Within the framework of the execution of the 2023 Public Investment Budget, the Mayor of Fonfuka 
Council, Project Owner and Contracting Authority hereby launches an Open National Invitation to 
Tender (by the emergency procedure) FOR THE REHABILITATION OF SEVEN (07) 
CULVERTS (5 BOX CULVERTS IN STONE MASONRY AND 2 CULVERT RINGS OF 
Ø1000MM) ALONG THE STRETCH OF ROAD FONFUKA – MBAMLU – SAFF - KONENE
Works to be done consists of; 
Lot 100: Preliminary Wors 
Lot 200: Earth Works 
Lot 300: Foundation 
Lot 400: Construction of Abutments 
Lot 500: Bridge Slab 
Lot 600: External Works 
Lot 700: Other 
Lot 800: Preliminary 
Lot 900: Drainage - Structures 
Lot 1000: Others 
The works including the preliminary studies carried out on the site and the detailed information 
provided in the technical specifications and the quantitative estimates FOR THE 
REHABILITATION OF SEVEN (07) CULVERTS (5 BOX CULVERTS IN STONE 
MASONRY AND 2 CULVERT RINGS OF Ø1000MM) ALONG THE STRETCH OF ROAD 
FONFUKA – MBAMLU – SAFF - KONENE
The estimated cost after preliminary studies stands at:
| BATCH | Description | Amount  (FCFA) IT  | 
In words | 
| Single | Rehabilitation of Seven (07) culverts (5 box  culverts in stone masonry and 2 culvert rings of Ø1000mm) along the stretch of road Fonfuka – Mbamlu – Saff - Konene  | 
70,500,000 | Seventy Million Five  Hundred Thousand Francs  | 
N / A
Works are combined in a Single Lot ;
Participation in this invitation to tender is opened to duly legalized Cameroonian based Companies 
that fulfill the requirements of this invitation to tender and exercising in the domain of public works 
having the financial and technical capacity, who are categorized as per the Order No. 
0000166/A /MINMAP of 7 th June 2022 to lay down the modalities of categorizing companies in the 
sector of building construction and public works as provided for by the 2018 public contract code, and 
who has fulfilled their fiscal obligations in accordance with the 2023 Finance Law. 
The MINDDEVEL Decentralized Credits – 2023 Program shall fund the works, which form the 
subject of this invitation to tender. 
Budget Head: 27 5727I00424 OF MINDDEVEL 
Budgetary Authorization: IY03354
| Budgetary Allocation: | 57 27 100 02 641619 523411 821 | 
The file may be consulted during working hours at the technical service of the Fonfuka Council, 
Telephone N o (237) 675 32 21 75 as soon as this Tender 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 Tender Notice is published against payment receipt of a Non-Refundable sum 
of 85,000 FCFA (Eighty-Five Thousand Francs ), payable at the Fonfuka Council 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 Fonfuka Council premises at Fonfuka not later than _24/02/2023__ at 
10 am local time and should carry the registration: 
- Envelope A: Administrative Documents; 
- Envelope B: Technical Offer; 
- Envelope C: Financial Offer. 
These three (03) envelopes containing the Bids will be put in a fourth one (Kaki colour) which shall 
be sealed and labeled imperatively as follows:
“OPEN NATIONAL INVITATION TO TENDER” 
(BY THE EMERGENCY PROCEDURE) 
No. 00005/ONIT/MINDDEVEL/FC/FCITB/PIB/2023 OF 27/01/2023 
FOR THE REHABILITATION OF SEVEN (07) CULVERTS (5 BOX CULVERTS IN STONE 
MASONRY AND 2 CULVERT RINGS OF Ø1000MM) ALONG THE STRETCH OF ROAD 
FONFUKA – MBAMLU – SAFF - KONENE 
“ To be opened only during the Bids-opening session ” 
NB: The fourth envelope shall not bear any identification mark of the Bidder or any compromising 
sign/ indication of the Enterprise. 
The fourth envelope should be a plain type and carrying no Trademark 
The maximum deadline provided by the Contracting Authority for the execution of the works forming 
the subject of this invitation to tender is Three (03) calendar Months from the date of notification 
of Service Order to start works
Each Bidder must include in their 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 Tender File, 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;
| BATCH | Description | Amount  (FCFA) IT  | 
BID BOND  (2%) FCFA  | 
| Single | Rehabilitation of Seven (07) culverts (5 box culverts in stone masonry and 2 culvert rings of Ø1000mm) along the stretch of road Fonfuka – Mbamlu – Saff - Konene  | 
70,500,000 | 1,410,000 | 
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 20th 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
Under penalty of being rejected, only originals or true copies certified by the issuing service or 
administrative authorities (Governors, Senior Divisional Officers, 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 (03) months preceding the date of launching of the 
tender or may be established after the signature of the tender notice. 
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 Bids shall be opened in a Single Phase. The opening of the administrative documents, the 
Technical and Financial offers will take place on the __24/02/2023  at 11:00 am local time, at the 
Conference hall of Fonfuka Council by the Fonfuka Council Internal Tenders' Board. Only Bidders 
may attend or be represented by duly mandated persons of their choice having a sound knowledge of 
the Bids. 
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. Incomplete financial file; 
5. Change of quantity or unit of the Tender file in the financial bid; 
6. Non-compliance with 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 
The criteria relating to the qualification of the candidates shall be indicatively assessed on: 
1. General presentation of the tender files; 
2.Financial capacity; 
3. References of the company in similar achievements; 
4. Quality of the personnel; 
5. Technical organization of the works; 
6. Safety measures on the site; 
7.Logistics; 
8. Certification and report of site visit; 
9. Special Technical Clauses initialled in all the pages; 
10. Special Administrative Clauses completed and initialled in all the pages.
| - Methodology; Methodological approach and relevance of proposed solutions; | Yes / No | 
| - Experience; References of the bidder (experience of at least two (02) years in similar  works) (attach proof)  | 
Yes / No | 
| - Equipment; Availability of material and essential equipment (attach proof) | Yes / No | 
| - Staff; Experience of key supervisory staff (at least senior technician in Building  construction with two (02) years' experience or Civil/Rural Technician with three (03) years of experience. Proof with duly signed CVs.  | 
Yes / No | 
| - Financial position; Turnover, Financial capacity, Access to credits or other financial  sources to the tune of 70,500,000 FCFA (Seventy Million Five Hundred Thousand Francs);  | 
Yes / No | 
| - Planning of works; Deadline of execution. Proof with GANTT and PERT planning | 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
The 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 the 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