Within the framework of 2026 Investment Budget, the mayor of Bamenda III Council hereby relaunches an Open National Invitation to Tender for the Construction of a Block of Two (02) Classrooms at G.S Ntenefor in Bamenda III Municipality in Mezam Division Of The North West Region
Work to be done consists of
Ø Preparatory works
Ø Earth works
Ø Foundation
Ø Masonry elevation
Ø Carpentry-roof works
Ø Electricity
Ø Painting
Ø VDR drainage
The estimated cost after preliminary studies is 20, 000 000 (Twenty millions) CFA Francs.
Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon, must have registered on the COLEPS System (having a certificate) and must be categorised in the required sub sector
Works which form the subject of this invitation to tender shall be financed by the 2026 Public Investment Budget of the Ministry of Basic Education.
The file may be consulted online in the MINMAP/COLEPS platform www.publiccontracts.com or ARMP WEBSITE, as soon as this notice is published.
The file may be obtained online on the website www.publiccontracts.cm (COLEPS) or from the A.R.M.P website as soon as this notice is published against payment of the sum of forty thousand (40, 000) CFA francs, payable at the Bamenda III Municipal Treasury, representing the cost of purchasing the tender file.
Each offer prepared in English or in French (in PDF Format) shall be uploaded or submitted on the COLEPS platform on www.plubliccontracts.com latest the 19/05/2026 at 10:00 a.m local time.
Bids submitted at the Council in hard copies shall not be accepted.
The backup copy shall be submitted in a USB Flash at the Bamenda III Council (SIGAMP Office) not later than the date and time stipulated above.
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender three (03) calendar months
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 12 of the Tender File, of an amount of 400,000 CFA (four Hundred thousand) CFA Francs, valid for thirty (30) days beyond the date of validity of bids. As per article 90 (9) of the Public contract Code (Decree No. 2018/366 of 20 June 2018), certified cheques or bank cheques are acceptable in the place of bid bond. This guarantee must be accompanied by a CDEC receipt proving deposit of funds.
NB: The system will reject any bid submitted after the stipulated time above.
Bids that will be submitted after the date and time mentioned above or those that will not respect the separation model indicated in the different documents in each bid shall not be accepted.
To avoid being rejected, the required Administrative documents will be imperatively produced in original or in certified true copies by the issuing service, in conformity with the stipulation of the rules and regulations of this tender.
These Administrative documents have a validity period of (03) three months. This validity period has to begin after the date of the lunching of the tender
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.
The opening of bids shall take place on the 19/05/2026 at 11:00 a.m. in the conference hall of the Bamenda III council internal tender’s Board.
The opening of bids will be done at once and in three stages:
- Stage 1: Opening of files A containing Administrative document maximum weight 5MB
- Stage 2: Opening of files B containing Technical document 15MB
- Stage 3: Opening of files C containing financial document 5MB
All the bidders can take part in this opening session or can be represented by one person duly mandated (Even in case of joint-venture) who has a perfect mastery of the tender file..
The bids shall be evaluated according to the main criteria as follows:
1. -Deadline for delivery higher than prescribed;
2. -False declaration or falsified documents;
3. Absence of or insufficient bid bond;
4. -Non respect of 48 hours given for absence or non-conformity of a document in the administrative file
5. -Incomplete financial file;
6. Omission of a unit price in the financial bid;
7. -Change of quantity or unit;
8. - Non respect of (75%) of essential criteria;
1. Financial capacity less than 75% of the project amount;
During the opening session of the bids if a document of the administrative bid is absent or noncompliant, the bidder will be given forty-eight (48) hours to produce or replace the said document else it will be eliminated during the evaluation of the bids. No such document will be accepted after this deadline.
NB. Pursuant to circular letter No.00005/LC/MINMAP/CAB of 26 /12/2023, bidder with certified true copies of the certificate of categorisation shall not submit in their TECHNICAL FILE document relating to; their turnover, references of the company, own minimum technical and logistics means, permanent staff and head office location. This attestation of categorisation must be submitted in the administrative file The technical bids will be evaluated according to the following ten (10) main criteria:
Technical organization of works (0) criteria ;
STC initialed in all pages (0) criteria ;
SAC completed and initialed in all pages (0) criteria
Attestation and report of site visit.
This evaluation will be done in a purely a purely binary method with a positive (yes) or negative (no) with an acceptable minimum of 75% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable 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.
Pursuant to justification by bidder, unconvincing abnormally low costing will not be accepted spelled out in the Special Regulations of the invitation to tender of this consultation.
Bidders will remain committed to their offers for Ninety (90) days from the deadline set for the submission of tenders.
Additional information in relation to technical details can be obtained at the office of the contracting authority, notably The Mayor of Bamenda III Council office situated at Mile IV Nkwen and on www.publiccontracts.cm (COLEPS).
Done at Bamenda on the, 20/04/2026
THE PROJECT OWNER
(CONTRACTING AUTHORITY)
(THE LORD MAYOR OF BAMENDA III COUNCIL)