Within the framework of the execution of the 2026 State Budget, the Mayor of Isangele council hereby launches an open national invitation to tender FOR THE CONSTRUCTION OF LOCK UP STORES
The works comprise notably; FOR THE CONSTRUCTION OF LOCK UP STORES
This involves the realization of the tasks outlined in the bills of quantifies and cost estimates and elaborated
in the special technical clauses comprising notably:
Preliminary works;
Foundation works;
Elevation;
Roof works;
Electrical works;
Masonry finishes;
Joinery;
Ceilings;
External works;
The estimated cost after preliminary studies stands at: thirty four million francs (34,000,000) FCFA.
Participation is opened to all duly registered Cameroonian enterprises with the necessary technical, financial and legal capacities and who are not under suspension by the authority in charge of public contracts.
Works which formed the subject of this invitation to tender shall be financed by the PUBLIC INVESTMENT BUDGET (PIB) of 2026 financial year through budget head (imputation) N°.
The tender file may be consulted during working hours in the Isangele council office, Service of public contract or the secretariat of the Internai Tenders Board, Tel: 653212239 as soon as this notice is published.
The tender file may be acquired from the council office, service of public contract or the secretary of Me Internai Tenders Board, Tel: 653212239 as soon as this notice is published and upon presentation of a non-refundable treasury receipt (payable at the Treasury of Isangele Council) bearing the amount of seventy five thousand (75,000) FCFA. Such a receipt shall identify the concerned bidder.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be su bmitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach service of public contract or the secretary of the Infernal Tenders Board, Tel: 653212239; latest the 27/03/2026 at 9:00 am local time and should carry the inscription:
N° 011/ONIT/IC /ICITB/ND/SWR/2026 OF 27/02/2026
FOR THE CONSTRUCTION OF LOCK UP STORES
"To be opened only during the bid-opening session"
In case of any ambiguities or differences, only the original shall be considered authentic
The maximum duration of execution provided for by the Contracting Authority is three (03) months. This duration is as from the date of notification of the service order fo start work.
Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), and of an amount of six hundred and eighty thousand (680,000) FCFA, valid for Ninety (90) days beyond the date of validity of bids. Bid bonds for unsuccessful bidders shall be withdrawn not later thon fifteen (15) days after the award of the contract and that of the successful bidder shall be retained until the required performance guarantee for.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be su bmitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach service of public contract or the secretary of the Infernal Tenders Board, Tel: 653212239; latest the 27/03/2026 at 9:00 am local time and should carry the inscription:
N° 011/ONIT/IC /ICITB/ND/SWR/2026 OF 27/02/2026
FOR THE CONSTRUCTION OF LOCK UP STORES
"To be opened only during the bid-opening session"
In case of any ambiguities or differences, only the original shall be considered authentic
The opening of the bids in one phase shall be done on 27,03/2026 at 10:00 am prompt local time in the Conference Hall of the Isangele council.
Only bidders may attend or be duly represented by a person of their choice, who has a full knowledge of the file and has been mandated in that capacity
The evaluation of bids shall be carried out in three stages:
1 st Stage : verification of the presence and conformity of each administrative documents ;
Ø 2nd Stage : Evaluation of the technical bids ;
Ø 3rd Stage: Analyses of the financial bids. The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
Absence of or insufficient bid bond
14.2. Main qualification (essential) criteria: The evaluation of the bids shall be done on predefined technical criteria following the binary process ('Yes' or 'No'). The criteria relating to the qualification of candidates will indicatively be on the following:
· General Presentation, compliance with the mode) bid;
·
Financial capacity;
· Ongoing job within the municipality
· Experience (references) of the enterprise;
· Personnel to be mobilized
· Material and essentiel equipment put al the disposai of the project;
· Methodology, organization of the site and relevance of proposed solutions;
· Mastery of the terrain
· Duration of execution.
The jobbing order/contract shah be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality, in accordance with article 99 of the Public Contracts code. That is, it shah be awarded to the bidder with a satisfactory technical score and the lowest financial offer.
The bidders shah remain committed to their offers/bids for a period of ninety (90) days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours on weekdays from the office of the Secretariat of the Internai Tenders Board at the Isangele Council, Tel: 653212239