THE CHANCELLERY TO THE PRINTING PRESS AT THE UNIVERSITY OF BAMENDA
‘To be opened only during the bid evaluation session.’”
The bidder shall use compression software to reduce the size of the files to be transmitted if necessary.
For online submission, the maximum sizes of the documents that will transit on the platform and constitute the tenderer’s offer are the following:
• 5 MB for the Administrative file;
• 15 MB for the Technical Offer;
• 5 MB for the Financial Offer.
The following formats are accepted:
• PDF format for text documents;
• JPEG for images.
The applicant shall make sure that he uses compressing software to possibly reduce the size of the files to be transmitted.
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 of bids;
• 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 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 Three (03) 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, Each bidder must include in his administrative documents, a hand-endorsed bid bond, in conformity with circular N°000014/C/MINMAP/CAP of 23/07/2025, of an amount of 548.000 (Five hundred and forty eight thousand) CFA francs, valid up to thirty (30) days beyond the initial date limit of the validity of bids.
The bid bond must be prepared and submitted in accordance with Circular No. 000014/C/MINMAP/CAB of July 23, 2025, concerning the procedures for establishing, depositing, holding, returning, and releasing bid bonds for public contracts. The bond must be stamped and bear a handwritten statement authenticating the issuing department. The deposit receipt issued by the Deposits and Consignments Fund (CDEC) must be attached to the bond.
The absence of the bid bond 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 of bids;
• 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 bids shall be opened in single phase.
The bid opening will take place on 22/05/2026 at 10:00 a.m. sharp in the Conference Room of the Rectorate of the University of Bamenda.
Only bidders or their duly authorized representatives may attend this bid opening session.
Under pain of being rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48 (forty-eight) hours deadline granted by the Board, the file shall be rejected.
The eliminatory criteria include:
• Absence of bid bond at the opening of bids;
• 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 6 essential criteria out of 8
• 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 a financial capacity;
• Absence of owned or hired minimum equipment
• Absence of grading (categorisation) certificate;
• Absence of an element in the financial offer (submission, BPU, DQE, SDP);
• Absence of integrity charter dated and signed
• Absence of the dated and signed commitment statement to comply with environmental and social clauses.
• Failure to comply with the bid file format
15.2 Essential criteria
The essential criteria for the qualification of bidders shall focus especially on:
|
N° |
Criteria |
Number of subcreteria |
|
I |
Presentation of bid |
05 |
|
II |
Bidder’s references |
04 |
|
III |
Qualification and experience of the technical personnel |
20 |
|
IV |
Equipment and material to be mobilized |
07 |
|
V |
Site cognisance |
02 |
|
VI |
Methodology proposed |
10 |
|
VII |
Turnover and financial capacity |
02 |
|
VIII |
Proof of acceptance of the contract’s conditions |
02 |
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
Bidders are bound by their quotations for ninety (90) days from the deadline set for the receipt of quotations.
Additional information may be obtained during working hours from [(SIGAMP service), door number, P.O Box, telephone, fax, e-mail] or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner.
To report any practices, acts, or attempts of corruption or malpractices, please contact CONAC at 1517, the Public Procurement Regulatory Authority (MINMAP) via SMS or call at (+237) 673 20 57 25 and 699 37 07 48, and the Project Owner’s Anti-Corruption Unit at 673574794 (DVC-ICE) and ARMP.
Prof. Theresia NKUO-AKENJI
THE VICE CHANCELLOR