Within the framework of the execution of 2026 Budget, The City Mayor of the Bamenda City Council, hereby launches an Open National Invitation to tender for the maintenance of some earth road within Bamenda Mezam Division lot 1 & lot2.
The works to be done shall include: Site installation, Clearing and cleaning of road sides, Scarification and rapid grading, Filling some very bad portions along some streets, and the execution of base course with laterite.
The estimated cost after preliminary studies stands at one hundred and seventy-nine million nine hundred and fifty three thousand three hundred and twenty-five (179,953,325) Francs for lot 1 and one hundred and seventy two million nine hundred and forty- four thousand four hundred and seven (172,944,407) Francs CFA for lot 2 inclusive of all taxes
1. Lots
|
|
ROAD STRETCH |
DISTANCES IN (KM) |
|
LOT 1 (8.70KM) |
STRETCH 1: MULASAMBA - CHOMBA PALACE |
4.00 |
|
STRETCH 2: LA-MU-KWIFOR TO NSONGWA PLALACE |
1.00 |
|
|
STRETCH 3: MILE 90 TO MBATU PALACE |
3.70 |
|
|
LOT 2 (10.10) |
STRETCH 4: MANKON PALACE - END OF TAR ALACHU |
2.50 |
|
STRETCH 5: ; RENDEZ VOUS JUNCTION - COW BOY - MILE 6 MANKON AND TO FORMER COUNCIL GATE AND END OF TAR MULANG |
4.60 |
|
|
STRETCH 6: COUNTY SECONDARY SCHOOL – CATHOLIC CHURCH ALAMATU |
2.50 |
|
|
STRETCH 7: BELOW NI JOHN FRU NDI'S RESIDENCE TO MBEAUH QUARTER |
0.5 |
Participation to this Invitation to tender is opened to all National companies that are categorized with experience in the field of building construction and public works
The works under this invitation to tender shall be financed by the Bamenda City council 2026 Budget Head 23511.
The tender documents may be consulted during working hours at SIGAMP Service of Bamenda City Council, Tel: 233 36 12 67.
It may equally be consulted online on the COLEPS platform at the following addresses:
http://www.marchespublics.cm and http://www.publiccontracts.cm upon publication of the invitation to tender.
The file may be obtained from the SIGAMP Services of Bamenda City Council, Tel: 632 36 12 67 upon publication of the invitation to tender against payment of the non-refundable sum of one hundred and twenty thousand (120,000) Francs CFA for lot 1 and one hundred and eighteen thousand (118,000) Francs CFA for lot 2 payable at Bamenda City Council Treasury under the budgetary head 712 101.
Each bid drafted in English or French shall be submitted exclusively only on the COLEPS platform www.publiccontracts.cm or www.marchespubliques.cm, not later than 10/04/2026 at 10 am server time. All bids should be in PDF format. A back-up copy of the tender recorded on a USB
key or CD/DVD must be sent in a sealed envelope with the clear and legible indication “back-up copy”,
File size and format
The maximum sizes of the documents that will transit on the platform and constitute the tenderer‟s offer are the following:
• 5 MB for the Administrative file;
• 15 MB for the Technical Offer; 5 MB for the Financial Offer.
• A physical original copy of the administrative bids.
The applicant shall make sure that he uses compressing software to possibly reduce the size of the files to be transmitted. 13. Admissibility of bids
For fear of being rejected, only scanned originals or certified true copies by the issuing services or Administrative Authorities 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. Except the attestation issued by National Social Insurance (NSIF) Fund whose validity is one month
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially but not limited to the absence of a bid bond accompanied by a CDEC receipt issued by a first-rate bank approved by the Minister in charge of Finance.
The maximum time frame provided for by the Project Owner for the execution of works subject of this invitation to tender is three (03) calendar months for each lot. This time frame shall run from the date of notification of the service order to start work.
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 three million five hundred and ninety nine thousand one hundred (3,599,100) CFA for lot1 and three million four hundred and fifty eight thousand nine hundred (3,458,900) CFA francs for lot 2, and valid up to thirty (30) days beyond the initial date limit of the validity of bids bearing a fiscal stamp accompanied by a CDEC receipt. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.
For fear of being rejected, only scanned originals or certified true copies by the issuing services or Administrative Authorities 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. Except the attestation issued by National Social Insurance (NSIF) Fund whose validity is one month
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially but not limited to the absence of a bid bond accompanied by a CDEC receipt issued by a first-rate bank approved by the Minister in charge of Finance.
The Project Owner shall not accept:
Bids non-compliant with the bidding method or recommended file format;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a financial body or institution approved by the Minister in charge of Finance to issue bonds for public contracts or the failure to comply with the model documents of the Tender File shall lead automatically to the rejection of the bid without any other procedure. A bid bond submitted but not relating to the consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted. A bond without a hand written endorsement bearing a fiscal stamp and accompanied by CDEC receipt.
The Administrative documents, Technical and Financial bids shall be opened in a single phase on the 10/04/ 2026 at 11am, local time, by the Bamenda City Council Internal Tenders Board, at the conference hall of the Board in the Bamenda City Council in Mulang.
Bidders may attend or be represented by a duly mandated person having a sound knowledge of the bid and come along a back-up copy of their bids in a USB key sealed in an envelope and an original of the administrative bids.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be rejected.
14. Evaluation criteria
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 technical bids; Ø 3rd Stage: Analyses of Financial
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 technical bids; Ø 3rd Stage: Analyses of Financial bids.
§ absence or insufficient bid bond at the bid opening session not endorse, not bearing a fiscal stamp accompanied by a CDEC receipt;
§ failure to submit a document in the administrative file that is deemed to be non-compliant or missing after the deadline of 48 hours after the opening of bids excluding bid bond;
§ false declarations, fraudulent schemes or forged documents;
§ failure to meet four (4) of the six (6) essential criteria;
§ No categorization certificate;
§ non-compliance with the file format of the offers;
§ the absence of a quantified unit price in the financial offer;
§ absence of a grading (categorisation certificate);
§ absence of an element in the financial offer (submission SUP, BQE);
§ the absence of the Integrity charter;
§ Absence of the declaration statement to comply with social and environmental clauses.
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 contract shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of technical quality and lowest bid, confer article 99 of the public contracts code.
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 during working hours at SIGAMP Services of Bamenda City Council, Tel: 233 36 12 67 or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm,
20. Fight against corruption and malpractices
For any denunciation of corruption attempt practices, facts or acts, please call the National AntiCorruption 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 ……………. or the PO on 233 36 12 67