Cameroon’s food system continues to face structural constraints linked to high dependence on food imports, post-harvest losses, rising production costs, and weak domestic supply chains. In response, the Government of Cameroon adopted the Plan Intégré d’Import-Substitution Agropastoral et Halieutique (PIISAH) 2024–2026, a national strategic framework aimed at strengthening food sovereignty through increased local production, value addition, and competitiveness of priority value chains.
In line with this national framework, the North West Development Authority (MIDENO) is implementing a flagship initiative on the Contribution of MIDENO to the Realization of PIISAH Objectives in 2026.” This initiative is designed to make a concrete and measurable contribution to PIISAH objectives through coordinated interventions aligned with the programmer’s four strategic axes.
Under Axis 2 of PIISAH – Improvement of Production, Processing, and Marketing, the development of reliable post-harvest infrastructure is a core priority in the North West Region, the North West Development Authority, (MIDENO) hereby launches an Open National Invitation to tender through emergency procedure for the construction post harvest structure two (2) maize ware houses and 0ne (01) wheat ware house
The works include the following:
Specific Objective:
The construction of post harvest structures two (2) maize ware houses and 0ne (01) wheat ware house
The estimated cost of the works is as follows:
LOT 1: CONSTRUCTION OF ONE (01) MAIZE WARE HOUSE IN SANTA (MEZAM DIVISION)…. Fifty million (50,000,000) cfa VAT inclusive
LOT 2: CONSTRUCTION OF ONE (01) MAIZE WARE HOUSE IN NGOKETUNJIA DIVISION ------ Fifty million (50,000,000) cfa VAT inclusive
LOT 3: CONSTRUCTION OF ONE (01) WHEAT WARE HOUSE TUBAH (MEZAM DIVISION) ----------- Fifty million (50,000,000) cfa VAT inclusive
LOT 1: CONSTRUCTION OF ONE (01) MAIZE WARE HOUSE IN SANTA SUB DIVISION (MEZAM DIVISION).
LOT 2: CONSTRUCTION OF ONE (01) MAIZE WARE HOUSE IN NGOKETUNJIA DIVISION
LOT 3: CONSTRUCTION OF ONE (01) WHEAT WARE HOUSE IN TUBAH SUB DIVISION (MEZAM DIVISION)
Participation in this Invitation to tender is restricted to the following firms:
|
Name of Firms |
Address |
|
Forban and Sons Enterprise |
P.O Box 1025 Bamenda Tel: 676 120 779/675 451164
|
|
N.A.K Love Company Limited |
Tel: 673 581 856 |
|
Kings Company |
MILE 4 NKWEN BAMENDA Tel: 673 581 856 |
The works which form the subject of this invitation to tender shall be financed with PLAN INTEGRE D’IMPORT-SUBSTITUTION AGROPASTORAL ET HALIEUTIQUE (PIISAH)
The tender file may be consulted during working hours from 8:00 am to 4:00 pm at the Secretariat of the Director General, MIDENO Head Office, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: Tel: 237 23336161 following the publication of this notice.
The tender file may be obtained during working hours from 8:00 am to 4:00 pm at the Secretariat of the Director General, MIDENO Head Office, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: Tel: 237 233331661 following the publication of this notice against payment of a non-refundable sum of one hundred and twelve thousand five hundred (112,500) fcfa and payable into Account No. 06845 97568660001- 28 in the name of “SPECIAL ACCOUNT SAC-ARMP” in any BICEC Branch in Cameroon
: Each bid drafted in English or French must be submitted online and consisting of one (1) original copy and one copy in a flash as back up which is marked as such, should reach the MIDENO Head Office located at Ayaba Street, P.O. Box 442, Bamenda) not later than…………21/05/2026……….…… at 10:00 am prompt and should carry the inscription:
RESTRICTED NATIONAL INVITATION TO TENDER N° ……….../RNIT/PIISAH/MIDENO/MITB/13/84/2026 OF……………..…………………….. FOR THE CONSTRUCTION OF POST-HARVEST STRUCTURES THROUGH MUTUAL AGREEMENT PROCEDURE DIVIDED AS FOLLOWS:
LOT 1: CONSTRUCTION OF ONE (01) MAIZE WARE HOUSE IN SANTA (MEZAM DIVISION).
LOT 2: CONSTRUCTION OF ONE (01) MAIZE WARE HOUSE IN NGOKETUNJIA DIVISION
LOT 3: CONSTRUCTION OF ONE (01) WHEAT WARE HOUSE TUBAH (MEZAM DIVISION)
“To be opened only during the bid-opening session”
The bids produced in three (03) volumes shall be enclosed in three sealed envelopes and put in one (1) bigger envelope
Ø Envelope A containing the administrative documents ( Volume 1)
Ø Envelope B containing the technical proposal ( Volume 2)
Ø Envelope C containing the financial offer ( Volume 3)
The offers or the bids submitted after the stipulated deadline shall not be received.
Article 11: Admissibility of bids
The maximum execution deadline provided for by the Project Owner for the execution of the works expected is Four (04) months, including the rainy season and other natural occurrence, with effect from the date of notification of the service order to start work.
A stamped hand endorsed bid bond according to the attached model for the sum of; Million (1,000,000) FCFA per LOT or three million (3,000,000) FCFA if going in for all the lots and with thirty (30) days validity period established by an organization or financial institution approved by the Ministry in charge of Finance to issue bonds in Public Procurement and listed in Document 11 of the Tender Document. The said guarantee must be accompanied by a consignment receipt issued by the “Caisse Depôt et Cosignation (CDEC) in accordance with Circular letter No 0000019/L/MINMAP of 5th June 2024 relating to the constitution of deposits, retention, restitution and deconsignment of bonds on public contracts, in case of group bidding/joint venture the bid bond is established on behalf of the group/joint venture.
To avoid the risk of being rejected, only originals or certified true copies should be signed by the competent authorities, i.e. the issuing service and/or official or administrative authorities (Senior Divisional Officers, Divisional Officers, Bank Officials, and Taxation Officials etc.). The administrative documents required, including the bid bond, must imperatively be produced in accordance with the Special Conditions of the invitation to tender. They must obligatorily not be older than three (3) months or must not be produced after the submission of the bids.
Any complete bid not in conformity with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance.
The opening of the bids (Administrative documents, Technical and financial proposals) in one phase shall be done on ........21/05/2026.............................. at 11:00am local time by an Adhoc Committee put in place by the Project Owner as per the provisions of Article xxxx of the Public Contracts Code in the MIDENO Conference Room at the Project management Office.
Only bidders may attend or be duly represented by a person of their choice with a written authorisation and who has full knowledge of the file.
The bids shall be evaluated as follows:
Eliminatory Criteria
· Absence or insufficient Bid Bond of the specified amount
· Absence of the receipt of deposit from CDEC of the amount indicated in the bid bond
· Late submission of bids
· False declarations or forged documents
· Under exclusion sanctions from the Authority in Charge of the Regulation of Public Contracts
· Associated directly or indirectly with the conception, preparation of technical specifications and other documents concerned with this tender
· Non-respect of 75% of the essential criteria
· Bids whose outer envelopes leads to the recognition of the bidder
B. Essential Criteria: The technical documents shall be evaluated following the binary method as follows:
B.1 General Presentation of bids Marks
§ Document spirally bound Yes/No
§ Table of content Yes/No
§ Page numbering Yes/No
§ Colour separators Yes/No
§ Bidding documents initialed on each page by duly mandated representative Yes/No
B.2 Presentation of firm Marks
§ Organigramme of firm/Enterprise Yes/No
§ Experience of at least two (2) years in works of same/similar nature Yes/No
§ Table of References of past works of same/similar nature …………. Yes/No
B.3 Personnel Marks
§ Table of personnel Yes/No
§ Works Director: A Civil Engineer with at least 5 years working experience Yes/No
§ Works supervisor or Foreman: A Civil Engineering Technician with at least five (5) year experience Yes/No
§ Presentation of relevant Certificates/Diplomas of personnel Yes/No
§ Presentation of signed CVs of Personnel Yes/No
§ Certified copies of NIC of works director and site fore
§ Support staff (Builders, painters, carpenters etc)
B.4: Methodology/Technical Organization of Works Marks
§ Proof of site visit Yes/No
§ Comprehensive Technical Report of Site Yes/No
§ Organigramme of project execution Yes/No
§ Logical sequence of works, Methodology,/Organization, outputs & reporting of works Yes/No
§ Special Technical condition (CCTP) duly initialled on each page, signed & dated on last page Yes/No
§ Environmental and security mitigation measures Yes/No
B.5: Equipment for Project Marks
§ List of equipment Yes/No
§ One concrete vibrator, hired or owned Yes/No
§ One concrete mixer, hired or owned Yes/No
§ Two pickups vehicle, hired or owned Yes/No
§ One dump truck, hired or owned Yes/No
§ Small tools (buckets, hammer, wheelbarrow etc) Yes/No
B.5: Financial Capacity Marks
§ Proof of financial capacity of at least thirty seven million five hundred thousand (37,500,000) fcfa for a bidder going in for one lot, Seventy five million (75,000,000) fcfa for a bidder going in for two lots and one hundred and twelve million five hundred thousand (112,500,000) fcfa for a bidder going in for all the three lots Yes/No
The bidder evaluated with a score of 75% and above of the essential criteria and presents the lowest financial proposal shall be awarded the contract.
Bidders will remain committed to their bids for Thirty (30) days from the deadline set for the submission of bids.
Complementary information can be obtained during working hours from 8 am to 4 pm at the Secretariat of the Director General, MIDENO, P.O. Box 442, Bamenda: Email: mideno1981@gmail.com:Tel: 237 233 361 378
FOR: NORTH WEST DEVELOPMENT AUTHORITY