Within the framework of the execution of Public Investment Budget (PIB) of 2026-2027 financial year, The Lord Mayor of Kumba I Sub Divisional Council (the Contracting Authority) hereby lau elles n Open
National Invitation to Tender N°: 08/ONIT/KUMBA I COUNCIUMEME/ITB/2026 OF (:$ FOR
THE MAINTENANCE OF THE KUMBA I SENIOR DIVISIONAL OFFICE-PRIMARY AND
SECONDARY SCHOOL ROAD SECTION 1.2KM, AND THE CONSTRUCTION OF A BRIDGE OVER
THE MBONGE 16-MPENGUE VILLAGE ROAD SECTION) (PHASE 2&3) IN KUMBA I SUB
DIVISION, MEME DIVISION, SOUTH WEST REGION
|
Project |
Locality |
Project Amourtt (Fcfa) |
Amount For Bid |
Du ration In Months |
1.car |
|
|
2026 |
2027 |
|||||
|
MAINTENANCE OF THE |
NJUKI UP‑ |
|
|
|
|
|
|
KUMBA I SENIOR |
STATION |
80,000,000 |
75,000,000 |
1,000,000 |
Oit.. |
2026-2027 |
|
DIVISIONAL OFFICE‑ |
|
|
|
|
|
|
|
PRIMARY AND |
|
|
|
|
|
|
|
SECONDARY SCHOOL |
|
|
|
|
|
|
|
ROAD SECTION 1.21:\1. |
|
|
|
|
|
|
|
AND THE CONSTRUCTION |
|
|
|
|
|
|
|
OF A BRIDGE OVER THE |
|
|
|
|
|
|
|
MBONGE 16-MPENGUE |
|
TOTAL: 155,000,000 |
|
|
|
|
|
VILLAGE ROAD SECTION |
|
|
|
|
|
|
|
) (PHASE Me.:,) IN KUMBA I |
|
|
|
|
|
|
|
'3U/3 D iVISION, MEME ii1VISION, SOUTH wss'r |
|
|
|
|
|
|
|
71EGIDN |
|
|
|
|
|
|
Thc works comprise notably the MAINTENANCE OF THE KUMBA I SENIOR DIVISIONAL OFFICE-PRIMARY AND SECONDARY SCHOOL ROAD SECTION 1.2KM, AND THE CONSTRUCTION OF A BRIDGE OVER THE MBONGE 16-MPENGUE VILLAGE ROAD SECTION ) (PHASE 2&3) IN KUMBA I SUB DIVISION, MEME DIVISION, SOUTH WEST REGION
|
1,000,000 |
Oit.. |
2026-2027 |
||||
|
DIVISIONAL OFFICE‑ |
|
|
|
|
|
|
|
PRIMARY AND |
|
|
|
|
|
|
|
SECONDARY SCHOOL |
|
|
|
|
|
|
|
ROAD SECTION 1.21:\1. |
|
|
|
|
|
|
|
AND THE CONSTRUCTION |
|
|
|
|
|
|
|
OF A BRIDGE OVER THE |
|
|
|
|
|
|
|
MBONGE 16-MPENGUE |
|
TOTAL: 155,000,000 |
|
|
|
|
|
VILLAGE ROAD SECTION |
|
|
|
|
|
|
|
) (PHASE Me.:,) IN KUMBA I |
|
|
|
|
|
|
|
'3U/3 D iVISION, MEME ii1VISION, SOUTH wss'r |
|
|
|
|
|
|
|
71EGIDN |
|
|
|
|
|
|
The tender is opened to duly legalized Cameroonian enterprises that fulfil the requirements of this invitation to tender.
The said Works shah be financed by the Public Investment Budget (PIB) of the MINISTRY OF PUBLIC WORKS-ROAD FUND for the 2026-2027 financial year assigned to the Mayor of Kumba I Sub Divisional
Council as Contracting Authority with Budget Heads Provision: One hundred andfifty Pive million (F.cfa 155,000,000) tas inclusive
Interested eligible bidders may obtain further information during working hours as from the date of publishing of this tender notice, at the service of Developmenticontracts office of the Kumba I Council Door 209. Contact; 677773366; 678672844
The complete tender file may be obtained from the Development/Contract office — KUMBA I Council Door 209 upon presentation of a treasury receipt attesting to the payment of a non-refundable swn of one hundred and fifty thousand (150,000) FCFA into the Kumba I Council Trcasury
Each bid drafted in English or French in seven (07) copies including one (01) original and Six (06) copies marked s s ch, should reach the Development/Contracts Office for Kumba I Council, against a receipt not
later than 28/04/2026 at 10:00am local time in three (03) distinct envelops which shah be labelled as follows:
Envelop A: Administrative documents:
Envelop B: Technical offer;
Envelop C: Financial offer.
