The services of this request for quotation includes the PURCHASE OF A SHANTUI FRONT HEAD LOADER
PURCHASE OF A SHANTUI FRONT HEAD LOADER L36.B3 MACHINE IN ANDEK COUNCIL, MOMO DIVISION, NORTH WEST REGION
|
Estimated cost of project |
Amount of bid bond |
Cost of tender file : |
|
100,000,000 |
2,000,000 |
100,000 |
|
Lot |
Name of project |
|
Single |
PURCHASE OF A SHANTUI FRONT HEAD LOADER L36.B3 MACHINE IN ANDEK COUNCIL, MOMO DIVISION, NORTH WEST REGION |
Participation to this consultation is open to is open to Cameroonian enterprises that are in compliance with the fiscal laws.
This project shall be financed by the MINDDEVEL PUBLIC INVESTMENT BUDGET (PIB) - 2026 of the Ministry of secondary education with budget heads as indicated on the table above.
The file may be consulted during working hours at the General Secretariat of the Lord Mayor of ANDEK COUNCIL or contact Tel: 680296209, as soon as this notice is published
The file may be obtained from the General Secretariat of the Lord Mayor of ANDEK COUNCIL or contact Tel: 680296209 as soon as this consultation notice is published against payment of a non-refundable sum of 100,000 CFA francs (ONE HUNDRED THOUSAND CFA), payable at the Andek Municipal Treasury, representing the cost of purchasing the tender file
Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies should reach the ANDEK COUNCIL Office not later than 25/04/2026 at 10 AM local time and should carry the inscription:
The deadline of execution is NINETY (90) days from the date of notification for the Contract to begin.
1. Absence of bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. False declaration or falsified documents;
4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
5. Incomplete financial file;
6. Change of quantity or unit;
7. Non respect of 33/44 (75%) of essential criteria;
8. Suspended by MINMAP in 2025.
9. Lack of tender purchase receipt.
10. Absence of certificate of categorisation (if applicable)
11. Absence of caution backed by CEDEC reciept
The tender file in two (02) volumes shall be enclosed in two sealed envelopes.
Ø Envelope A containing the administrative documents (Volume 1);
Ø Envelope B containing the technical and financial documents (Volume 2);
The two (02) volumes shall then be enclosed in a single sealed envelope bearing only the reference of the quotation in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour
The tender file in two (02) volumes shall be enclosed in two sealed envelopes.
Ø Envelope A containing the administrative documents (Volume 1);
Ø Envelope B containing the technical and financial documents (Volume 2);
The two (02) volumes shall then be enclosed in a single sealed envelope bearing only the reference of the quotation in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour
1. Absence of bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. False declaration or falsified documents;
4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
5. Incomplete financial file;
6. Change of quantity or unit;
7. Non respect of 33/44 (75%) of essential criteria;
8. Suspended by MINMAP in 2025.
9. Lack of tender purchase receipt.
10. Absence of certificate of categorisation (if applicable)
11. Absence of caution backed by CEDEC reciept
1- General presentation of the tender files;
2- Financial capacity;
3- References of the company in similar achievements;
4- Catalogue of equipment in colour including specifications and references;
5- Quality of trainer (personnel)
6- Draft contract duly filled initialed in all pages signed and dated on the last page.
This evaluation will be done in a Positive way (Yes) or (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 feasible amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the panelised/eliminatory criteria and at least 75% of the essential criteria.
The bidder is bound by his bid for a period of NINETY (90) days with effect from the deadline fixed for the submission of the bids.
Complementary technical information may be obtained during working hours at the ANDEK COUNCIL Office or contact Tel No: 696113966
Done at Andek on the, 02/04/2026
CONTRACTING AUTHORITY
(THE MAYOR OF ANDEK COUNCIL)