Within the framework of the execution of the 2026 and 2027 state budget, the State of Cameroon represented by the Mayor of NKAMBE Council hereby launches an open national invitation to tender for the CONSTRUCTION OF THE BRIDGE ON THE MANSOH QUARTER – ISLAMIC SCHOOL – INTER NJEMA ROAD (12,00 LM), Nkambe Subdivision, Donga-Mantung Division, North West Region.
Work to be done consists of:
Ø Site installation
Ø Cleaning and earth movement
Ø Drainage works
Ø Engineeering structures
Ø Equipment and signalisation
Ø Divers works
4) The estimated cost after preliminary studies for the works stands at (200,000,000) fcfa
|
Subject |
Phase 1 : Amount for 2026 |
Phase 2 : Amount for 2027 |
Total Amount |
|
CONSTRUCTION OF THE BRIDGE ON THE MANSOH QUARTER – ISLAMIC SCHOOL – INTER NJEMA ROAD (12,00 LM), Nkambe Subdivision, Donga-Mantung Division, North West Region. |
80,000,000 FCFA |
120,000,000 FCFA |
200,000,000 |
The work is in one (1) lot but in phases (2026 and 2027) as follows; - CONSTRUCTION OF THE BRIDGE ON THE MANSOH QUARTER – ISLAMIC SCHOOL – INTER NJEMA ROAD (12,00 LM), Nkambe Subdivision, Donga-Mantung Division, North West Region
Participation in this invitation to tender is open to competent Cameroonian enterprises that are in compliance with the fiscal laws and who are not currently excluded from public procurement.
The said works shall be financed as per the programmed budget of the 2026 and 2027 of the Republic of Cameroon under the Ministry of Public Works – Road Fund; assinged to the Mayor of Nkambe Council.
The Tender documents may be consulted immediately after publication of this invitation to tender from the Services of the Contracting Authority (Service in charge of the award of contracts of Nkambe Council), The COLEPS platform or ARMP website
|
Subject |
Locality |
Bid Bond |
Tender fee |
|
CONSTRUCTION OF THE BRIDGE ON THE MANSOH QUARTER – ISLAMIC SCHOOL – INTER NJEMA ROAD (12,00 LM), NKAMBE Subdivision, Donga-Mantung Division, North West Region. |
NKAMBE Subdivision |
4,000,000 fcfa |
400,000 fcfa |
The Tender file may be obtained from the Premises of the Contracting Authority (Service of Contracts award) of Nkambe Council as soon as this notice is published against payment of a non-refundable sum of four hundred thousand (400,000) CFA francs, and payable at Municipal Treasury of Nkambe
: Each bid written in English or French shall be signed by the bidder or by a duly authorized representative and presented in Seven (7) copies, that is one (01) original and six (06) copies labelled as such. These shall be submitted in one external envelope - sealed, containing three (3) internal envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical file and Envelope C: Financial file. The electroinic version of the Bid must be included in the envelope. The sealed external envelope shall bear no information about the company and shall reach the Service of contracts award of Nkambe Council not later than the 19/02/2026 at 10:00am local time and note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic. The sealed pack shall bear the following inscriptions:
OPEN NATIONAL INVITATION TO TENDER NO012/ONIT/NWR/DMD/NC/NCITB/2026 OF 21/01/2026 FOR THE CONSTRUCTION OF THE BRIDGE ON THE MANSOH QUARTER – ISLAMIC SCHOOL – INTER NJEMA ROAD (12,00 LM), NKAMBE SUBDIVISION, DONGA-MANTUNG DIVISION, NORTH WEST REGION
(To be opened only during the bids opening session)
The maximum deadline for the execution provided for by the Contracting Authority shall be four months (120 calendar days) for each phase, with effect from date of notification of the Administrative Order to start works of the said phase.
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 validated by CDEC- the list of which is found in document No.12 of the Tender File, in the amount of four million (4,000,000) francs CFA, and valid for thirty (30) days beyond the deadline of validity of bids.
At the risk of being rejected, only originals or certified true copies by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced in accordance with the Special Regulations of this Invitation to Tender. They must not be more than three (3) months old as at the date of submission of bids or must not be established before 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 and validated by CDEC.
The bids shall be opened in a single phase, in the conference hall of Nkambe COUNCIL, on19/02/2026 at 11:00am. Only bidders or their authorized representatives, having a perfect knowledge of the file may attend the bids opening session. Any bid which shall not comply with the requirements of the Tender File shall be rejected
The evaluation of bids shall be carried out in three stages:
Ø 1st Stage: verification of the conformity of each administrative document;
Ø 2nd Stage: Evaluation of technical bids;
Ø 3rd Stage: Analyses of Financial bids.
The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
- Absence of a document in the administrative file; and not submitted within 48hourse opon request
- Bids submitted after the deadline for submission;
- Deadline of execution more than the prescribed;
- False declaration or falsified documents;
- External envelope bearing identification marks of the Bidder;
- Absence of, or insufficient non complience Bid bond;
- Omission of a quantified task on the bill of quantities and cost estimates;
- Enterprices suspended from Public Procurement
- Failure to obtain at least 75% in the evaluation of the technical proposal.
- Power of attony where appicable;
- Group aggreement where applicable;
- Special administrative cleanse visa on all pages, signed, dated ansd stamp on the last page.
- Absence of A FIELD REPORT SINED BY THE SERVICE PROVIDER IN HIS HONOUR CLEARLY INDICATING DUE DELIGENCE AND SUFFFICIENT UNDERSTANDING OF THE LOCAL SECURITY CONTEXT
14.2. Main Qualification criteria: The criteria relating to the qualification of candidates could indicatively be on the following:
· Financial situation
· Experience
· Personnel
· Equipment.
· Methodology/organization of the site
The evaluation will be done in a purely binary manner - (yes) or (no). The contract shall be awarded to the bidder who would have obtained a minimum technical score of 75% in the essential criteria and 100% in the eliminatory criteria, taken in consideration and who would have proposed a bid with the reasonably lowest amount, in conformity with the regulations of the tender documents
Bidders shall remain committed to their offers for a period of ninety (90) days from the last date of the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their submission deadline.
Additional (supplementary) technical information may be obtained during working hours from the service for the award of contracts at the Nkambe Council