Within the framework of the execution of the Public Investment budget/MINEPAT-2024 and 2025 exercises, the Senor Divisional officer of Bamboutos Contracts hereby launches in emergency procedure, on behalf of the Divisional Delegate of Economy, Planning and Regional Development of Bamboutos, an Open National
The works, which are the subject of this open national invitation to tender are those set out in the various quotes in part N° 07 of this Tender file.
The estimated cost of the works is 32 000 000 (thirty two millions) CF A francs for lot 1 and thirty seven millions for lot 2.
The works shall constitute in two lots:
Lot 1: Completion works of the construction of the Intergrated Health Centre of Bamelo-Ntong;
Lot 2 : Completion works of the workshop of Clothing Industry and Social and Family Economy at the Government Technical High School ofBamelo.
Participation in this invitation to tender is open on equal terms to all Cameroonian law firms with expertise in the field of civil engineering.
The works that are the subject of this invitation to tender shall be financed by the Public Investment budget 2024-2025. Imputation: Lot 1: 94 195 05 110000 523316; Lot 2: 94 195 05 110000 523314.
The tender file may be consulted during working hours at the Bamboutos divisional office of Mbouda at Service of economic and financial affairs) upon publication of this lnvitation to tender.
The file Tender Document can be obtained during working hours from the Bamboutos divisional office of Mbouda (service of economic and financial affairs) against presentation of a receipt of payment at the Treasury a non-refundable sum of seventy eight thousand (78 000) CF A francs, representing the cost of acquisition of the Tender file.
Each bid drafted in English or in French in Seven (7) copies including one (I) original and six (6) copies shall be submitted at the Prefecture of Mbouda near the festive place, upon publication of this invitation to tender not later than 2 Q J A.~! 2025 at 11 a.m. local time deposited against a receipt
The amount of the bond is CFA francs 640 000 (six hundred and forty thousand) for lot 1 and 740 000 (seven hundred and forty thousand) for lot 2.
Under pain ofrejection, the administrative documents required, must be produced in originals or true copies certified by the issuing servicer an administrative authority (Divisional Officer ... ) in accordance with the Special Condition soft he invitation to tender.
They must not bolder than three preceding the original date of submission of bids (3) months or must not have been established after the signing of the tender notice. Any incomplete offer in accordance with the prescriptions of this notice and tender file shall be declared
inadmissible. Especially the absence of abandon disused by a first-rate bank approved by the Ministry in charge or Finance
Bids s~all be opened in one phase. The administrative, technical and financial bids shall be opened on the 9 ./AN 2025 from 12 a.m. local time by the Commission for Public Procurement, in the presence of the bidders or their duly authorized representatives having full knowledge of the file.
The evaluation criteria consist of two types: the eliminatory criteria and essential criteria.
14.l E/iminatory Criteria
The Eliminatory criteria set out the minimum requirements for admission to the next essential evaluation criteria. Failure to comply with these criteria lead to rejection of the tender. These include:
a) Absence of Bid Bond at the opening of bids;
b) Absence of an administrative document in the tender and not regularized within prescribed time,
c) False declaration, falsified, forged documents;
d) Obtain Jess than 70% of yes (I 7 yes to 23);
e) Omission of a quantified unit price in the financial bid;
t) Absence in the technical bid of the declaration of the non abandon of works.
14.2 Essential criteria
The essential criteria are those so-called primary key or to judge the technical and .financial capacity of the candidates to perform the Works, subject of the Listing Application
The contracting authority will award the contracts to the bidder whose bid is evaluated to be the least cost, fulfilling the technical and financial capacities required. Bidders who present anorrnally low bids would be disqualified following regulation in place which prescribes obtention the expertise of Public Contract Regulatory Agency (PCRA) after seeking explanation from the bidder concerned.