As part of the execution of the Public Investment Budget (PIB), the Mayor of the Municipality of MAGBA, Contracting Authority, is launching, on behalf of the State, a National Open Call for Tenders for the maintenance work on the Ngounso - Machouvi Agricultural Track Long = 10 km in the municipality of Magba , Noun Department, West Region
The works, subject of this Call for Tenders concern the maintenance works of the Ngounso - Machouvi Agricultural track Long = 10 km in the commune of Magba ., Noun department, West region And include as spots :
· Site installation |
· Bringing and removing equipment |
· Lateritic gravel embankment from borrowing |
· Reprofiling compaction |
· Cleaning of nozzles (Ø ≤ 1.5m) and culverts (H ≤ 1.5m) |
· Cleaning the river bed |
· Supply and installation of metal nozzles Ø 800 mm |
· Rubble masonry sump for Ø 800 nozzles |
· Rubble masonry nozzle head for nozzle Ø 800 mm |
Reinforced concrete dosed at 400 kg/m3 for deck and sidewalks |
· 2 x 1.5 m reinforced concrete culvert head |
· Decking of bridges |
· Type A metal traffic signs |
· Wooden beacon |
· Painting on works |
· Oil painting |
The estimated cost including tax of the operation following preliminary studies is 23,000,000 (Twenty-three million
The works are in one lot
Participation in this Call for Tenders is open to companies incorporated under Cameroonian law with expertise in the field
The works, the subject of this Call for Tenders, are financed by the Public Investment Budget for the 2025 financial year
The physical file can be consulted free of charge in the MO / MOD services during working hours at [Place of consultation of the DAO (service (SIGAMP), Secretariat of the Mayor's office, BP: 24 Magba, Tel: 699 111 494/ 675 981 739, upon publication of this notice.
The Call for Tenders Document may be obtained and consulted at the Procurement Service of the Municipality of MAGBA, upon publication of this notice, against payment of a non-refundable sum of 46,000 FCFA (Forty-six thousand) F CFA , payable to the Municipal Revenue of the Municipality of MAGBA.
Each offer drawn up in French or English in seven (07) copies, including one (01) original and six (06) copies marked as such, must reach the Procurement Service of the Municipality of MAGBA, tel: 675 981 739:, no later than 03/24/2025 at 10 a.m., local time, filed against receipt and must bear the following mention:
“NATIONAL OPEN CALL FOR TENDERS
NATIONAL CALL FOR TENDER FILE OPENED IN EMERGENCY PROCEDURE
No. 01/AONO/C.MGBA/CIPM/2025 OF 02/27/2025 MAINTENANCE WORK ON THE AGRICOL NGOUNSO TRACK – MACHOUVI MARCHE LONG = 10 KM” IN THE COMMUNE OF MAGBA, DEPARTMENT OF NOUN, WESTERN REGION
The maximum execution period provided by the Project Owner for the completion of the work is three (03) months. This period runs from the date of notification of the service order to begin the services
Each bidder must attach to their administrative documents a bid bond, paid by hand, issued by an organization or financial institution approved by the Minister responsible for finance to issue bonds in the field of public procurement, the list of which appears in document 14 of the DAO, the amount of which is 460,000 (Four hundred and sixty thousand) CFA francs ; it is at most equal to 2% of the forecast cost including all taxes (TTC) of the contract in accordance with the decree in force ] and valid for up to thirty (30) days beyond the initial date of validity of the offers. The absence of the bid bond issued by a first-rate bank or a first-class financial institution authorized by the Ministry responsible for finance to issue bonds in the context of public procurement, will result in the outright rejection of the offer. A bid bond produced but having no connection with the consultation concerned is considered absent. The bid security presented by a bidder during the bid opening session is inadmissible
The administrative documents, the technical offer and the financial offer must be placed in separate envelopes and delivered in sealed envelopes. The following will be inadmissible by the Project Owner:
• The envelopes bearing the information on the identity of the bidder;
• Bids received after the submission deadline dates and times;
• The folds do not comply with the submission method.
• folds without indication of the identity of the Call for Tenders;
• Failure to comply with the number of copies indicated in the RPAO or offering only copies;
Any incomplete offer in accordance with the requirements of the Tender Documents will be declared inadmissible. In particular, the absence of the bid bond issued by an organization or financial institution approved by the Minister responsible for finance to issue bonds in the field of public procurement or failure to comply with the models of the documents in the Tender Documents will result in the outright rejection of the offer without any recourse. A tender bond produced but having no connection with the consultation concerned is considered absent. A tender bond presented by a tenderer during the tender opening session is inadmissible.
The opening of the bids is done in one step and will take place on 03/24/2025 at 11 a.m. by the Procurement Commission of the Contracting Authority or the Delegated Contracting Authority in the Meeting room located in the commune of Magba.
Only bidders may attend this opening session or be represented by a single person of their choice who is duly mandated, even in the case of a group of companies.
Under penalty of rejection, the required administrative file documents must be produced in originals or in copies certified as true copies by the issuing department or the competent administrative authority , in accordance with the provisions of the Special Regulations of the Call for Tenders. They must be less than three (03) months old or have been established after the date of signature of the Call for Tenders notice.
In the event of the absence or non-conformity of a document in the administrative file when the bids are opened, after a period of 48 hours granted by the Commission, the offer will be rejected.
[The elimination criteria set the minimum conditions to be met in order to be admitted to the evaluation according to the essential criteria. They must not be subject to scoring. Failure to comply with these criteria will result in the rejection of the bidder's offer.]
These include:
▪ of the absence of the bid bond at the opening of the bids;
▪ non-production beyond the 48-hour period after the opening of the bids, of a document from the administrative file deemed non-compliant or absent when the bids were opened (except the bid bond);
▪ false declarations, fraudulent maneuvers or falsified documents;
▪ non-compliance with 21 essential criteria;
▪ the absence of a sworn statement of non-abandonment of construction sites over the past three years;
▪ non-compliance with the file format of the offers;
▪ the absence of a quantified unit price in the Financial Offer;
▪ from the absence of owning or renting minimum equipment (to be specified by the project owner)
▪ the absence of an element of the financial offer (the submission, the BPU, the DQE);
▪ the absence of the dated and signed integrity charter;
▪ the absence of a dated and signed declaration of commitment to compliance with environmental and social clauses;
NB: Depending on the specific nature of the service, other relevant criteria may be added when preparing the DAO.
[The so-called essential criteria are those that are essential or key to judging the technical and financial capacity of candidates to perform the services, the subject of the call for tenders. These must be determined according to the nature and consistency of the services to be performed.
It is appropriate to formally specify the methods of validating a criterion based on the number of sub-criteria respected.]
The essential criteria for the qualification of bidders will include, for information purposes, the following:
▪ the presentation of the offer;
▪ the bidder's references;
▪ after-sales service (availability of spare parts, repair workshop, technical personnel), if applicable;
▪ financial capacity (access to a line of credit or other financial resources, turnover, certificate of financial solvency).
▪ the qualification and experience of the staff
▪ logistical means
▪ the methodology
The Contracting Authority or the Delegated Contracting Authority awards the contract to the tenderer who has submitted an offer meeting the required technical and financial qualification criteria and whose offer is evaluated as the lowest, including , where applicable, the proposed discounts.
Bidders shall remain bound by their bid for [indicate duration between 60 and 90 days] from the initial deadline set for submission of bids
Further information can be obtained during working hours at the municipality of Magba [ service (SIGAMP), door number, BP 24 MAGBA, telephone: 675 981 739 , fax, e-mail] or online on the CDM platform