ithin the framework of 2025 budgetary exercise, the Project Owner hereby launches in emergency on behalf of Baschéo Council a quotation request for rehabilitation works of the communal roats section: DORBA-PEMGOU-GORI MBARA-HARKOU-AXE PENA BADJENGO (6,100KM), Baschéo Council, Benue Division, And North Region.
he works are defined within the general terms of order of works and bill of quantities, estimated in this contract.
Works comprise especially:
Installation ;
Cleaning and earthworks;
Sanitation-Drainage ;
Art WVork;
Signaling and safety equipment
Miscellaneous;
The estimated cost of the operation following preliminary studies is one hundred million (100 000 000) CFA Francs.
The works are subdivided into one tranche
Participation in this invitation to tender is open on equal terms to legal Cameroonian companies with technical and financial capabilities to carry out works subject to this fender
The works under this invitation to tender shall be financed by ONE-TIME GRANT (BIP MINEPAT 2025).
The hard copy of the file may be consulted free of charge during working hours in the services of the PO at the secretariat of the Baschéo Council, Tel. 690 86 30 00/696 57 11 15 as soon as this notice is published. 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 ( to be specified).
The hard copy of the file may be obtained from the secretariat of the Baschéo council, Tel. 690 86 30 00/696 57 11 15 as soon as this notice is published against payment of a non- refundable sum of one hundred thousand (100 000) CFA Francs, payable at the Treasury Council of Baschéo.
Each bid shall be drafted in English or French
• For submission off line, the offer in seven (7) copies including the original and six (6) copies marked as such, should reach at the secretariat of Baschéo council no later than 03rd/10/2025 At ID am and should carry the indication:
NOTICE OF OPEN NATIONAL CALL FOR TENDER N'07/NONCT/IPC/BASCHEO COUNCIL/SG/2025 OF 05th/09/2025 LAUNCHED IN EMERGENCY FOR
REHABILITATION WORKS OF THE COMMUNAL ROATS SECTION: DORBA- PEMGOU-GORI MBARA-HARKOU-AXE PENA BADJENGO (6,100KM), BASCHEO
COUNCIL, BENOUE DIVISION, AND NORTH REGION.
“To be opened only during the bid-opening session"
The maximum time frame provided for by the Project Owner for the execution of works subject of this invitation to tender is four (04) months. This time frame shall run from the date of notification of the administrative order to commence the services.
Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of an amount of two million (2 000 000) CFA francs accompanied by a deposit receipt issued by the CDEC, it is not more than 2 % of the estimated cost of the contract all taxes inclusive (ATI), in accordance with the Order in force 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 authorised 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 tenderers;
• Bids submitted after the closing date and time forsubmission of bids;
12• 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
he bids shall be opened in single phase and shall take place on 03rd/10/2025 at 11 a.m. by the Project Owner Tenders Board in the conference hall of the municipality of Baschéo.
Only tenderers may attend this opening session or be represented by a person of their choice, duly authorised, even in case of a group of companies.
Under pain of being rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be rejected.
The opening of bids must take place no later than one hour after the deadline for receipt of tenders set out in the Tender File.
Evaluation criteria are of two types: the eliminatory criteria and essential criteria. No criterion can be eliminatory and essential at the same time.
15.1 Eliminatory criteria
The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted to evaluation following the essential criteria. They should not be the subject of notation. The failure to comply with these criteria shall lead to the rejection of the bidder’s offer.
The eliminatory criteria include:
• Absence of bid bond at the opening of bids accompanied by a deposit receipt
•
•
•
issued by the CDEC;
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;
Failure to comply with 35 essential criteria (35 referring to the qualification threshold of technical bids)
Absence of the sworn statement for not having abandoned contracts during the last three years;
Failure to comply with bids file format;
Absence of a quantified unit price in the financial offer;
Absence of prospectus accompanîed by manufacture’s technical sheet produced (where applicable)
Absence of approval or authorization of manufacturer, if applicable;
Absence of own or hired minimum equipment (to be specified by the Project Owned;
Absence of grading(categorization) certificate if applicable;
Absence of an element in the financial offer (submission, BPU, DQE);
Absence of integrity charter dated and signed
Absence of the dated and signed commitment statement to comply with environmental and social clauses.
Absence of the categorization certificate.
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
15.2 Essential criteria
Essential criteria are the fundamental or key ones that will help to measure the financial and the technical capacity of candidates to execute the services subject of the tender. They should be determined depending on the nature and the content of the services to be executed. It is necessary to clearly specify the modalities for validating a criterion from the number of sub-criteria to be respected
The essential criteria for the qualification of bidders shall focus especially on:
+ Presentation of bid; 3 criterias
+ Bidder’s references and financial capacity; (Access to a line of credit or other financial resources, turnover, attestation of financial solvency); 7 criterias
+ Personnel qualification and experience; 20 criterias
+ Logistic means,9 criterias
+ Methodology. 11 criterias
Only financial offer whose technical offer with a greaten from or equal to grade 70% yes will analyses
[The notation system of bids by giving points (marks) shall be prohibited to give way to the binary mode (Yes or No)]
he Project Owner shall award the contract to the bidder whose bid meets the required technicaï and financial qualification criteria and whose offer was evaluated as the lowest by including as the case may be, the rebates proposed (in case of allotment, specify the maximum number of lots a candidate may be awarded)
A candidate may tender for one or several lots, but cannot be awarded more than
lots.[In the event a bidder is the lowest bidder for more than
Owner shall award the provided for in the RPAO]
lots to the said bidder in accordance with the conditions lots, the Project
Âdditional information may be obtained during working hours from the Baschéo Council, Tel. 690 86 30 00/696 57 11 15 or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner.