Within the framework of the execution of the 2025 State Budget, the Mayor of KOMBO ITINDI council hereby launches on open national invitation to tender FOR THE CONSTRUCTION OF WHARF AND FOOTPATH AT NGOSSO, KOMBO ITINDI.
The works comprise notably; FOR THE CONSTRUCTION OF WHARF AND FOOTPATH AT NGOSSO, KOMBO ITINDI
This involves the realization of the tasks outlined in the bills of quantifies and cost estimates and elaborated
in the special technical clauses comprising notably:
Preparatory works;
Earth works;
Formworks and concreting:
Equipment
Painting
The esfimated cost after preliminary studies stands at: Sixty-five million francs (65,000,000) FCFA.
The works which form the subject of this invitation to tender are grouped in one lot.
Participation is opened to ail duly registereci Cameroonion enterprises with the necessary technical, financial and legal capacities and who are net under suspension by the authority in charge of public contracts.
Works which formed the subject of this invitation to tender shall be financed by the PUBLIC INVESTMENT BUDGET (PIS) of 2025 financial year through budget head (imputation) N°.
The tender file may be consulted during working hours in the Kombo hindi council office, Service of public contract or the secretariat of the Infernal Tenders Board, Tel: 674 881 669 os soon as this notice is published.
The tender file may be acquired from the council office, service of public contract or the secretary of the Infernal Tenders Board, Tel: 674 881 669 as soon as this notice is published and upon presentation of a non-refundable treasury receipt (payable at the Treasury of Kombo hindi Council) bearing the omount of one hundred thousand (100,000) FCFA. Such a receipt shah! identify the concerned bidder.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach service of public contract or the secretary of the Infernal Tenders Board, Tel: 674 881 669 lafesf the 28/03/2025 at 10:00 am local time and should carry the inscription:
N 09/ONIT/KIC /KICITB/PIB2025 OF 25/02/2025
For the Construction of wharf and footpath at Ngosso, Kombo
Itindi
"To be opened only during the bid-opening session"
The maximum duration of execution provided for by the Contracting Authority is three (03) months. This duration is as from the date of notification of the service order ta start work.
Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), and of an amount of one million three hundred thousand (1,300,000) FCFA, valid for Ninety (90) days beyond the date of validity of bids.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperotively be produced in accordance with the Special Regulations of the invitation to tender. They must obligatorily be not older Chan three (3) months before the latest date set for the opening of bids.
Any bid not in compliance with the prescriptions of the Tender File shall be declared Inadmissible. This refers especiolly to the absence of a bid bond issued by a first order bank approved by the Minister in charge of Finance vahid for thirty (30) days after the validity of bids.
The opening of the bids in one phase shall be done on 28/03/2025 at 11:00 am prompt local finie in the Conference Hall of the Kombo Itindi council.
Only bidders may attend or be duly represented by a perron of their choice, who has a full knowledge et the file and has been mandated in that capacity.
The evaluation of bids shall be carried out in three stages:
1" Stage : verification of the presence and conformity of each administrative documents ;
2nd Stage : Evaluation of the technical bids
3rd Stage: Analyses of the financial bids.
The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
Absence of or insufficient bid bond
14.2. Main qualification (essential) criteria: The evaluation of the bids shall be done on predefined technical criteria following the binary process ('Yes' or 'No'). The criteria relating to the qualification of candidates will indicatively be on the following:
· General Presentation, compliance with the model bid;
· Financial capacity;
· Ongoing job within the municipality
· Experience (references) of the enterprise;
· Personnel to be mobilized
· Material and essential equipment put cf the disposai of the project;
· Methodology, organization of the site and relevance of proposed solutions;
· Mastery of the terrain
· Duration of execution.
The jobbing order/contract shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality, in accordance with article 99 of the Public Contracts code. That is, it shall be awarded to the bidder with a satisfactory technical score and the lowest financial offer.
The bidders shall remain committed to their offers/bids for a period of ninety (90) days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours on weekdays from the office of the Secretariat of the Internai Tenders Board et the Kombo Itindi Council