Within the framework of the 2026 Public Investment Budget, the Mayor of BALI Council, Contracting Authority, on behalf of the Republic of Cameroon, hereby launches a REQUEST FOR QUOTATION to tender, FOR THE REHABILITATION OF SPRING CATCHMENT AT NGWANDIKANG IN BALI SUB DIVISION, MEZAM DIVISION IN THE NORTH WEST REGION. It is a single lot.
The works include the following:
|
100 Sit Installation 200 Construction works ; 300 Rehabilitation work 400 Piping network 500 Enviromental and mitigation measures |
|
600 Project Sustainability; |
The estimated cost after preliminary studies is fifteen million (15,000,000)FCFA.
The work is in a unique lot: THE REHABILITATION OF SPRING CATCHMENT AT NGWANDIKANG IN BALI SUB DIVISION, MEZAM DIVISION IN THE NORTH WEST REGION.
Participation is open under the same conditions to all Cameroonian enterprises that are in compliance with the Fiscal law and have the technical expertise in public works and construction
Theworks, subject of this invitation to tender, are financed by the Public Investments Budget MINEE 2026 budget head No_________________________
The tender file may be consulted at the SIGAMP service of Bali Council, during working hours, as soon as this tender notice is published.
The tender file may be acquired from the SIGAMP Office of Bali Council, Contract Award Service upon presentation of a non-refundable treasury receipt of thirty-five thousand (35,000) FCFA payable at the BALI Council Treasury representing the cost of the tender file.Such a receiptshall identify the payer as representing the company that wants to participate in the tender with the amount of the bid bond
Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the SIGAMP office not later than 09/04/2026 at 10:00 noon local timeand should carry the inscription:
<< REQUEST FOR QUOTATION
N°_01/RQ/NWR/MEZAM/BC/BCITB/2026 OF 17/03/2026
FOR THE REHABILITATION OF SPRING CATCHMENT AT NGWANDIKANG IN BALI SUB DIVISION, MEZAM DIVISION IN THE NORTH WEST REGION >>
“To be opened only during the bid-opening session”
The execution dateline is three (03) calendar month
The said guarantee must be accompanied by a receipt by CDEC in accordance with Circular letter No. 00000/19/L/MINMAP/of 5June 2024 relative to deposit. Each bidder must include in it administrative file a bid bond of 300,000 valid for 30 days
Under penalty of being rejected, only originals or certified true copies signed by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) 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 rejected. This refers especially to the absence of or insufficient bid bond issued by a first-rate bank approved by the Minister in charge of Finance, a certificate of categorisation under the competent sub sector and a valid copy of a CDEC receipt.
The bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 09/04/2026 at 11:00 am local time, in the conference hall of the BALI Council, by its competent Members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files.
10. Evaluation criteria
The bids shall be evaluated according to the main criteria as follows:
1. Absence or insufficient bid bond bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
4. Incomplete bids;
5. Change of quantity or unit in the financial file;
6. Non respect of 75% of essential criteria;
7. Suspended by ARMP.
8. Absence of a certificate of categorisation under the competent sub sector;
9. False declaration or forged document
10. Absence of a CDEC receipt;
11. No respect of 48hours given for the absence or non-conformity of any document in the administrative fille
1- General presentation of the Tender Files;
2- Financial capacity;
3- References of the company in similar achievements;
4- Quality of the personnel;
5- Technical organization of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation of site visit duly signed by honour of the bidder.
9- Special Technical Clauses initialed in all the pages;
10- Special Administrative Clauses completed and initialed in all the pages.
This evaluation will be done in a binary way (yes) or (no) with an acceptable minimum of 37/43 (75%) of the essential criteria taken in account.
The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.
This evaluation will be done in a binary way (yes) or (no) with an acceptable minimum of 37/43 (75%) of the essential criteria taken in account.
The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.
Complementary technical information may be obtained during working hours from the SIGAMP SERVICE OF BALI Council.
BALI on _______________