Within the framework of 2025 Public lnvestment Budget, the Mayor KUMBA III Council; Delegated Project Owner and Contracting Authority hereby launches an Open National Invitation to Tender
FOR THECREATION OF A ROAD FROM MOUNYONGO THROUGH MUKONJE ROAD TO PC KUMBA ROAD MAMBANDA.
Work to be done consists of
Ø Preparatory works‑
Ø Earth works
Ø Bulldozing
Ø grading and compacting
Ø filling
Ø reinforced gutters
The estimated cost of all preliminary studies is Twenty three Million (23 000 000) Francs CFA. TTC
Participation to this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws
MINADER Public lnvestment Budget of 2025
The file may be consulted during working hours at the Contracts Award Service, Kumba III council, Meme Division, Telephone N° (237) 650 083 914 / 679-683-528, as soon as this tender notice is published.
The file may be obtained from the Contracts Award Service at the council, Telephone (237) 650-083-914/ 679-683-528 as soon as this tender notice is published against payment of a non-refundable sum of 50, 000 (Fifty Thousand )Francs CFA, payable at Treasury of the council, 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) copiesshould reach the Kumba III Council Tender's board secretariat not later than 25 /03 /2024 at 10 AM local time and should carry the inscription:
The maximum duration provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is Three (03) calendar months
.
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 and whose list is found in document No. 12 of the Tender File, of an amount of 460,000 CFA (Four Hundred sixtv Thousand Francs CFA,) valid for thirty (90) 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
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 accordante 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 alter 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 25 /03/2025 at 11 AM local time, at the Conference Hall or officedesignated by the Contracting Authority. Only bidders may attend or be represented by duly mandated persons of their choice.
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. Absence of the bid bond
· Elimination during the evaluation of hids hy the adhoc commitee
2. Absence or non-conformity of an element in the administrative file;
3. Deadline for delivery of services higher than prescribed;
4. False declaration or falsified documents;
5. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
6. Incomplete financial file;
7. Change of quantity or unit of the Tender file in the financial bid:
8. 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 will be eliminated during the evaluation of the bids. No such document will be accepted after this deadline.
B. Fssential criteria
1. General presentation of the tender files;
2. Financial capacity of at least 75 % of the estimated cost:
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. Attestation and report of site visit;
9. Special Technical Clauses initialed in all the pages;
10. Special Administrative Clauses completed and initialed in all the pages.
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 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 spelled out in the
Special Regulations of the invitation to tender of this consultation.
Bidders will remain committed to their offers for sixty (90) days from the deadline set for the submission of
tenders.
Complementary technical information may be obtained during working hours at the Kumba III Counci] Contracts Award Service, Telephone N° (237) 650-083-914 / 679-683-528