Within the framework of the execution of the 2025 Public Investment Budget, the Mayor of Fonfuka Council, Project Owner and Contracting Authority hereby launches a Consultation (by the emergency procedure) FOR THE SUPPLY OF MORTUARY EQUIPMENT AT THE FONFUKA MORTUARY
Within the framework of the execution of the 2025 Public Investment Budget, the Mayor of Fonfuka Council, Project Owner and Contracting Authority hereby launches a Consultation (by the emergency procedure) FOR THE SUPPLY OF MORTUARY EQUIPMENT AT THE FONFUKA MORTUARY
27,500,000 Amount (FCFA) TI
Supplies are combined in a Single Lot;
Participation in this invitation to tender is opened to duly legalized Cameroonian based service providers operating in the relevant sector who fulfil the qualification criteria contained in this request for quotation and exercising in the domain of public supplies having the financial and technical capacity, who are categorised as per the 2018 public contract code and has fulfilled their fiscal obligations in accordance with the 2025 Finance Law.
The MINDDEVEL Decentralised Credits – 2025 Program shall finance the supplies, which form the subject of this invitation to tender.
BUDGET HEAD: 5927I00102 OF MINDDEVEL
Budgetary Authorisation: JA03564
Budgetary Imputation: 59 27 200 05 641819 464 822 821
The file may be consulted during working hours at the technical service of the Fonfuka Council, Telephone No (237) 675 32 21 75 as soon as this notice is published.
The file may be obtained from the technical service of the Fonfuka Council, Telephone N
o (237) 675 32 21 75 as soon as this notice is published against payment receipt of a Non-Refundable sum of 45,000 FCFA (Forty-Five Thousand Francs), payable at the Fonfuka Council Municipal Treasury, representing the cost of purchasing the request for quotation.
Each offer drafted in English or French in 07 (Seven) copies including 01 (One) original and 06 (Six) copies should reach the Fonfuka Council premises at Fonfuka not later than _21/02/2025__ at 10 a.m. local time and should carry the inscription:
- Envelop A: Administrative Documents;
- Envelop B: Technical Offer;
- Envelop C: Financial Offer.
These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall be sealed and labelled imperatively as follows:
« CONSULTATION »
(BY THE EMERGENCY PROCEDURE)
No. 00011/RQ/MINDDEVEL/FC/FCITB/PIB/2025 OF 29/01/2025
FOR THE SUPPLY OF MORTUARY EQUIPMENT AT THE FONFUKA MORTUARY
“To be opened only during the Bids-opening session”
NB: The fourth envelop shall not bear any identification mark of the Bidder or any compromising sign/indication of the Enterprise. The fourth envelop should be a plain type and carrying no Trademark
The maximum deadline provided by the Contracting Authority for the execution of the supplies forming the subject of this invitation to tender is Three (03) calendar Months from the date of notification of Service Order to start supplies
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. Whose list is found in document No. 12 of this Request for quotation, of an amount, set at 2 % of the estimated amount, all taxes inclusive, of the project amount in accordance with the Order in force (Prime Ministerial Order No. 093/CAB/PM of 5/11/2002) as follows;
LOT | Description | Amount (FCFA) TI |
BID BOND (2%) FCFA |
Single | Supply of Mortuary equipment at the Fonfuka Mortuary | 27,500,000 | 550,000 |
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. The Bid Bond shall be addressed to the Contracting Authority and following the conditions of the invitation to tender.
Under penalty of being rejected, only originals or true 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 launching of the tenders or may be established after the signature of the Consultation Notice
Any Bid not in compliance with the prescriptions of the Request for quotation 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.
07/03/2025 at 11:00 a.m.
Evaluation criteria
The Bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
Outright elimination during the opening session of the Bids
1. Deadline for delivery higher than prescribed;
2. False declaration or falsified documents;
3. A bid with the external envelope carrying a sign or mark leading to the identification of the
bidder;
4. Absence of Bid Bond
5. Non-respect of 75%of essential criteria;
NB! 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.
B. Essential criteria
1. General presentation of Bids;
2. Financial capacity;
3. References of the company in similar achievements;
4. Quality of the personnel;
5. Technical organization of the supplies;
6. Safety measures on the delivery;
7. Attestation and report of site visit;
8. Special Technical Clauses initialled in all the pages, sign and stamp last page;
9. Special Administrative Clauses completed and initialled in all the pages, sign and stamp last pasge, signe and stamp on last page.
10. Availability of spare parts (where applicable);
11. After-sales service;
12. Experience of staff
- Experience; References of the bidder (experience of at least two (02) years in similar
supplies) (attach proof)
Yes / No
- Personnel; Experience of supervisory staff at least a medical doctor or lab Technician with
three (03) years of experience. Proof with duly signed CVs.
Yes / No
- Financial situation; Turnover, Financial capacity, Access to credits or other financial
sources to the tune of 27,500,000 FCFA (Twenty-Seven Million Five Hundred
Thousand Francs);
Yes / No
- Planning of Supplies; Deadline of delivery Yes / No
- Presentation of offer; packaging, binding, clear copies etc. Yes / No
NB: The non-compliance with any three (03) criteria out of the Seven (07) above shall cause the elimination of the bid.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special Regulations of the invitation to tender
This evaluation will be done in a purely binary method with a positive (Yes) or negative (No) with an
acceptable minimum of (Yes) 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 as prescribed in the Special Regulations of the invitation to tender.
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours at the Technical Service of the Fonfuka Council, Telephone N 0 (237) 675 32 21 75