As part of the funding for the 2025 budget year. The Senior Divisional Officer of the Upper-Nkam division (Contracting Authority) launches an Open National Invitation for Tenders, for the construction of a mini drinking water supply at the residence of the Senior Divisional Officer of the Upper-Nkam Division (allotment 1) and the acquisition and installation of solar street lamps at the residence of the Senior Divisional Officer of the Upper-Nkam Division (allotment 2), Western Region (under emergency procedure).
The call for tenders concerns the work of the construction of a mini drinking water supply at the residence of the Senior Divisional Officer of the Upper-Nkam Division (allotment 1) and the acquisition and installation of solar street lamps at the residence of the Senior Divisional Officer of the Upper-Nkam Division (allotment 2). Western Region (under emergency procedure)
The works under this invitation to tender. shall be financed by the MINEPAT the fiscal budget year 2025. for a total sum of Thirty Million (30 000 000) FCFA for allotment 1 and Fifteen Million (15 000 000) FCFA for allotment 2. all taxes included.
The works are subdivided into a two lot.
The works under this invitation to tender. shall be financed by the MINEPAT the fiscal budget year 2025. for a total sum of Thirty Million (30 000 000) FCFA for allotment 1 and Fifteen Million (15 000 000) FCFA for allotment 2. all taxes included.
Tender documents may be consulted, during working hours, at the Divisional office of
Bafang or in the office of the Divisional Tender Board of Upper-Nkam Division.
It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm) or on any other electronic communication means indicated by the Project Owner.
Tender documents may be obtained, during working hours, at the above mentioned addresses upon presentation of the original receipt of payment to the divisional services of the Senior Divisional Officer of Upper-Nkam, of non-refundable sum of Fifty thousand (50 000) FCFA
Such receipt must identify the payer as representing the bidder willing to participate in the
tender. Upon acquisition of the tender documents, the representative of the bidder shall be registered by the above mentioned service after he must have given all indications to enable a rapid contact with the bidder (full address, telephone number, mail address, etc.).
Each offer drafted in English or French in 7 copies including the original and 6 copies marked as such, shall reach the services of the Senior Divisional officer, the contracting authority, not later than the
.. ./.... /2025 at ••• hours, local time and should carry the following inscription:
Open National Invitation to Tender
N° b~ /0NIT/F34/DTB/2024 of the 1'Vl £ /2025 for the construction of a mini drinking water supply at the residence of the Senior Divisional Officer of the Upper-Nkam
Division (Allotment 1) and the acquisition and installation of solar street lamps at the residence of the Senior Divisional Officer of the Upper-Nkam Division (Allotment 2), West Region Financing: BIP2025
"To be opened only during the bid-opening session
The maximum provisional delivery deadline, provided for by the Contracting Authority shall be three (03) months, including the possible constraints related to the sites particularities and situations such as accessibility and climate conditions, from the date of notification of service order to start work.
It is due to the bidder to propose in his offer a carrying out calendar that goes along with the deadline indicated above.
Each bidder shall attach to his administrative documents a provisional guarantee or bid bond, issued, in keeping with the tender model, by a first class banking institution approved by the minister in charge of finance as indicated in the list of banks attached to these tender documents. It shall stand at Six Hundred thousand (600 000) FCFA for allotment 1 and Three Hundred thousand (300 000) FCFA for allotment 2, and valid up to thirty (30) days beyond the initial date limit of the validity of bids. 'The absence of the bid bond issued by a first-rate bank or financial body of first category authorized by the Minister in charge of Finance to issue bonds for public contracts shall lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted.
The administrative documents, the technical offer and the financial offer must be placed in separate envelopes and submitted in a sealed envelope.
The Project Owner shall not accept:
• Bids bearing information on the identity of the renderers:
• Bids submitted after the closing date and time for submission of bids:
• Envelopes without indication on the identity of the Invitation to Tender:
• Bids non-compliant with the bidding mode;
• Failure to comply with the number of copies specified in the RPDC or offer in copies only:
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a financial body or institution approved by the Minister in charge of Finance to issue bonds for public contracts or the failure to comply with the model documents of the Tender File shall lead automatically to
The opening of the bids shall be made at once, by the Divisional Tender Board (OTB) of Upper-Nkam division, on the 2025 at hours, in the presence of the bidders who shall wish to do so or with only one representative each, of their choice, duly assigned for and that have perfect knowledge of their offer. The bidders' representatives who shall participate to the opening session will sign a register or presence paper sheet testifying their presence.
The opening of the bids will be done at once but in three phases as follows:
- 1st phase: opening of the envelope A containing the administrative documents (volume 1)
- 2ndphase: opening of the envelope B containing the technical offer (volume 2);
- 3rdphase: opening of the envelope C containing the financial offer (volume 3).
Elimination Criteria
The evaluation of bids will be conducted in three (03) stages:
- Verification of the compliance of each bidder's administrative file
- Analysis of the compliance of technical bids
- Evaluation of financial bids
1) Administrative Bid
- Absence or non-compliance of an administrative document beyond the regulatory 48- hour deadline. - Absence of bid bond at bid opening
- Falsified or non-compliant document
2) Technical bid
- Sworn declaration of not having abandoned a construction site for the past 3 years
- False declaration, falsified document
- Performance of criteria 18/20 yes
-3) Financial bid
- Incomplete financial bid
- Omission of a trade to be evaluated
B) Essential criteria
- Presentation of bids
- Previous company references
- Organization and methodology
- Site personnel
- Site equipment
- Work schedule and deadline
- Site visit certificate signed on honorary signature
NB: Bidders may submit bids for both lots and may be awarded both lots.
The contract will be awarded to the tenderer who meets the required technical and administrative capacities and whose offer is evaluated as the lowest
The additional information relating to the contract award procedure may be obtained, during working hours, in the Secretariat of the OTB of Upper Nkam Division or online on the COLEPS platform via http:Uwww.marchespublics.cm and http~//www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner.