The Lord Mayor Jakiri Council; CONTRACTING AUTHORITY, initiates on the behalf of the Republic of Cameroon, an Open National Invitation to tender for the realization of the operation mentioned above:
Within the framework of Construction/Reconstruction of Collapsed Engineering Structures, the Project Owner or Owner hereby launches an Open National Invitation to tender for the CONSTRUCTION OF FAAKUI WATER SCHEME IN JAKIRI- COUNCIL, BUI DIVISION OF THE NORTH WEST REGION.
Work to be done consists of the CONSTRUCTION OF FAAKUI WATER SCHEME in Jakiri Council Area, Bui Division. The works include the following:
ü SITE INSTALLATION
ü CATCHMENTS AND CHAMBERS
ü DISTRIBUTION NETWORK
ü PIPE LINE CONSTRUCTION
ü HYDRAULIC ASSESSORIES
ü IMPACT ENVIRONEMENTAL
|
N° |
Project Name |
Estimated Cost including (TTC) in Fcfa |
|
1 |
Construction of Faakui Water Scheme in Jakiri- Council, Bui Division Of The North West Region. |
85,000,000 |
The estimated cost of the operation following preliminary studies is Eighty Five Million, (85,000,000) Francs CFa.
Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon.
The Works on this tender are funded by 2026 MINEE BUDGET The previewed cost of the entire works of this Open National Invitation to tender is: Eighty Five Million, (85,000,000) Francs CFa all taxes included.
The hard copy of the file may be consulted free of charge during working hours in the services of the PO/DPO at the JAKIRI Council premises as soon as this notice is published.
This receipt should be able to identify the buyer as the representative of the bidder, wishing to participate in the consultation.
The hard copy of the Tender file may be obtained from the Jakiri Council premises as soon as this notice is published against payment of a non-refundable sum of One Hundred Thousand (100,000) Francs CFA Francs, payable at the Jakiri Council Treasury.
During the acquisition of the tender file, the bidder will fill in the register indicating his complete address (PO Box, Telephone number, fax, Email).
It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees.
The bid documents will be presented in three envelopes as illustrated bellow:
The Envelope A containing Administrative documents (volume 1);
The Envelope B containing Technical documents (Volume 2);
The Envelope C containing financial documents (Volume 3).
All constituted documents (Envelopes A, B and C), will be put in a big sealed envelope bearing only the title of the Open national invitation to tender.
The various documents in each bid will be numbered in the order of the tender file and with separators of different colors other than white.
1. SUBMISSION OF BIDS :
Each bid, prepared in English or in French in (07) seven copies, that is (01) one original and (06) six copies noted as such, shall be forwarded to the contracting authority, notably to the Secretariat of Jakiri Council Tenders board, situated at the JakirI Council latest the : 18/02/2026 at 10:00am local time bearing
OPEN NATIONAL INVITATION TO TENDER
N° 06/ONIT/JAKIRI COUNCIL/JCITB/2026 OF 23/01/2026
FOR THE CONSTRUCTION OF FAAKUI WATER SCHEME IN JAKIRI- COUNCIL, BUI DIVISION OF THE NORTH WEST REGION To be opened only during session.
The maximum time frame provided for by the Project Owner for the execution of works subject of this open national invitation to tender is Four (04) calendar months. This time frame shall run from the date of notification of the administrative order to commence the services.
The offer must include temporary caution (bid bond) which is valid for ninety (90) days from the date of bid opening and done following the sample indicated in this Tender File and issued by a financial body of first category authorized by the Minister in charge of Finance to issue bonds for public contracts. The amount of the bid bond is indicated in the table below:
|
No |
Amount in Figures(Fcfa) |
Amount in Words (Fcfa) |
|
1 |
1,000 ,000 |
One million |
To avoid reject, the bid bond has to be an original copy which is less than three months.
The bid bond will released for unsuccessful bidders once the publication of the award is done. In case the bidder is attributed the contract, the bid bond will be released only when the final bond has been produced. Bank cheques (even certified) will not be accepted in place of the bid bond. The Bid bond will be validated by a receipt of deposit at CDEC.
