Within the framework of the 2026 Public Investment Budget, the Mayor of Mbengwi Council, Project Owner, on behalf of the Republic of Cameroon, hereby launches an Open National Invitation to tender, for the construction of four (04) boreholes at Mile17, Check Point, Slaughter House, and Njembeng in Mbengwi Subdivision, Momo Division of the North-West Region. It is a one lot call for tender
Works for each site comprise especially:
|
Lot 100: Preparatory works; |
|
Lot 200: Drilling works |
|
Lot 300: Design, cleaning, development and pumping test Lot 400: Installation of a solar pump system with a 2400Wp solar system, an AC/DC hybrid solar submersible pump with a minimum flow rate of 3.8m³/h and TMH of about 100m, a MPPT charge controller with automatic operation of 48A/12V, the lighting of the control room and other installation accessories; |
|
Lot 500: Installation of a pipeline with: - HDPE100 pipe Ø40mm NP10 to pump water from the borehole to the elevated storage tank and for main distribution; - HDPE100 Ø32mm NP10 to connect the tank to the valve chambers; - HDPE100 Ø25mm NP10 for the connection of the main line from the valve chambers to standpipes that will be constructed at 50m distance of the tower; |
|
Lot 600: Construction of water structures with: - Construction of two 2.8x2.8x6m height towers with pillars (30x30cm) chained at every 2.4m with cross beams (20x20cm) and three slabs of 20cm thick (one at the top of the control room as well as at the 6m height chaining and the other one at 4m height to carry the tank) in reinforced concrete dosed at 350Kg with a roof and embedded protected metallic ladder of 5.5m for each borehole; - Construction of two double standpipes equipped with valve chamber and a soak away pit ; - Equipment of each tower with a 5m³ Polyethylene vertical water storage tank; - Construction of one control valve chamber (50x50x50cm) in reinforced concrete inside the control room; Lot 700: Project sustainability with: - Training of two caretakers provided by the Mbengwi Council; - Supply of a complete tool box and spare parts. |
The estimated cost of the operation following preliminary studies is fifty million (50,000,000) FCFA.
Participation in this invitation to tender is restricted to all Cameroonian companies and business enterprises selected within the framework of a categorisation concerned that are in compliance with the Cameroon laws.
The works under this invitation to tender shall be financed by Public Investment Budget MINEE 2026 financial year(s), budget head No _______________
The hard copy of the file may be consulted free of charge during working hours in the services of the Project Owner at Mbengwi Council (SIGAMP service), P.O. Box, telephone, fax, e-mail) as soon as this notice is published. It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm).
The hard copy version of the file may be obtained from MBENGWI Council Office Secretariat SIGAMP service, P.O. Box, telephone, e-mail)] as soon as this notice is published against payment of a non-refundable sum of Fifty thousand (50,000) CFA Francs in accordance with the regulations in force, payable at the CAS- ARMP Special Account.
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 hard copy version of the file may be obtained from MBENGWI Council Office Secretariat SIGAMP service, P.O. Box, telephone, e-mail)] as soon as this notice is published against payment of a non-refundable sum of Fifty thousand (50,000) CFA Francs in accordance with the regulations in force, payable at the CAS- ARMP Special Account.
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 maximum time frame provided for by the Project Owner for the execution of works subject of this invitation to tender is four (04) calendar months for each lot. This time frame shall run from the date of notification of the administrative order to commence the services
Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of an amount of one million (1,000,000) CFA francs. It is not more than 2 % of the estimated cost of the contract all taxes inclusive (ATI), in accordance with the Order in force] and valid up to forty (40) days beyond the initial date limit of the validity of bids. ’The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall cause the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted.
Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of an amount of one million (1,000,000) CFA francs. It is not more than 2 % of the estimated cost of the contract all taxes inclusive (ATI), in accordance with the Order in force] and valid up to forty (40) days beyond the initial date limit of the validity of bids. ’The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall cause the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted.
The bids shall be opened in single phase and shall take place on 19/03/2026 at 11:00 am local time by the Project Owner Tenders Board in the conference hall of the Mbengwi Council. Only tenderers may attend this opening session or be represented by a person of their choice, duly authorised, even in case of a group of enterprises.
Under pain of being rejected, the required administrative documents must be submitted in originals or true copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations Governing the Invitation to Tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a forty-eight (48) hours deadline granted by the Board, the file shall be rejected.
1. Evaluation criteria
The bids shall be evaluated according to the main criteria as follows:
2. Eliminatory criteria
The eliminatory criteria include:
· Bid bond Backed by CDEC receipt;
· Failure to submit, beyond the forty-eight (48) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond);
· False declarations, fraudulent schemes or forged documents;
· Failure to comply with 75% essential criteria referring to the qualification threshold of technical bids;
· Failure to comply with bids file format;
· Absence of a quantified unit price in the financial offer;
· Absence of grading(categorisation) certificate if applicable; NOT APPLICABLE
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
3. Essential criteria
The essential criteria for the qualification of bidders shall focus especially on:
· Presentation of bid;
· Bidder’s references;
· Financial capacity; (Access to a line of credit or other financial resources, turnover, certificate of financial solvency);
· Personnel qualification and experience;
· Logistics means,
· Methodology.
This evaluation will be done in a binary way (yes) or (no) with an acceptable minimum of (75%) of the essential criteria taken in account.
The Project Owner shall award the contract to the bidder whose bid meets the required technical and financial qualification criteria and whose offer was evaluated as the lowest by including as the case may be, the rebates proposed. The maximum number of lots a candidate may be awarded is one.
A candidate may tender for one or several lots, but cannot be awarded more than one lots.
Bidders shall remain committed to their bids for 90 days from the initial deadline set for the submission of bids.
Additional information may be obtained during working hours from Mbengwi Council (SIGAMP service), P.O Box, telephone, fax, e-mail or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm.
For any denunciation of corruption attempt practices, facts or acts, please call the National Anti-Corruption Commission (NACC) on 1517, the Authority in charge of Public Contracts (MINMAP) (SMS or call) on (+237) 673 20 57 25 and 699 37 07 48, the ARMP on