Within the framework of the 2025 Public Investment Budget BIP, the Mayor of Kumbo Council “Contracting Authority” hereby launches by emergency procedure an open National Invitation to tender for the construction of a modern ceremonial grand stand (PHASE 4) in Kumbo Municipality, Bui Division of the North-West Region
Work to be done consists of the construction of a modern ceremonial grand stand (PHASE 4) in kumbo municipality, bui division of the north-west region. The works include the following:
Lot 100: PREPARATORY WORKS AND STUDIES |
Lot 200: EARTH WORK |
Lot 300: FOUNDATION |
Lot 400: MASONARY - ELEVATION |
Lot 500: ROOF WORKS |
Lot 600: METALIC WORKS |
Lot 700: ELECTRICAL INSTALLATION |
Lot 800: PAINTING |
Lot 900: DRAINAGE AND PAVEMENT |
ENVIRONMENTAL MITIGATION MEASURES
S/N |
Project |
Locality |
Amount for bid bond |
Project Amount |
Budget Heads |
Duration in months |
01 |
the construction of a modern ceremonial grand stand (PHASE 4) in Kumbo |
Kumbo in Kumbo Municipality |
2,000,000 |
100,000,000 |
220120 |
04 |
S/N |
Project |
Locality |
Amount for bid bond |
Project Amount |
Budget Heads |
Duration in months |
01 |
the construction of a modern ceremonial grand stand (PHASE 4) in Kumbo |
Kumbo in Kumbo Municipality |
2,000,000 |
100,000,000 |
220120 |
04 |
Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned
The said Works shall be financed by the Public Investment Budget (BIP) 2024 financial year assigned to the Mayor of Kumbo Council as Contracting Authority with Budget Heads N°:220120
Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Kumbo Council Office of Award for Public Contract TEL: 670003577
The file may be obtained at the Kumbo Council office for the award of Public Contracts, Telephone TEL: 670003577as soon as this notice is published against payment of a non- refundable sum of (100,000) One hundred thousand CFA francs, payable at the Kumbo Council 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 marked as such, should reach the Kumbo Council at the Service for the award of Public Contracts, not later than the 07th March 2025 at 10.00 local time.
It should be labelled as follows:
“OPEN NATIONAL INVITATION TO TENDER
N°:001/ONIT/KC/KCITB/PIB-MINDDEVEL 2025 OF 31ST JANUARY 2025 FOR THE CONSTRUCTION OF A MODERN CEREMONIAL GRAND STAND (PHASE 4) IN KUMBO MUNICIPALITY, BUI DIVISION OF THE NORTH-WEST REGION (EMERGENCY PROCEDURE).
TO BE OPENED ONLY DURING THE BID OPENING SESSION”
The maximum execution deadline shall be four (4) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.
S/N |
Project |
Locality |
Amount for bid bond |
Project Amount |
Budget Heads |
Duration in months |
01 |
the construction of a modern ceremonial grand stand (PHASE 4) in Kumbo |
Kumbo in Kumbo Municipality |
2,000,000 |
100,000,000 |
220120 |
04 |
Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be older than three (3) months preceding the date of submission of bids 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 single phase. The opening of the administrative documents, Technical and Financial offers shall take place on the 07th March 2025 at 11:00 AM local time, by the Kumbo Council Internal Tenders Board in the Council Hall.
Only bidders may attend or be represented by duly mandated persons of their choice.
There are two types of evaluation criteria: eliminatory and essential criteria. The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.
i. Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
· Absence of an element in the administrative file after 48hrs from the date of opening bid;
· Deadline for delivery higher than prescribed;
· False declaration, forged or scanned documents;
· A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.
· Two Bids with the same personnel
· Incomplete financial file.
· Technical assessment mark lower than 75% of “Yes”.
ii. Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:
§ General presentation of the tender files;
§ References of the company in similar achievements;
§ Experience of Control Engineer staff ;
§ Logistics (Equipment);
§ Methodology;
§ Financial capacity;
§ Attestation of site visit signed by both the Project owner
§ Report of site visit signed by the Contractor
§ The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped);
§ Special Administrative Clauses completed (each page should be initialed and the last page signed and stamped);
§ Pre – Financing capacity not less than 75% of the amount required in the offer
The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).
Iii Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 75% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 75%of the essential criteria
The jobbing order shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 99 (a) of the public contracts code).
The bidders shall remain committed to their offers during a period of 150days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours at the Kumbo Council, Office of Award of Public Contracts.