Within the framework of the Public Investment Budget 2025, the Lord Mayor of ALOU Council, Contracting Authority hereby launches an OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE FOR THE PURCHASE OF WASTE MANEGEMENT EQUIPMENT IN ALOU MUNICIPALITY.
The work comprised of THE PURCHASE OF WASTE MANEGEMENT EQUIPMENT IN ALOU MUNICIPALITY, as per the detailed information provided in the technical specification and the quantitative estimates.
Projects: |
Imputation: |
Amount projects |
PURCHASE OF WASTE MANEGEMENT EQUIPMENTS IN ALOU MUNICIPALITY IN ALOU |
592809303641904464211931 |
10,000,000 |
The tender is not in lots.
The tender is open to duly legalized Cameroonian enterprises that fulfil the requirements of invitation to tender.
This project shall be financed by the relevant credit allocation in the PIB 2025 of the Republic of Canneroon as per the Imputation:
Projects: |
Imputation: |
Amount projects |
PURCHASE OF WASTE MANEGEMENT EQUIPMENTS IN ALOU MUNICIPALITY IN ALOU |
592809303641904464211931 |
10,000,000 |
The tender file can be consulted and obtained as from the date of publication of this invitation to tender, at the ALOU Council Contracts Office.
With effect from the date of signature of this Tender Notice upon presentation of receipt attesting to the payment of a non-refundable fee of Twenty thousand (20,000) FCFA, payable at the Municipal Treasury ALOU. A copy of the receipt showing payment of the fee shall be attached to the bid.
The bidder shall submit 0I original (indicated as such) and 06 copies of the bid in English or French at the Secretariat of the contract unit of the ALOU Council office against a receipt on or before 21/03/2025 at 10am. The outer envelope shall bear the inscription:
OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE No. 10/ON IT/LD/ASD/AC//ACITB//2025 of 21/02/2025
FOR THE SUPPLY OF FOR PURCHASE OF WASTE MANEGEMENT
EQUIPMENT IN ALOU MUNICIPALITY
"To be opened only during the bid-opening session"
The maximum execution deadline provided for by the Contracting Authority shall be One (01) Month.
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 two hundred thousand (200 000) CFA francs for a validity period for Ninety (90) Days from the date they opened. On pain of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperatively be produced in accordance with the Special Regulations of the invitation to tender. They must obligatorily be not older than three (3) months preceding the date of submission of offers or may be established aller the signature of
the tender notice. Any offer not in conformity with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance or the non-respect of the models of the tender file documents shall lead to a pure and simple rejection of the offer.
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 two hundred thousand (200 000) CFA francs for a validity period for Ninety (90) Days from the date they opened. On pain of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperatively be produced in accordance with the Special Regulations of the invitation to tender. They must obligatorily be not older than three (3) months preceding the date of submission of offers or may be established aller the signature of
the tender notice. Any offer not in conformity with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance or the non-respect of the models of the tender file documents shall lead to a pure and simple rejection of the offer.
The offers shall be opened in single phase. The opening of Administrative Offers (Envelope A), the Technical Offers (Envelope B) and Financial Offers (Envelope C) on 21/03/2025 at 11 am local time by the ALOU Council Tenders Board situated at the ALOU Council Conference Hall.
Main elinninatory criteria
Bid shah be rejected when:
- The lack of bid security;
- False declaration or forged documents
- Absences or non conformity of administrative document alter 48hours
- Technical Marks less than 70%
- Absence of a unit price
Main Qualification criteria
The criteria relating to the qualification of bidders could indicatively be on the following:
- Pre-financing capacity Yes/No
- Access to a credit or other financial resources Yes/No
- Contractor's references (at least two references in similar jobs) Yes/No
- Availability of material and essential equipment YesfNo
- Experience of supervisory staff Yes/No
The non-respect of three (03) criteria shah cause the elimination of the offer.
The contract shah be awarded to the bidder with the least financial offer having the technical and administrative files which are in conformity with the tender document/file
Bidders shall be bound by their bids for a period of Ninety (90) Days with effect from the date of opening of bid.
Further complementary information may be obtained during working hours from the Secretariat of contract unit of the ALOU Council 's office, LEBIALEM Division, South West Region.