Within the framework of the execution of the Public Investment budget 2026 exercise, the Mayor of Babadjou council launches in emergency procedure, on behalf tender FOR CONSTRUCTION OF PERMANENT REINFORCED CONCRETE BRIDGE IN THE VILLAGE OF NTOUNGHA, INCLUDING THE DEVELOPMENT OF ACCESS ROADS LOT 1
REHABILITATION OF AN AGRICULTURAL TRACK TO OPEN UP ACCESS TO THE LOCALITY OF LOUH LOT 2 IN BABADJOU COUNCIL, BAMBOUTOS DIVISION.
The works, which are the subject of this open national invitation to tender shall include:
- Preliminary works,
- Earthworks
- Foundation
- Assembly;
- Painting.
NB it includes all trades Indicate in the CCTP, BPU, and the DQE of this tender dossier
The estimated cost of the works is 80 000 000 (eighty million) for lot 1, 20 000 000 (twenty million) for lot 2,
The works shall constitute in two lots
Participation in this invitation to tender is open on equal terms to all Cameroonian law firms with expertise in the field of BTP works
The works that are the subject of this invitation to tender shall be financed by the Public Investment Budget 2026. IMPUTATION : LOT1 : 60 27 291 1 32000005 0411464211
LOT2 : 60 42 431 5 33000001 1070464211
The tender file may be consulted during working hours at the Babadjou council at (Service of publics work) upon publication of this Invitation to tender. Tel: 674330619/651260928
The file Tender Document can be obtained during working hours at the Babadjou council at (Service of publics work) against presentation of a receipt of payment at the Finance BABADJOU a non-refundable sum of one hundred thousand (100 000) CFA francs, representing the cost of acquisition of the Tender file.
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 bid drafted in English or in French in Seven (7) copies including one (1) original and six (6) copies shall be submitted at the Mayor of BABADJOU (Service of Publics contrat), , upon publication of this invitation to tender not later than 02/04/2026 at 09 a.m. local time deposited against a receipt and shall be labelled:
«Open National Invitation to Tender
N° 01/AONO/C-BBJ/SG/CIPM/26 AT THE 06/03/2026
Ø FOR CONSTRUCTION OF PERMANENT REINFORCED CONCRETE BRIDGE IN THE VILLAGE OF NTOUNGHA, INCLUDING THE DEVELOPMENT OF ACCESS ROADS LOT 1
Ø REHABILITATION OF AN AGRICULTURAL TRACK TO OPEN UP ACCESS TO THE LOCALITY OF LOUH LOT 2 IN BABADJOU COUNCIL, BAMBOUTOS DIVISION.
To be opened only during the bid-opening session»
NB: under penalty for rejection of their bid by the services of the project owner at the time of submission, all bidders must present a copy of the purchase receipt for the tender file, the original of which is in the offer
The maximum delivery deadline provided for by the Contracting Authority shall be four (04) months for lot 1 and three (03) for lot 2.
Each bidder must provide an act of provisional bid bond, valid for thirty (30) days beyond the validity date of the offers and will be established by a bank approved by the Minister in charge of Finance, the list is annexed. The amount of the bond of the lot1 is 80 000 (eighy thousand) francs, the bond of the lot 2 is 20 000 (twenty five thousand) francs. ’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 lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be con- sidered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted
The administrative documents, the technical offer and the financial offer must be placed in separate envelopes and submitted in a sealed envelope.
The Project Owner shall not accept:
· Bids bearing information on the identity of the tenderers;
· Bids submitted after the closing date and time for submission of bids;
· Envelopes without indication on the identity of the Invitation to Tender;
· Bids non-compliant with the bidding mode;
· Failure to comply with the number of copies specified in the RPAO or offer in copies only;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmis- sible. 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 pro- cedure
Bids shall be opened in one phase. The administrative, technical and financial bids shall be opened on the 06/03/2026 from 10 a.m. local time by the Commission for Public Procurement, in the presence of the bidders or their duly authorized representatives having full knowledge of the file.
Under pain of rejection, the administrative documents required, must be produced in originals or true copies certified by the issuing servicer an administrative authority (Divisional Officer…) in accordance with the Special Condition soft he invitation to tender.
They must not bolder than three preceding the original date of submission of bids (3) months or must not have been established after the signing 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 48(forty-eight) hours deadline granted by the Board, the file shall be rejected.
The opening of bids must take place no later than one hour after the deadline for receipt of tenders set out in the Tender File.
The evaluation criteria consist of two types: the eliminatory criteria and essential criteria.
1 Eliminatory Criteria
The Eliminatory criteria set out the minimum requirements for admission to the next essential evaluation criteria. Failure to comply with these criteria lead to rejection of the tender. These include :
a) Absence of Bid Bond at opening of bids;
b) Failure to submit, beyond the 48(forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond);
c) False declaration, fraudulent schemes falsified or forged documents ;
d) Obtain less than 70% of yes
e) Omission of a quantified unit price in the financial bid;
f) Absence of integrity charter dated and signed ;
g) Absence of a declaration of commitment to respect environmental and social clauses.
h) Absence in the technical bid of the declaration of the non-abandon of works over the last three (03) financial years.
2 Essential criteria
The essential criteria are those so-called primary key or to judge the technical and financial capacity of the candidates to perform the Works, subject of the Listing Application.
The main criteria for qualification details of which are found in Exhibit 12 of this DAO include:
The contracting authority will award the contracts to the bidder who submitted an offer that complies essentially with the tender documents, (having the technical and financial capabilities required to perform the contract satisfactorily) and whose offer was evaluated as the lowest, taking to account any discounts offered
Bidders shall be bound by their bids for a period of ninety (90) days with effect from the date of opening of bids
Further information may be obtained during working hours at the Babadjou council (service of public’s contract) or tel: 674330619/651260928