Within the framework of 2026 Investment Budget, the SENIOR DIVISIONAL OFFICER FOR BOYO; Contracting Authority hereby launches an Open National Invitation to Tender N° 001/ONIT/MINAT/SDO/FUNDONG/DTB/PIB/2026 OF 18/03/2026 FOR THE CONSTRUCTION OF THE DIVISIONAL DELEGATION OF DECENTRALIZATION AND LOCAL DEVELOPMENT (MINDDEVEL) BOYO
This project concerns the construction, in Fundong, the headquarters of Boyo Division, of a single-storey building intended to house the Divisional Delegation of MINDDEVEL. It comprises ten offices, an archives room, two-compartment sanitary facilities, and a 25-seat meeting room, as shown in the attached architectural plan. Work to be done consists of:
Ø Preliminary works
Ø Earth works
Ø Foundation
Ø Elevation works
Ø Roof works and ceiling
Ø plastering
Ø Tiling
Ø Sealed coating
Ø Rafters and roof covering
Ø Wooden works, Aluminium and glass works, Metallic works
Ø Electricity
Ø Plumbing and sanitary works
Ø Painting and Vanishing works
Ø VRD
The estimated cost after preliminary studies is 80, 000, 000 (Eighty million) CFA Francs.
The work is in a unique lot for the construction of the Divisional Delegation of Decentralization and Local Development (MINDDEVEL) Boyo
Participation to this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.
Works which form the subject of this invitation to tender are financed by the 2026 Public Investment Budget. Budget head N°: -------------------------
The file may be consulted during working hours at the Private Secretariat of the Senior Divisional Officer, Boyo, Telephone N0 (237) 675 58 91 37, as soon as this tender notice is published and the electronic version, on the COLEPS platform at the addresses http://www.marchespublics.cm and http://www.publiccontracts.cm, as from the publication of this notice.
The file may be obtained from the Boyo internal Tender’s board Secretariat Telephone (237) 675 58 91 37 as soon as this tender notice is published against payment of a non-refundable sum of 100,000 (One Hundred Thousand) CFA francs, payable at Division Treasury of Boyo, representing the cost of purchasing the tender file.
When collecting the Tender Dossier, bidders shall register by providing their full contact details (P.O. Box, telephone numbers, fax, email, etc.). The receipt shall identify the purchaser as the representative of the company wishing to participate in the tender.
The Tender Dossier may also be obtained free of charge by downloading it from the COLEPS platform at the above-mentioned addresses for the electronic version. However, online submission is subject to payment of the Tender Dossier purchase fees.
The bid shall be submitted by the bidder on the COLEPS platform no later than 23/04/2026 at 10:00 a.m.
A backup copy of the bid saved on a USB flash drive or CD/DVD, together with the original bid security, shall be submitted in a sealed envelope and delivered against receipt to the Secretariat of the Senior Divisional Officer’s Office for the Boyo Division, located in Fundong, no later than 23/04/2026 at 10:00 a.m. local time, and shall bear the following indication:
TO THE DELEGATED PROJECT OWNER (CONTRACTING AUTHORITY)
<< OPEN NATIONAL INVITATION TO TENDER’S NOTICE
N° 001/ONIT/MINAT/SDO/FUNDONG/DTB/PIB/2026 OF18/03/2026 FOR THE CONSTRUCTION OF THE DIVISIONAL DELEGATION OF DECENTRALIZATION AND LOCAL DEVELOPMENT (MINDDEVEL) BOYO
“To be opened only during the bid-opening session”
A back-up copy of original of the bid bond and deposit receipt issued by the CDEC”
File size and format
The maximum size of the documents previously mentioned (Volume 1, Volume 2 and Volume 3) that will transit on the platform and constitute the bidder’s offer are as follows:
· 5 MB for Administrative Documents (Volume 1);
· 15 MB for the Technical Offer (Volume 2);
· 5 MB for the financial Offer (Volume 3);
Accepted formats include:
· PDF format for textual documents;
· JPEG for pictures.
