Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 26-03-2026 à 01:10
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE NKOR NONI
OPEN NATIONAL INVITATION TO TENDER N° 07/ONIT/MINDDEVEL/NKOR COUNCIL/NCITB/2026 OF 26/02/2026 FOR THE COMPLETION OF THE ENTEH COMMUNITY HALL, NKOR COUNCIL AREA, BUI DIVISION, NORTH WEST REGION, NKOR COUNCIL AREA, BUI DIVISION, NORTH WEST REGION (PHASE TWO)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2026 Public Investment Budget (PIB), the Mayor of Nkor Council “Contracting Authority” hereby launches by emergency procedure an open National Invitation to tender for the COMPLETION OF THE ENTEH COMMUNITY HALL, Nkor Council Area (PHASE TWO). This invitation to tender comprises one (01) lot as follows:

 

 

Lot N°

Project

Locality

Amount for bid bond

Project Amount

 

(FCFA)

 

Budget Head

Duration in months

01

COMPLETION OF THE ENTEH COMMUNITY HALL (PHASE TWO)

MBINON

300,000

15 000 000

 

04

2.Consistance des prestations New(Additif)

Work to be done consists of the COMPLETION OF THE ENTEH COMMUNITY HALL, Nkor Council Area, Bui Division (PHASE TWO). The works include the following:

Lot 100: Preparatory works and studies

 

Lot 200: Earth Works

 

Lot 300: Carpentry works

 

Lot 400: Plumbing and tilling works

 

Lot 500: Solar energy

 

Lot 600: Painting

Lot 700: Drainage works

 

 

3.Cout Prévisionnel New(Additif)

 

Lot N°

Project

Locality

Amount for bid bond

Project Amount

 

(FCFA)

 

Budget Head

Duration in months

01

COMPLETION OF THE ENTEH COMMUNITY HALL (PHASE TWO)

MBINON

300,000

15 000 000

 

04

4.Allotissement New(Additif)

 

Lot N°

Project

Locality

Amount for bid bond

Project Amount

 

(FCFA)

 

Budget Head

Duration in months

01

COMPLETION OF THE ENTEH COMMUNITY HALL (PHASE TWO)

MBINON

300,000

15 000 000

 

04

5.Participation et origine New(Additif)

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.

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIB) of MINDDEVEL for the 2026 financial year assigned to the Mayor of Nkor   Council as Delegated Authorizing officers with Budget Head: ________________________________________

7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Nkor council.

8.Acquisition du Dossier New(Additif)

The file may be obtained at the Nkor Council, at the Service for the award of Public Contracts, Telephone N0 679824918 as soon as this notice is published against payment of a non- refundable sum of (50 000) Fifty Thousand FCFA, payable at the Council Treasury Nkor representing the cost of purchasing the tender file

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach Nkor Council, Service for the award of Public Contracts, not later than 25/03/2026 at 10.00 am local time. It should be labelled as follows:

“OPEN NATIONAL INVITATION TO TENDER

 

N° 07/ONIT/MINDDEVEL/NKOR COUNCIL/NCITB/2026 OF 26/02/2026 FOR THE COMPLETION OF THE ENTEH COMMUNITY HALL, NKOR COUNCIL AREA, BUI DIVISION, NORTH WEST REGION, NKOR COUNCIL AREA, BUI DIVISION, NORTH WEST REGION (PHASE TWO)

 

TO BE OPENED ONLY DURING THE BID OPENING SESSION

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be four (04) calender months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach Nkor Council, Service for the award of Public Contracts, not later than 25/03/2026 at 10.00 am local time. It should be labelled as follows:

“OPEN NATIONAL INVITATION TO TENDER

 

N° 07/ONIT/MINDDEVEL/NKOR COUNCIL/NCITB/2026 OF 26/02/2026 FOR THE COMPLETION OF THE ENTEH COMMUNITY HALL, NKOR COUNCIL AREA, BUI DIVISION, NORTH WEST REGION, NKOR COUNCIL AREA, BUI DIVISION, NORTH WEST REGION (PHASE TWO)

 

TO BE OPENED ONLY DURING THE BID OPENING SESSION

 

12.Recevabilité des Offres New(Additif)

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

 

13.Ouverture des Plis New(Additif)

The bids shall be opened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on the 27/03/2026 at 11 am local time, by the Nkor Council Internal Tenders Board in the Nkor Council Conference Hall.

Only bidders may attend or be represented by duly mandated persons of their choice.

14.Critères d'évaluation New(Additif)

Evaluation criteria

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 to 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;

·         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 80% 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 supervisory staff            ;

§     Logistics (Equipment);

§     Methodology;

§     Financial capacity;

§     Attestation of site visit signed by the Contractor

§     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 80% 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 realistic amount, in conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 80% of the essential criteria

 

15.Attribution New(Additif)

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 realistic bid and technical quality. (See article 33 of the public contracts code).

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours at the Nkor Council, Service of award of Public Contracts.                                                      

 

The maximum execution deadline provided for by the Contracting Authority shall be One Hundred and Twenty (120) days maximum, as from the date of notification of the Service Order.

BAMENDA Le 26-02-2026
Le MAYOR
NCHANYI NDI Germanus