Within the framework of 2026 Investment Budget, the MAYOR of NJIKWA Council; Contracting Authority and the Project Owner hereby launches a Request for Quotation for the EQUIPPING OF GS BAKO AND GS EDOM WITH BENCHES, HEAD TEACHER’S TABLES AND CHAIRS, NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION.
The services of this request for quotation include the EQUIPPING OF GS BAKO AND GS EDOM WITH BENCHES, HEAD TEACHER’S TABLES AND CHAIRS
The estimated cost is as below
|
Lot |
Name of project |
Estimated cost of project |
Amount of bid bond |
Cost of tender file : |
|
Single |
EQUIPPING OF GS BAKO AND GS EDOM WITH BENCHES, HEAD TEACHER’S TABLES AND CHAIRS, NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION |
7,400,000 |
148,000 |
10,000 |
|
Lot |
Name of project |
Estimated cost of project |
Amount of bid bond |
Cost of tender file : |
|
Single |
EQUIPPING OF GS BAKO AND GS EDOM WITH BENCHES, HEAD TEACHER’S TABLES AND CHAIRS, NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION |
7,400,000 |
148,000 |
10,000 |
Participation to this consultation is open to is open to Cameroonian enterprises that are in compliance with the fiscal laws.
This project shall be financed by the MINEDUB PUBLIC INVESTMENT BUDGET (PIB) - 2026 of the Ministry of basic education with budget heads as indicated on the table above.
The file may be consulted during working hours at the General Secretariat of the Mayor of Njikwa Council or contact tel: XXXXXXXXX, as soon as this notice is published
The file may be obtained from the General Secretariat of the Lord Mayor of Njikwa Council or contact tel: XXXXXXXXX as soon as this consultation notice is published against payment of a non-refundable sum of 10,000 CFA francs (ten THOUSAND CFA), payable at the Municipal Treasury, representing the cost of purchasing the tender file
Presentation of consultation file:
The tender file in two (02) volumes shall be enclosed in two sealed envelopes.
Ø Envelope A containing the administrative documents (Volume 1);
Ø Envelope B containing the technical and financial documents (Volume 2);
The two (02) volumes shall then be enclosed in a single sealed envelope bearing only the reference of the quotation in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour.
11. Submission of Files:
Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies should reach the Njikwa Council Office not later than 31/03/2026 at 10 AM local time and should carry the inscription:
TO THE CONTRACTING AUTHORITY
« REQUEST FOR QUOTATION N° 03/RQ/NCITB/NC/2026 OF 06/03/2026 FOR THE EQUIPPING OF GS BAKO AND GS EDOM WITH BENCHES, HEAD TEACHER’S TABLES AND CHAIRS, NJIKWA MUNICIPALITY, MOMO DIVISION, NORTH WEST REGION.”
To be opened only during the Tenders Board Opening session ».
The dead line of execution is Ninety (90) days from the date of notification for this Jobbing Order to begin.
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in this Consultation File, of an amount of 148,000 Francs CFA (ONE HUNDRED AND FORTY EIGHT THOUSAND francs CFA) and valid for thirty (30) days beyond the date of validity of bids.
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 31/03/2026 at 11 AM local time, at the Conference Hall of the council office designated by the Contracting Authority. Only bidders may attend or be represented by duly mandated persons of their choice
The bids will be evaluated exclusively of value added tax (EVAT) and all taxes inclusive (ATI) and accompanied by a signed model submission.
1. Absence of bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. False declaration or falsified documents;
4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
5. Incomplete financial file;
6. Change of quantity or unit;
7. Non respect of 33/44 (75%) of essential criteria;
8. Suspended by MINMAP in 2026.
9. Lack of tender purchase receipt.
10. Absence of a CDEC receipt,
11. Absence of certified true copy of certificate of categorisation if applicable ( NB: certified by MINMAP )
1- General presentation of the tender files;
2- Financial capacity;
3- References of the company in similar achievements;
4- Catalogue of equipment in colour including specifications and references;
5- Quality of trainer (personnel)
6- Draft jobbing odder duly filled initialed in all pages signed and dated on the last page.
This evaluation will be done in a Positive way (yes) or (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 feasible amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the panelised/eliminatory criteria and at least 75% of the essential criteria.
The bidder is bound by his bid for a period of sixty (60) days with effect from the deadline fixed for the submission of the bids.
Complementary technical information may be obtained during working hours at the Njikwa Council Office or contact Tel No: XXXXXXXXX