These three (03) envelops will be put in a fourth one which shah be labelled imperatively as follows:
OPEN NATIONAL INVITATIO TO TENDER
N°: 08/ONIT/KUMBA I COUNCIL/MEME/ITB/2026 OF06/04/2026 2026 FOR THE MAINTENANCE OF
THE KUMBA I SENIOR DIVISIONAL OFFICE-PRIMARY AND SECONDARY SCHOOL ROAD
SECTION 1.2KM, AND THE CONSTRUCTION OF A BRIDGE OVER THE MBONGE 16-MPENGUE
VILLAGE ROAD SECTION) (PHASE 2&3) IN KUMBA I SUB DIVISION, MEME DIVISION, SOUTH
WEST REGION
(THROUGH THE EMERGENCY PROCEDURE)
"To be opened only during the bid opening session
The maximum period provided for the execution of the works by the Authorising Officer is fixed at: Four (4) months
Each bidder must include in luis administrative documents, a bid bond issued by CEDEC Yaounde of an arnount of one million FCA (1,000,000 Frs) CFA vaIid for thirty (30) days beyond die date of validity of offers.On pain of being rejected, only originals or truc copies certified 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 be not older than three (3) months preceding the date of submission of of ers or may be established after the signature of the tender notice
Any offer not in confonnity with the prescriptions of this notice and tender file shah be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance or the non-respect of the models of the tender file documents shall lead to a pure and simple rejcction of the offer.
Each bid drafted in English or French in seven (07) copies including one (01) original and Six (06) copies marked s s ch, should reach the Development/Contracts Office for Kumba I Council, against a receipt not
later than 28/04/2026 at 10:00am local time in three (03) distinct envelops which shah be labelled as follows:
Envelop A: Administrative documents:
Envelop B: Technical offer;
Envelop C: Financial offer.
These three (03) envelops will be put in a fourth one which shah be labelled imperatively as follows:
OPEN NATIONAL INVITATIO TO TENDER
N°: 08/ONIT/KUMBA I COUNCIL/MEME/ITB/2026 OF06/04/2026 2026 FOR THE MAINTENANCE OF
THE KUMBA I SENIOR DIVISIONAL OFFICE-PRIMARY AND SECONDARY SCHOOL ROAD
SECTION 1.2KM, AND THE CONSTRUCTION OF A BRIDGE OVER THE MBONGE 16-MPENGUE
VILLAGE ROAD SECTION) (PHASE 2&3) IN KUMBA I SUB DIVISION, MEME DIVISION, SOUTH
WEST REGION
(THROUGH THE EMERGENCY PROCEDURE)
"To be opened only during the bid opening session
The bids shah be opened in a single (01) phase on the,. 28/04/2026 at 11.00am local time by the Tender Board
of the Kumba I Council in the Kumba I Council conference hall, in the presence of the bidders or duly authorized representatives having full knowledge of the file (power of attorney).
There are two types of evaluation criteria: eliminatory criteria and essential criteria. The aim of this criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid clown in the Tender File.
A/Eliminatory Criteria.
A bid shah be rejected if:
- The non-respect of article 92 sub 9 of the public contract code;
- It lacks an Administrative document:
- Insufficient or Absent of amount of bid bond
The technical score is less than the minimum required;
It has a fake or forged document;
It lacks a quantified unit price;
It carnes a false information.
It does not respect the model documents
NB: when an administrative document is missing or found to be non- compliant during the bid opening session, the
bidder shah have 48hrs (fony cight hours) to produce or replace the document coneerned. However any hid
without bid bond during the bid opening session shah be rejected.
B/Essential Criteria.
Essential criteria are primordial in the judgrnent 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 file,
· References of the company in the similar achievements,
· Experience of supervisory staff,
· Logistics (equipment),
· Methodology,
· Financial capacity,
· Attestation of site visit signed by the bidder,
· Report of site visit signed by the bidder,
· The Special Administrative clauses (SAC), each page should be initialled and the last page signed and stamped by the bidder.
· The Special Technical Clauses (STC). Each page should be initialled and the hast page signed and stamped.
·
Pre-financing capacity not less titan 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).
C/Main qualification Criteria.
The criteria for qualification of candidates should be on the following:
- Access to credit or other fmancial sources (75% of project amount tax inclusive) Yes / No
References of simiIar jobs; Yes / No
- Availability of material and essential equipment Yes / No
Experience of supervisory staff Yes / No
Methodology Yes/No
- Turnover as in business license above or equal to 75% of project amount tax inclusive; Yes/No
- Qualified personnel relevant to the job. Yes/No
Non-respect of two (02) of the above criteria shall entail rejection of the bid.
The contract shall be awarded to the bidder with the lowest realistic financial offer having the technieal and administrative files winch are in conformity with the tender document/file
Bidders shall be bound by their bids for a period of ninety (90) days with effeci from the date of opening of bids.
Further cornplementary information may be obtained during working liours from the Development/contract Office of the Kumba I Council door N°: 209.