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 Extension of electricity step down from GS Wumsom to Upper Wumnebit and Mbengbu Quarter in Njindom, Mbengwi Subdivision, Momo Division of the North-West Region. It is a one lot call for tender.
Works comprise especially:
ü construction of a medium voltage single phase line with 1x34.4mm2 Almelec cable, covering a distance of 700m;
ü construction of a MV/LV single phase mix line with 1x34.4mm2 Almelec and 4x25mm2 Aluminum cables and covering a distance of 80m;
ü construction of a transformation substation equipped with a H61-25kVA/17.32kV/B2 transformer;
ü construction of a low voltage single phase line with 4x25mm2 Aluminum cable covering a distance of 1,080m;
ü The Sundry expenses will consist of Clearing and pruning 7m width on each side of the network, Transportation of wooden poles, materials and workers.
The works are subdivided into one lot defined here below: Extension of electricity step down from GS Wumsom to Upper Wumnebit and Mbengbu Quarter in Njindom.
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(677825577), 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 SIGAMP service, P.O. Box, telephone(677825577), e-mail)] as soon as this notice is published against payment of a non-refundable sum of twenty-four thousand (20,000) 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
Each offer drafted in English or French in seven (07) copies including the original and six (06) copies marked as such, should reach the Mbengwi Council Office SIGAMP not later than 12/03/2026 at 10:00 noon local time and should carry the inscription:
<< OPEN NATIONAL INVITATION TO TENDER
N°01/ONIT/MBENGWICOUNCIL/ACITB/2026 OF 12/02/2026 FOR THE EXTENSION OF ELECTRICITY STEP DOWN FROM GS WUMSOM TO UPPER WUMNEBIT AND MBENGBU QUARTER IN NJINDOM, MBENGWI SUBDIVISION, MOMO DIVISION OF THE NORTH-WEST REGION.>>
“To be opened only during the bid-opening session”
- For submission online, the bid must be submitted by the bidder on the COLEPS platform or any other official electronic means of communication to be specified by the Project Owner latest on [deadline for receipt of bids] at [time limit]. 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”, in addition to the above-mentioned indication, within the deadline set.
File size and format
For online submission, 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.
The following formats are accepted:
· PDF format for text documents;
· JPEG for images.
The applicant shall make sure that he uses compressing software to possibly reduce the size of the files to be transmitted.
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 four hundred thousand (400,000) 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 thirty (30) 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 offer drafted in English or French in seven (07) copies including the original and six (06) copies marked as such, should reach the Mbengwi Council Office SIGAMP not later than 12/03/2026 at 10:00 noon local time and should carry the inscription:
<< OPEN NATIONAL INVITATION TO TENDER
N°01/ONIT/MBENGWICOUNCIL/ACITB/2026 OF 12/02/2026 FOR THE EXTENSION OF ELECTRICITY STEP DOWN FROM GS WUMSOM TO UPPER WUMNEBIT AND MBENGBU QUARTER IN NJINDOM, MBENGWI SUBDIVISION, MOMO DIVISION OF THE NORTH-WEST REGION.>>
“To be opened only during the bid-opening session”
- For submission online, the bid must be submitted by the bidder on the COLEPS platform or any other official electronic means of communication to be specified by the Project Owner latest on [deadline for receipt of bids] at [time limit]. 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”, in addition to the above-mentioned indication, within the deadline set.
File size and format
For online submission, 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.
The following formats are accepted:
· PDF format for text documents;
· JPEG for images.
The applicant shall make sure that he uses compressing software to possibly reduce the size of the files to be transmitted.
The bids shall be opened in single phase and shall take place on 12/03/2026 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.
The bids shall be evaluated according to the main criteria as follows:
1. Eliminatory criteria
The eliminatory criteria include:
· Absence of bid bond at the opening of bids; (the bid bond must be accompanied 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;
· Absence of the sworn statement for not having abandoned contracts during the last three years;
· Failure to comply with bids file format;
· Absence of a quantified unit price in the financial offer;
· Absence of grading(categorisation) certificate if applicable;
· Absence of an element in the financial offer (submission, BPU, DQE);
· Absence of integrity charter dated and signed;
· Absence of the dated and signed commitment statement to comply with environmental and social clauses.
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
2. 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 36/48 (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.
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.