Within the framework of the execution of the 2025 Public Investment Budget, the Mayor of Fonfuka
Council, Project Owner and Contracting Authority hereby launches an Open National Invitation to
Tender (by the Emergency Procedure) FOR THE CONSTRUCTION OF THE INSPECTORATE
OF BASIC EDUCATION FOR BUM SUB DIVISION.
Works to be done consists of; Site Installation, Preliminary Works, Earth Works, Foundation
Works / Subs Structure Concrete Works, Work on Built Elevations, Metallic Works, Plumbing,
Drainages and Finishing, Painting, Roof Works, Wood Works/ Glazing, Electricity, Plumbing.
etc. The works comprise the preliminary studies carried out on the site and the detailed information
provided in the technical specifications and the quantitative estimates FOR THE CONSTRUCTION
OF THE INSPECTORATE OF BASIC EDUCATION FOR BUM SUB DIVISION.
The estimated cost after preliminary studies stands at:
Amount (FCFA) TI |
40,000,000 |
Works are combined in a Single Lot;
Participation in this invitation to tender is opened to duly legalized Cameroonian based Companies
that fulfil the requirements of this invitation to tender and exercising in the domain of public works
having the financial and technical capacity, who are categorised as per the Order No.
0000166/A/MINMAP of 7th June 2022 to lay down the modalities of categorising companies in the
sector of building construction and public works as provided for by the 2018 public contract code, and
who has fulfilled their fiscal obligations in accordance with the 2025 Finance Law.
The MINDDEVEL Decentralised Credits – 2025 Programme shall finance the works, which form the
subject of this invitation to tender.
Budget Head: 5927I00102 OF MINDDEVEL
Budgetary Authorisation: JA03561
Budgetary Imputation: | 59 21 200 02 641819 464 822 921 |
The MINDDEVEL Decentralised Credits – 2025 Programme shall finance the works, which form the
subject of this invitation to tender.
Budget Head: 5927I00102 OF MINDDEVEL
Budgetary Authorisation: JA03561
Budgetary Imputation: | 59 21 200 02 641819 464 822 921 |
The file may be consulted during working hours at the technical service of the Fonfuka Council,
Telephone No (237) 675 32 21 75 as soon as this Tender Notice is published
The file may be obtained from the technical service of the Fonfuka Council, Telephone No (237) 675
32 21 75 as soon as this Tender Notice is published against payment receipt of a Non-Refundable sum
of 70,000 FCFA (Seventy Thousand Francs), payable at the Fonfuka Council Municipal Treasury,
representing the cost of purchasing the tender file.
Each offer drafted in English or French in 07 (Seven) Copies including 01 (One) original and 06
(Six) copies should reach the Fonfuka Council premises at Fonfuka not later than ____________ at
10 a.m. local time and should carry the inscription:
- Envelop A: Administrative Documents;
- Envelop B: Technical Offer;
- Envelop C: Financial Offer.
These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall
be sealed and labelled imperatively as follows:
« OPEN NATIONAL INVITATION TO TENDER »
(BY THE EMERGENCY PROCEDURE)
No. 00003/ONIT/MINDDEVEL/FC/FCITB/PIB/2025 OF ______________
FOR THE CONSTRUCTION OF THE INSPECTORATE OF BASIC EDUCATION FOR BUM SUB
DIVISION.
“To be opened only during the Bids-opening session”
NB: The fourth envelop shall not bear any identification mark of the Bidder or any compromising
sign/indication of the Enterprise.
The fourth envelop should be a plain type and carrying no Trademark
The maximum deadline provided by the Contracting Authority for the execution of the works forming
the subject of this invitation to tender is Three (03) calendar Months from the date of notification
of Service Order to start works
Each Bidder must include in their administrative documents, a Bid Bond issued by a first-rate banking
establishment approved by the Ministry in charge of Finance. Whose list is found in document No. 12
of this Tender File, of an amount, set at 2% of the estimated amount, all taxes inclusive, of the project
amount in accordance with the Order in force (Prime Ministerial Order No. 093/CAB/PM of
5/11/2002) as follows;
Amount (FCFA) TI |
40,000,000 |
BID BOND (2%) FCFA |
800,000 |
Valid for thirty (30) days beyond the date of validity of Bids. As per article 90 (9) of the Public
Contracts Code (Decree No. 2018/366 of 20th June 2018), certified cheques or bank cheques are
acceptable in the place of Bid Bond. The Bid Bond shall be addressed to the Contracting Authority
and following the conditions of the invitation to tender.
Under penalty of being rejected, only originals or true copies certified by the issuing service or
administrative authorities (Governors, Senior Divisional Officers, 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 (03) months preceding the date of launching of the
tender or may be established after the signature of the tender notice.
Any Bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible.
This refers especially to the absence of a Bid Bond issued by a first-rate bank approved by the Minister
in charge of Finance.
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 _20/02/2025_ at 11:00 a.m. local time, at
the Conference Hall of Fonfuka Council by the Fonfuka Council Internal Tenders’ Board. Only
Bidders may attend or be represented by duly mandated persons of their choice having a sound
knowledge of the Bids.
Evaluation criteria
The Bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
Outright elimination during the opening session of the Bids
1. Deadline for delivery higher than prescribed;
2. False declaration or falsified documents;
3. A bid with the external envelope carrying a sign or mark leading to the identification of the
bidder;
4. Absence of Bid Bond
5. 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 the said document
else it will be eliminated during the evaluation of the Bids. No such document will be accepted after this
deadline.
B. Essential criteria
The criteria relating to the qualification of the candidates shall be indicatively assessed on:
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 initialled in all the pages;
10. Special Administrative Clauses completed and initialled in all the pages.
- Methodology; Methodological approach and relevance of proposed solutions; | Yes / No |
- Experience; References of the bidder (experience of at least two (02) years in similar works) (attach proof) |
Yes / No |
- Equipment; Availability of material and essential equipment (attach proof) | Yes / No |
- Personnel; Experience of key supervisory staff (at least senior technician in Building construction with two (02) years’ experience or Civil/Rural Technician with three (03) years of experience. Proof with duly signed CVs. |
Yes / No |
- Financial situation; Turnover, Financial capacity, Access to credits or other financial sources to the tune of 40,000,000 FCFA (Forty Thousand Francs); |
Yes / No |
- Planning of works; Deadline of execution. Proof with GANTT and PERT planning | Yes / No |
- Presentation of offer; packaging, binding, clear copies etc. | Yes / No |
NB: The non-compliance with any three (03) criteria out of the Seven (07) above shall cause the
elimination of the bid.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special
Regulations of the invitation to tender
The evaluation will be done in a purely binary method with a positive (Yes) or negative (No) with an
acceptable minimum of (Yes) 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 the bidder, unconvincing abnormally low costing will not be accepted as
prescribed in the Special Regulations of the invitation to tender.
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the
submission of tenders.
Complementary technical information may be obtained during working hours at the Technical Service
of the Fonfuka Council, Telephone N0 (237) 675 32 21 75