Within the framework of the execution of the Public Investment Budget (PIB/MINRUD) for the year 2025, the Mayor of
Blangoua Council, Contracting Authority, hereby launches in emergency proceeding, a national invitation to tender for
the maintenance of agricultural road BLANGOUA-KINABERI (5,00 KM): in BlangouaCouncil, Logone and Chari
Division, Far-North Region,
Works comprise especially: (brief description of the works to be executed ,
- Site Installation ;
Brigging and resumed equipments
Rod openïng with bulldozer
Simple reprofilage including plarage of ditches
DaIot of 1x6x6
Bordïng in karal from loan ;
The estimated cost of the operation following preliminary studies is twenty three million (23 000 000) CFA francs IAT
Participation in this invitation to tender is open in equal conditions to companies specialïzed in public works located in
Cameroon.
The works under this invitation to tender shall be financed by PIB/MINRUD for 2025 financial year, budget head
The hard copy of the file may be consulted free of charge durîng working hours in BlangouaCouncil (Secretariat of
BlangouaMayor) as soon as this notice is published.
It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm
and http://www.publiccontracts.cm on the ARMP website (www.armp.cm)
The hard copy of the file may be obtained from the Sercetariat of BlangouaMayor as soon as this notice is published
against payment of a non.refundable sum of fifty thousand (50 000) CFA payable at Municipal Receipt of
BlangouaCouncil,
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 shall be drafted in English or French .
For submissîon off line, the offer in seven (7) copies including the original and six (6) copies marked as such, should
reach the secretariat of the Fofokol Mayor no later than 17th/03/2025 at 1 pm and should carry the indication :
OPEN NATIONAL INVITATION TO TENDER
N° 004/ONIT/BLANGOUA-C/ITB/2025 OF 17th/02/2025, IN EMERGENCY PROCEEDING,
FOR THE MAINTENANCE OFAGRICULTURAL ROAD BLANGOUA-KINABERI (5,OO KM): IN
BLANGOUACOUNCIL, LOGONE AND CHARI DIVISION, FAR.NORTH REGION,
The maximum time frame provided for by the Project Owner or Delegated Project Owner for the execution of works
subject of this invitation to tender is three (03) calendar months. This time frame shall run from the date of notification
of the administrative order to commence the services.
Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or
institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in
document 14 of the Tender File (TF), of an amount of [specify the all-in amount of four hundred and sixty thousand
(460 000) CFA francs if applicable. It is not more than 2 % of the estimated cost of the contract all taxes ïnclusive (ATI),
in accordance with the Order in force] and valid up to thirty (30) days beyond the initial date limit of the validity of bids.
’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 considered as absent. The bid
bond presented by a tenderer at the bid opening session shall not be accepted.
The administrative documents, the technËcal 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 closîng date and time forsubmissîon of bids;
• Envelopes without indication on the identity of the Invitation to Tender;
• Bids non-compliantwiththe 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 decïared inadmissible. Ëspecially
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 rejectïon of the bid without any other procedure. A bid bond submitted but not relating to
consultation concerned shall be considered as absent. A bid bond presented by a bïdder during the bid opening session
shall not be accepted.
The bids shall be opened in single phase and shall take place on 17th/02/2025 at 2 pm by the Blangoualntrnal
Tender’s-Board in the Council hal located in Blangoua Council
Only tenderers may attend this opening session or be represented by a person oftheir choice, duly authorised, even in
case of a group ofcompanîes.
Under pain of being rejected, the required administrative documents must be submîtted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the openïng 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 eliminatory criteria include:
> Absence of bid bond at the opening of bîds;
> Failure to submit, beyond the 48(forty-eight) hours deadËine after the opening of bids, a document of the
administrative file deemed non-compliant or absent (except the bid bond);
> False declarations, fraudulent schemes or forged documents ;
> Failure to comply with 05 essential criteria over 07
> Absence of the sworn statement for not having abandoned contracts during the last three years;
> Absence of a quantified unit pdce in the financial offer;
> Absence of own or hired minimum equipment (to be specified by the Project Owner);
> Absence of an element in the financial offer (submission, BPU, DQE);
> Absence of integrity charterdated and signed
> Absence of the dated and signed commîtment statement to comply with environmental and social clauses.
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
15.2 Essential criteria
EssentËal criteria are the fundamental or key ones that will help to measure the financial and the technical capacity of
candidates to execute the services subject of the tender. They should be deterrnined dependîng on the nature and the
content of the services to be executed.
It is necessary to clearly specify the modalities for validating a crîterion from the number of sub-criteria to be respected
The essential criteria for the qualification of bidders shall focus especially on :
$ Presentation of bid;
.:. Bidder’s references;
':' Personnel qualification and experience;
':' Logistic means,
$ Methodology
Financial capacity
Proofs of acceptation of the conditions of contract
NB : The notation system of bïds by giving points (marks) shall be prohibîted to give way to the binary mode (Yes or
The Project Owner or the Delegated Project Owner shall award the contract to the bidder whose bid meets the required
technical and financial qualification criteria and whose offer was evaluated as the lowest by including as the case may
be, the rebates proposed.
Bîdders shall remain commïtted to their bids for 90 days from the initial deadline set for the submïssion of bidé.
For any denunciation of corruption attempt practices, facts or acts, please call the National Anti-Corruption Commission
(NACC) on 1517, the Authority in charge of Public Contracts (MINMAP) (SMS or call) on (+237) 673 20 57 25 and 699
37 07 48, the ARMP on ................ or the PO/DPO on .