Within the framework of Specific equipment, the Vice-Chancellor hereby launches an invitation to tender [type of invitation to tender] for the acquisition of specific laboratory equipment the department of petrolium engineering at the National Higher Polytechnic Institute (NAHPI), in a single lot.
The services subject of this consultation comprise the acquisition of of specific equipment for the National Higher Polytechnic Institute (NAHPI) at the University of Bamenda.
The estimated cost of the operation following preliminary studies is 75,000,000 (Seventy-five million) CFA francs.
single lot.
Participation in this invitation to tender is open to providers with proven experience in the field of specific equipment and who meet the qualification criteria specified in this invitation tender File.
The services under this tender are funded by the 2025, BIP MINESUP budget under the budgetary line item No. 116-03-05-461-360046-222203.
The hard copy of the tender file may be consulted free of charge during working hours in the services of the PO/DPO at [place of consultation of tender file (SIGAMP service), door number, P.O. Box, telephone, fax, e-mail)] as soon as this notice is published.
It may equally be consulted online on the COLEPS platform to the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm)
The hard copy of the tender file may be obtained from the SIGAMP Service at the Directorate of Development, Physical Plant and Infrastructure as soon as this notice is published against payment of a non-refundable sum of 80000 (Eighty thousand) CFA Francs in the CAS-ARMP Special Account N° N°10001-06860-33598860001-94, opened in BICEC Branches.
It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees.
The bid must be submitted by the bidder on the COLEPS platform no later than 30/07/2025 at 11 AM. A backup copy of the quotation recorded on a USB key or CD/DVD must be submitted in a sealed envelope with a clear and legible indication of "backup copy," in addition to the mention below within the specified deadlines:
“OPEN NATIONAL INVITATION TO TENDER IN EMERGENCY PROCEDURE
N°25-0004/ONIT/UBa/ITB/2025 OF 24/06/2024 FOR THE ACQUISITION OF SPECIFIC LABORATORY EQUIPMENT THE DEPARTMENT OF PETROLIUM ENGINEERING AT THE NATIONAL HIGHER POLYTECHNIC INSTITUTE (NAHPI) OF THE UNIVERSITY OF BAMENDA
‘To be opened only during the bid evaluation session.’”
The bidder shall use compression software to reduce the size of the files to be transmitted if necessary.
Bidders are bound by their quotations for ninety (90) days from the deadline set for the receipt of quotations.
Each bidder must attach to their administrative documents a bid security of 1,500,000 (One million and five-hundred thousand) CFA francs, issued by a financial institution approved by the Ministry of Finance, the list of which is provided in the annex, and valid for thirty (30) days beyond the original validity date of the bids.
The absence of a bid security issued by a first-tier bank or financial institution authorized by the Ministry of Finance to issue guarantees for public contracts will result in the outright rejection of the bid. A bid security submitted but unrelated to the consultation in question will be considered absent. A bid security presented by a bidder during the bid opening session will be inadmissible.
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:
- Envelopes bearing information on the identity of the tenderers;
- 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 RPAO 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 rejection of the bid without any other procedure. A bid bond submitted but not relating to consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted.
The bids shall be opened in single phase.
The bid opening will take place on 30/07/2025 at 12:00 PM sharp in the Conference Room of the Rectorate of the University of Bamenda.
Only bidders or their duly authorized representatives may attend this bid opening session.
1. Evaluation criteria
1.1. Eliminatory criteria
The eliminatory criteria include:
Absence of bid bond at the opening of bids;
- Failure to submit, beyond the 48(forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond);
- False declarations, fraudulent schemes or forged documents;
- Absence of prospectus, catalogue, drawing, or technical sheet produced by the manufacturer (where applicable)
- Failure to comply with one of the major technical specifications indicated in the technical specifications of the supplies un this Tender File, if applicable;
- Failure to produce the required samples at the opening of bids; if applicable
- Absence or certificate of origin, if applicable;
- Failure to comply with X% minor technical specifications indicated in the technical specifications of the supplies under this Tender file, if applicable;
- Absence of a quantified unit price in the financial offer;
- Absence of the sworn statement for not having abandoned contracts during the last three years;
- Absence of letter of submission;
- Absence of integrity charter;
- Absence of commitment statement to comply with environmental and social clauses.
- Failure to comply with the bid file format (in case of online submissions);
2. Essential criteria
The technical bids will be evaluated according to the essential criteria that will focus, namely on:
- Presentation of bid;
- Bidder’s references;
- Guarantee deadline;
- Delivery schedule (planning and schedule for the execution of ancillary services); ▪ Financial capacity;
- After sales service (availability of spare parts, repair workshop, technical personnel) if applicable;
- Access to a credit line or other financial resources (if applicable);
- Annual turnover, according to the certified balance sheet or the statistical and fiscal statement;
- Personnel qualification and experience, if applicable; ▪ Logistic means, if applicable;
Methodology, if applicable.
The Project Owner or the Delegated Project Owner shall award the contract to the bidder whose bid meets the required technical and financial qualification criteria and whose offer was evaluated as the lowest
Bidders are bound by their quotations for ninety (90) days from the deadline set for the receipt of quotations.
For any denunciation of corruption attempt practices, facts or acts, please call the National Anti-Corruption Commission (NACC) on 1517, the Authority in charge of Public Contracts (MINMAP) (SMS or call) on (+237) 673 20 57 25 and 699 37 07 48, the ARMP at ……………. or the PO/DPO at …………………