Bids that will be submitted after the date and time mentioned above or those that will not respect the separation model indicated in the different documents in each bid shall not be accepted.
All the bids that are not conform to the prescriptions of this tender file shall not be accepted.
The absence of the stamped bid bond drawn up using the model proposed in the tender file and issued by a bank or an insurance company accredited to issue bonds within the framework of public contracts, valid within Ninety (90) days.
To avoid being rejected, the required Administrative documents will be imperatively produced in original or in certified true copies by the issuing service, in conformity with the stipulation of the rules and regulations of this tender.
These Administrative documents have a validity period of three (03) months. This validity period has to begin after the date of the launching of the tender.
11/03/2026 AT 11.00
1. MAIN CRITERIA OF EVALUATION OF THE BIDS :
17-1- : ELIMINATORY CRITERIA:
A-Administrative Documents
a) Absence during bid opening session of original copy of bid bond issued by a first-class financial organization authorized by the Ministry of Finance to issue Bid Bonds within the framework of public Contracts; BACKED BY CDEC RECEIPT
b) Non-conformity after a period of 48 hours following the deposit of bids, of at least one Administrative document;
B-Technical Documents
a) Absence of the declaration by the bidder attesting that the latter has not abandoned any contract within the last three(03) years, and that he does not future in in the list of non-performant companies established by MINMAP.
b) Absence of integrity chart dated and signed.
c) Absence of declaration on the engagement to respect environmental clauses;
d) Absence of financial capacity drafted with respect to the COBAC model issued by first class bank approved by the Minister of Finance;
|
No |
Amount in figures Fcfa |
Amount in Words Fcfa |
|
1 |
1,000,000 |
One million |
e) Did not validate 2/3 of the essential criteria and obligatorily the equipment criteria;
f) Did not have the minimum required equipment
· A dump Truck
· Concrete Mixer
· Concrete Vibrators
· Manual compactors
· A Pick Up 4 x 4
g) Absence of attestation of site visit dated, stamped and signed by the bidder;
h) Absence of categorization certificate issued by MINMAP
i) Proof of acceptance of clauses within the contract
C-Incomplete financial bid for absence of one of the following documents:
a) Unit Price breakdown non-conform with that of the tender file ;
b) The unit price schedule non-conform with that of the tender file;
c) Absence of a quantified price in the financial offer;
d) Absence of an element in the financial offer (the tender letter, the Unit Price Schedule, the Bill of Quantities and cost Estimates.
D-General Eliminatory Criteria:
a) Absence of the soft copy of the bid or non-respect of the format for the files
b) Absence of original copy of bid bond
c) False déclaration, falsified documents or non authentic, fraudulent practices
17-2 : Essential criteria :
The technical bids will be evaluated according to the following ten (10) main criteria:
a. Key personnel of the enterprise on three (03) criteria ;
b. The site equipment to be mobilized on five (05) criteria ;
c. The Enterprise references on two (02) criteria.
NB: A civil servant without any justification of secondment from the public service will not be evaluated;
The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.
The Project Owner has the discretion not to award the contract to a bidder who has an ongoing contract within the zone, having non satisfactory performances (cancelled or abandoned) or a bit satisfactory (Formal notice with evaluation being unsatisfactory or a notified evaluation of noncompliance within six months of award or contract cancellation underway)
The bidders remain engaged to their offer within Ninety (90) days from the submission date of the bids.
A bidder can be attributed just one (01) lot given that the bid is for a single lot.
Additional information in relation to technical details can be obtained at the office of the contracting authority, notably The Mayor of Jakiri Council. Tel: 676 627, 995
For all reports on practice, acts of corruption or malpractice, you can contact the National Anti-Corruption Agency on 1517, Authority in charge of Public Contracts(MINMAP) (sms or call) on: (+237) 673 20 57 25 and 699 37 07 48.