Within the framework of 2025 Public Investment Budget, The President of the North West Regional Assembly, Contracting Authority, hereby launches an Open National Invitation to tender for the Rehabilitation of classrooms in some Secondary and High Schools in the North West Region by Emergency Procedure (Divided into 4 lots).
Works to be done consists of 100-GENERALITIES
200-PREPATORY WORKS – SETTINGOUT
300-FOUNDATION
400-ELEVATION OF WALLS
500-PROOF TRUSS AND COVERING
600-JOINERY AND METAL WORKS
700-PLUMBING – SANITORY
800-ELECTRICAL INSTALLATION
900- PLASTERING AND COATINGS
1000-PAINTING
1100-OUTSIDE AMENITIES AND LAYING OUT PLANNING
1200-FLOOR AND WALL FINISHES
1300-PROTECTION OF THE ENVIRONMENT
The estimated cost of the four projects after preliminary studies is distributed as follows:
LOT No. |
DIVISION |
LOCALITY |
PROJECT |
AMOUNT |
1 |
MOMO |
WIDIKUM |
Rehabilitation of three (03) blocks of classrooms in GBHS Widikum |
25,000,000 |
2 |
MOMO |
BATIBO |
Rehabilitation of two (02) blocks of classrooms in GTC Nyenjie |
20,228,902 |
3 |
MOMO |
MBENGWI |
Rehabilitation of two block of six (06) classrooms at GTHS Mbengwi |
40,434,000 |
4 |
MEZAM |
AWING- SANTA |
Rehabilitation of four (04) classrooms at GSS Mbenjom |
19,621,900 |
|
TOTAL AMOUNT |
105,284,802 |
The works are in Four (04) lots as follows:
LOT No. |
DIVISION |
VILLAGE |
PROJECT |
01 |
MOMO |
WIDIKUM |
Rehabilitation of three (03) blocks of classrooms in GBHS Widikum |
02 |
MOMO |
BATIBO |
Rehabilitation of two (02) blocks of classrooms in GTC Nyenjie |
03 |
MOMO |
MBENGWI |
Rehabilitation of two block of six (06) classrooms at GTHS Mbengwi |
04 |
MEZAM |
AWING-SANTA |
Rehabilitation of four (04) classrooms at GSS Mbenjom |
Participation in this Invitation to tender is opened under the same conditions to all Cameroonian companies and business persons that have proven experience in the field of building construction and provided they are in compliance with the Cameroonian laws.
Works which are the subject of this Invitation to Tender shall be financed by the 2025 Public Investment Budget assigned to the North West Regional Assembly.
The file may be consulted during working hours at the office of the Director of General Affairs at the North West Regional Assembly (Annex Building of Block “A”) Tel N° 2 33 36 00 92 or submitted online using the address; www.marchespublics.cm, as soon as this notice is published.
The file may be obtained from the office of the Director of General Affairs at the North West Regional Assembly, Tel N°2 33 36 00 92 or submitted online using the address: www.marchespublics.cm, as soon as this notice is published against payment of the sum of 101,400 (one hundred and one thousand four hundred) CFA Francs, into the North West Regional Assembly Treasury (Block B), representing the cost of purchasing the Tender File.
The method of submission shall be offline or online.
Each offer drafted in English or French in Seven (7) copies including One (1) original and Six (6) copies marked as such, should reach the office of the Director of General Affairs at the North West Regional
Assembly, Tel N°2 33 36 00 92 not later than 26MARS2025 at 10:00am local time and should carry the inscription:
“To be opened only during the bid-opening session”
For online submission, the Tender must be submitted by the Tenderer on the COLEPS Platform not later than 26/MARS/2025 at 10:00am. A backup copy of the Tender saved In a USB key or a CD/DVD must be sent in a sealed envelope with a clear and legible indication “backup copy” bearing the afore- mentioned label, within the time limit.
For online bidding, the maximum size of the documents that will be uploaded on the platform and constituting the bidder’s offer shall be;
- 5 Mb for Administrative offers;
- 15 Mb for the Technical offers;
- 5 Mb for the financial offers.
Supported formats shall include:
- PDF formats for texts documents;
- JPEG formats for images.
The Tenderer shall use a compression software to reduce the size of the file to be submitted.
The maximum deadline provided by the Contracting Authority for the execution of the works subject of this Invitation to tender is Four (04) calendar Months per Lot.
The bidder must include in his administrative documents, a bid bond issued by a first-rate financial establishment approved by the Ministry in charge of Finance and whose list is found in document No. 12 of the Tender File, of an amount, (See table below) valid for thirty (30) days beyond the date of validity of bids.
LOT |
PROJECT |
AMOUNT |
AMOUNT OF BID BOND |
TENDER FILE FEE |
01 |
Rehabilitation of three (03) blocks of classrooms in GBHS Widikum |
25,000,000 |
500,000 |
101,400 |
02 |
Rehabilitation of two (02) blocks of classrooms in GTC Nyenjie |
20,228,902 |
404,578 |
|
03 |
Rehabilitation of two block of six (06) classrooms at GTHS Mbengwi |
40,434,000 |
808,680 |
|
04 |
Rehabilitation of four (04) classrooms at GSS Mbenjom |
19,621,900 |
392,438 |
Under penalty of being rejected, only originals or certified true copies signed by the issuing service or administrative authorities (Governor, Senior Divisional Officer, Divisional Officers….) must imperatively be produced in accordance with the Special Regulations of the Invitation to Tender.
They must obligatorily not be older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice
Any bid not in compliance with the prescriptions of the Tender File shall be rejected. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance
The bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 26/MARS/2025 at 11.00 am local time, in the conference hall of the North West Regional Assembly Internal Tenders’ Board, by its competent members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files.
The bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
1. Absence or non-conformity of an element in the administrative file non regularized within 48 hours after opening of bids
2. Execution deadline higher than prescribed in the Tender File;
3. False declaration or falsified documents;
4. Absence or insufficient bid bond;
5. A bid with the external envelope carrying a sign leading to the identification of the bidder;
6. Incomplete financial file;
7. Non respect of 75% of essential criteria;
8. Suspended by MINMAP for 2025.
9. Submission of insufficient number of bids or the lake of the original copy of bids;
10.Average annual turnover of at least the tendering amount (Average annual turnover calculated as total certified payments received for contracts in progress or completed, within the last five (5) years (from 2020). This should be justified by copies of past contracts (completed or ongoing). Final reception minutes for all completed contracts before 2025 and provisional reception minutes for contracts completed in 2024 should be presented.
11. Failure to provide a backup copy of offers on time.
12. Failure to comply with the format of file type and size for online submission.
B. Essential criteria
1- General presentation of the Tender Files;
2- Financial capacity;
3- References of the company in similar achievements visa by the competent authority;
4- Quality of the personnel;
5- Technical organization of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation of site visit duly signed on honour by the bidder and report of site visit with pictures;
9- Special Technical Clauses initialed in all the pages, signed and dated at the last page;
10- Special Administrative Clauses completed and initialed in all the pages, signed and dated at the last page.
The evaluation will be done in a binary way (yes) or (no) with an acceptable minimum score of 75% of the essential criteria taken in account. (A Bidder can bid for more than one Lot but can be awarded only one Lot). (A Bidder can bid for more than one Lot but can be awarded only one Lot)
The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75% of the essential criteria.
Bidders will remain committed to their offers for Ninety (90) days from the deadline set for the submission of tenders
Complementary technical information may be obtained during working hours from the office of the Director of General Affairs, North West Assembly Building, Block “A”. (Tel N°2 33 36 00 92).