Candidates shall make sure that compression software is used to reduce the size of the files to be forwarded.
The maximum duration provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is six (06) calendar months
Bids shall be accompanied by a provisional guarantee (bid security) with a validity period of ninety (90) days, calculated from the initial deadline for the submission of bids. Said guarantee shall be issued in accordance with the model provided in the Tender Dossier by a financial institution duly approved by the Minister in charge of Finance to issue guarantees in the context of Public Procurement, and shall be accompanied by the deposit receipt issued by the Deposit and Consignment Fund (CDEC).
The amount of the said provisional guarantee, inclusive of all taxes, is fixed at FCFA 1,600,000 (One Million Six Hundred Thousand FCFA).
On pain of outright rejection of the bid, the provisional guarantee shall be submitted in original form and shall bear a date not earlier than three (03) months prior to the bid submission deadline.
The provisional guarantee shall be automatically released upon publication of the contract award decision in respect of unsuccessful bidders. Where the bidder is declared the successful tenderer, the provisional guarantee shall be released upon submission of the definitive guarantee. Bank cheques, including certified cheques, shall not be accepted as a substitute for the
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily be not older than three (3) months preceding the date of LAUNCHING OF THE TENDERS or may be established after the signature of the tender notice
Any bid that does not comply with the requirements set forth in the Tender Dossier shall be declared inadmissible. In particular, any bid security that does not correspond to the consultation concerned shall be deemed null and void and treated as if it were never submitted. Furthermore, any bid security presented by a bidder during the bid opening session shall be declared inadmissible and shall not be taken into consideration.
The bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 23/04/2026 at 11 AM local time, at the Conference Hall of office designated by the Contracting Authority (The senior Divisional officer), by the Boyo Internal Tenders Board. Only bidders may attend or be represented by duly mandated persons of their choice.
The bids shall be evaluated according to the main criteria as follows:
· Outright elimination during the opening session of the bids
1. Absence of the bid bond
· Elimination during the evaluation of bids by the adhoc committee
2. Absence or non-conformity of an element in the administrative file;
3. Deadline for delivery higher than prescribed;
4. False declaration or falsified documents;
5. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
6. Incomplete financial file;
7. Change of quantity or unit of the Tender file in the financial bid;
8. Absence of a categorisation certificate or proof of file deposit;
9. Non respect of 75% of essential criteria;
NB: During the opening session of the bids if a document of the administrative bid is absent or noncompliant, the bidder will be given forty-eight (48) hours to produce or replace said document else will be eliminated during the evaluation of the bids. No such document will be accepted after this deadline.
1. General presentation of the tender files;
2. Financial capacity;
3. References of the company in similar achievements;
4. Quality of the personnel;
5. Technical organization of the works;
6. Safety measures on the site;
7. Logistics;
8. Attestation and report of site visit;
9. Special Technical Clauses initialed in all the pages;
10. Special Administrative Clauses completed and initialed in all the pages.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special Regulations of the invitation to tender
This evaluation will be done in a purely binary method with a positive (yes) or negative (no) with an acceptable minimum of 75% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable 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.
Pursuant to justification by bidder, unconvincing abnormally low costing will not be accepted spelled out in the Special Regulations of the invitation to tender of this consultation.
Bidders will remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders.
Further technical information may be obtained from the Secretariat of the SDO’s office in Fundong, Boyo Division Tel.: (+237) 675 589 137.
1. Technical Assistance
For technical assistance, particularly in the event of difficulties encountered in the use of the COLEPS platform, bidders are requested to contact the following telephone numbers:
(+237) 222 238 155 / 222 235 669 / 677 491 929
or send an email to: dsi@minmap.cm.
2. Fight Against Corruption
For any act of corruption, bidders are requested to call or send an SMS to MINMAP using the following numbers: Tel : 673 20 57 25 / 699 37 07 48.
Done at Boyo on the, 18/03/2026
THE DELEGATED PROJECT OWNER
(CONTRACTING AUTHORITY)
(THE SENIOR DEVITIONAL OFFICER)