These works comprise of the following descriptions:
LOT 100: PRIMARY WORKS
LOT 200 EARTH WORKS
LOT 300-FOUNDATION
LOT 400 – WALLS MASONARY
LOT – 500 - CEILING
LOT 600 – METAL WORK AND JOINERY
LOT -700 -ELECTRICITY
LOT 800- PAINTING/FINISHING
LOT 900- DRAINAGE
50000000
Participation in this invitation to tender is open to all registered and qualified companies based in the Republic of Cameroon.
The Works on this tender are funded by MINEPAT PIB for 2024/2025. The previewed cost of the entire works of this Open National Invitation to tender is: 50,000,000 (Fifty million)FCFA all taxes included.
The file may be consulted during working hours at the Governor’s Office, Contract Award Service, as soon as this notice is published. Room 108, Tel: 233361941/ 652582344.
The tender file can be obtained at the secretariat of the office of the Delegated Contracting Authority, precisely in the office of the Governor of the North West Region situated at up station, upon presentation of a payment receipt from the public treasury, which is a non-refundable purchase fee for the tender file. The amount for the bid acquisition stands at 65 000 (Sixty-Five thousand) Francs CFA. Room 108, Tel: 233361941/ 652582344.
This receipt should be able to identify the buyer as the representative of the bidder, wishing to participate in the consultation.
Each bid, prepared in English or in French in (07) seven copies, that is (01) one original and (06) six copies noted as such, shall be forwarded to the delegated contracting authority, notably to the Governor of the North West Region situated at up station, latest the : _____________________ at 11:00.am local time bearing.
OPEN NATIONAL INVITATION TO TENDER
N° 002/ONIT/NWRTB/GOV-NWR /2024 OF 02/01/2025
REHABILITATION OF THE INTERGRATED HEALTH CENTRE ESU, MENCHUM DIVISION OF THE NORTH WEST REGION
BY EMERGENCY PROCEDURE
‘’To be opened only during bid opening session’’
The entire period of execution of these Works is three (03) calendar months. This duration starts as of the date of notification of the service order to start Works.
The bids should be accompanied by a bid bond (Bank Tender Guarantee), established as per the indicated Model in this tender file, by a financial institution accredited by the Ministry of Finance, and of an Amount equal to: One Million (1.000,000) FCFA
To avoid being rejected, the original copy of the bid bond (Bank tender guarantee) should be produce dating less than 3 (three) months.
The bid bond shall automatically be liberated highest 30 (thirty) days upon expiration of the validity of the bids for the unsuccessful bidders. In case where the bidder is awarded the contract, the bid bond is liberated after the production of the final bond.
Bids that will be submitted after the date and time mentioned above or those that will not respect the separation model indicated in the different documents in each bid shall not be accepted.
To avoid being rejected, the required Administrative documents will be imperatively produced in original or in certified true copies by the issuing service, in conformity with the stipulation of the rules and regulations of this tender.
These Administrative documents have a validity period of (03) month. This validity period has to begin after the date of the launching of the tender.
The opening of bids shall take place on the 23/01/2025 at 12:00 noon local time, in the conference hall of the Regional Tender’s Board in the Office of the Governor of the North West Region, by its competent members.
The opening of bids will be done at once and in three stages:
- Stage 1: Opening of envelope A containing Administrative document (volume 1),
- Stage 2: Opening of envelope B containing Technical document (volume 2)
- Stage 3: Opening of envelope C containing financial document (volume 3).
All the bidders can take part in this opening session or can be represented by one person dully mandated who has a perfect mastery of the tender file.
14-1- : ELIMINATORY CRITERIA :
1. Absence of BID BOND;
2. Non respect of 48 hours given for the absence or non-conformity of an element in the administrative file
3. False declaration or falsified documents;
4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
5. Non-compliance with model bid and amount
6. Incomplete technical and/or financial file;
7. Absence of a quantified unit price;
8. Modification of quantity
9. Non-respect of 75% of essential criteria;
10. Name of company suspended by MINMAP
11. Financial situation below two third of the estimated cost
14-2-: ESSENTIAL CRITERIA
The evaluation of the technical offers would be based on the criteria outlined below. It shall be done in the following manner positive (YES) or negative (NO) with an acceptable minimum of 75% of the essential criteria taken into account:
1- General presentation of the Tender Files;
2- References of the company in similar achievements;
3- Quality of the personnel;
4- Technical organization of the works;
5- Safety measures on the site;
6- Logistics;
7- Attestation and report of site visit signed by the Contractor;
8- Special Technical Clauses initialed in all the pages and signed at the last page;
9- Special Administrative Clauses completed and initialed in all the pages and signed at the last page
The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.
The bidders shall remain committed to their bids during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours from the Governor’s Office for the North West Region in Bamenda. Room 108, Tel: 233361941/ 652582344