Within the framework of Public Investment Budget 2026, of the Republic of Cameroon, the Mayor of Batié council, Contracting Authority hereby launches an invitation to tender for the construction and rehabilitation of somme public buldings in Batié Council in Upper- Plateaux Division
Works comprise especially: The works subject of this contract include:
• Preliminary works;
• Earth-work
• Foundation works;
• Elevation works;
• Roofing works,
• metal works;
• Electricity
• Painting works
• Gutter works
|
LOT |
DESIGNATION |
COSTT (FCFA) |
|
1. |
Rehabilitation of a bloc of class room and headmaster office GPS of Badjeugou |
12 000 000 |
|
2. |
Finishing of CEAC de Batié |
35 000 000 |
|
3. |
Finishingt of ‘’B’’ bulding in Tchomso market |
42 500 000 |
|
4. |
Construction of 06 pits latrine blocs with 06 catégorised cells in some primary school (EP Bfafmgoumi (02), EP Balagou 2 (01), EP Nkeutcheu (01), EP Balagou I (01), EPB Batié -carrefour (01)), Batié council |
28 000 000 |
|
LOT |
DESIGNATION |
|
1. |
Réhabilitation of a bloc of class room and headmaster office GPS of Badjeugou |
|
2. |
Finishing of CEAC de Batié |
|
3. |
Finishingt of ‘’B’’ bulding in Tchomso market |
|
4. |
Construction of 06 pits latrine blocs with 06 catégorised cells in some primary school (EP Bfafmgoumi (02), EP Balagou 2 (01), EP Nkeutcheu (01), EP Balagou I (01), EPB Batié -carrefour (01)), Batié council |
Participation in this invitation to tender is open to Cameroonian-based enterprises with experience in the construction domain
Works which form the subject of this invitation to tender shall be financed by the public (PIB) investment budget of the 2026 financial year;
The hard copy of the file may be consulted free of charge during working hours in the services of the PO at Batié Council technical service, P.O. Box 02 Baham, telephone 696 25 88 15as 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).
The hard copy of the file may be obtained from Batié Council technical service, P.O. Box 02 Baham, telephone 696 25 88 15 as soon as this notice is published against payment of a non-refundable sum of fifty three thousands five hundred seventy one (53 571) CFA Francs, payable at the Public Treasury for Public Administrations.
It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above.
Each offer drafted in English or French in seven (7) copies including (01) original and six (6) copies shall be submitted to the technical Service of the Batié Council located at the 1firt floor of the Council building,as soon as the publication of this invitation to tender not later than 09/02/26 at 9.00 O’clock local time against a receipt and should carry the indication::
Open National Invitation to tender
n°01/ONIT/C-BATIÉ/ITB-WBEC/2026 of 19/01/26
FOR THE CONSTRUCTION AND REHABILITATION OF SOMME PUBLIC BULDINGS IN BATIÉ COUNCIL, UPPER PLATEAUX DIVISION.
“TO BE OPENED ONLY DURING THE TENDER REVIEW SESSION”
The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be Thrie (03) months
|
LOT |
DESIGNATION |
COSTT (FCFA) |
BID BOND |
|
|
Rehabilitation of a bloc of class room and headmaster office GPS of Badjeugou |
12 000 000 |
120 000 |
|
|
Finishing of CEAC de Batié |
35 000 000 |
350 000 |
|
|
Finishingt of ‘’B’’ bulding in Tchomso market |
42 500 000 |
425 000 |
|
|
Construction of 06 pits latrine blocs with 06 catégorised cells in some primary school (EP Bfafmgoumi (02), EP Balagou 2 (01), EP Nkeutcheu (01), EP Balagou I (01), EPB Batié -carrefour (01)), Batié council |
28 000 000 |
280 000 |
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 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 inadmis- sible. 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 pro- cedure. 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 and shall take place on 09/02/26 at 10.00 AM local time by the Project Owner Tenders Board in the act hall located at Batié council.
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].
1.1 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;
• 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 70% essential criteria (70% referring to the qualification threshold of technical bids)
• Absence of the sworn statement for not having abandoned contracts during the last three years;
• Absence of a quantified unit price in the financial offer;
• Absence of own or hired minimum equipment (to be specified by the Project Owner);
• 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.
1.2 Essential criteria
Essential criteria are the fundamental or key ones that will help to measure the financial and the technical ca- pacity 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;
§ Bidder’s references;
§ After-sales service(availability of spare parts, repair workshop, technical personnel) if applicable;
§ Financial capacity; (Access to a line of credit or other financial resources, turnover, attestation of fi- nancial solvency);
§ Personnel qualification and experience;
§ Logistic means,
§ Methodology.
§ Prouft of acceptantion on contract conditions
NB: . [Indicate the main qualification criteria which show that the bidder has the required technical capacities and resources to successfully execute the contract]. [These criteria will be detailed in Article 6.1 of the RPAO]
[The notation system of bids by giving points (marks) shall be prohibited to give way to the binary mode (Yes or No)]
The 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 by including as the case may be, the rebates proposed
Bidders shall remain committed to their bids for 90 days] from the initial deadline set for the submission of bids.
Additional information may be obtained during working hours from Council technical service), P.O Box 02 Baham, telephone 696 25 88 15 or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm