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 FOR THE
CONSTRUCTION OF SPRING CATCHMENT POWERED BY SOLAR ENERGY WITH AN
ELEVATED TANK AT GTHS FUNDONG, BOYO DIVISION, NORTH WEST REGION
Works to be done consists of:
100 PREPARATORY WORKS
200 CONSTRUCTION WORKS
300 SOLAR PUMP INSTALLATION AND PIPING NETWORK
400 INSTALLATION OF SOLAR PANELS
500 ELEVATED TANK AND PIPING NETWORK
600 PROJECT SUSTAINABILITY
The estimated cost after preliminary studies 17,520,210 (Seventeen million, five hundred and twenty thousand,
two hundred and ten) CFA ATI.
The works are in One (01) Lot
Participation to 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 theServices of the Director of General Affairs Annex Building of Block “A”, North West Regional Assembly (Tel N°233360092), or online on the webaddress: www.marchespubliques.cm as soon as this notice is published.
The file may be obtained from the Services of the Director of General Affairs (Tel N°233360092) or online on the webaddress: www.marchespubliques.cm, as soon as this notice is published, against payment of the sum of 30,050 (Thirty thousand and fifty) CFA Francs, into the North West Regional Assembly Treasury (Block B), representing the cost of purchasing the Tender File.
23/04/2025 AT 11: 00 AM
The maximum deadline provided by the Contracting Authority for the execution of the works forming the
subject of this Invitation to tender is Four (04) Calendar Months.
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 350,400 FCFA valid for thirty (30) days beyond the date of validity of bids.
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
23/04/2025 11:00AM
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;
Absence or insufficient bid bond; 4.
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;
Suspended by MINMAP for 2025 financial year; 8.
9. Submission of insufficient number of bids or the lake of the original copy of bids;
10. Average annual turnover of at least 25,000000 (Twenty Five Million) CFA 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 2024 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 files submitted online.
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.
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 Services of the
Director of General Affairs, North West Assembly Building, Block “A”. (Tel N°233360092).