Within the framework of the road fund 2025 the Mayor of the Kumba III Council hereby launches an open national invitation to tender for THE TREATMENT OF CRITICAL POINTS ON THE 3 CORNERS MUNICIPAL ROAD SECTION VIA MALENDEMUNDAME
The work comprises the output studies carried out and the detailed information provide in the technical specifications and quantitative estimates.
The estimated cost afterioreliminani studies is 200.000.000 (two hundred million ) TTC (80.000.000 FOR PHASE I AND 120.000.000 Phase II.
The work is in a unique lot as follows the treatment of critical points on the 3 corners municipal road section via malende-mundame
ParticipatioRto this invitation to tender is open to Cameroonian enterprises that are in comphance with the fiscal laws.
Works which form the subject of this invitation to tender are financed by the 2025/2026 ROAD FUNDS .Budget head N°:
The file may be consulted during working hours at the Contracts Award Service,
Kumba III council, Meme Division, Telephone N° (237) 678053266/ 679-683528, 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 80, 000 (eighty Thousand )Francs CFA, payable at Treasury of the council, representing the cost of purchasing the tender file.
Under penalty of being rejected, only originale or true copies certified by the issuin service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be _produced in accordance with the Special Re lattons of the invitation to tender. They must obligatoriÈ be not older than three-(3) months plreceding the date of LAUNCHING OF THE TENDERS 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 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 4,000,000 CFA (Four Million 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.
7. Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies should reach the Kumba III Council Tender's board secretariat not later than 2e/03 /2025 at 10 AM local time and should carry the
inscription OPEN NATIONAL INVITATION TO TENDER N° 04/ONIT/KUMBA HI COUNCIL/KIIICITB/ KMD/ SWR/ PIB/2025 OF /03/2025 FOR THE TREATMENT OF CRITICAL POINTS ON THE 3 CORNERS MUNICIPAL ROAD SECTION VIA MALENDE-MUNDAME
The bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the2.5103/2025 at 11 AM local time, at the Conference Hall or office designated by the Contracting Authority. Only bidders may attend or be represented by duly mandated persons of their choice.
11. 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. Absence of the bid bond
Elimination during the evaluation of bids by 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 b of essential criteria;
B essential criteria
The main qualification criteria shall co
-beneral presentation, compliance with the model bid |
YES/NO |
methodological approach and relevance of proposed solution |
YES/NO |
Reference of the bidder for the last three years in similar works |
YES/NO |
Pre financing capacity to the tune of 75% TTC |
YES/NO |
Execution time frame |
YES/NO |
experience of key supervisory staff |
YES/NO |
Availability of material and essential equipment |
YES/NO |
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 conract 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.
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" working hours at the
Kumba III Council Contracts Award Service, Telephone N678.053.266.