As part of the municipal road rehabilitation campaign for the 2025 financial year, the Mayor of the Municipality of KOUTABA, Project Manager, is launching an open National Call for Tenders for the execution of rehabilitation works of municipal roads: SECTION CONNECTING THE MOSSEN, NJITAM AND NJISSEN TO KOUPA KANYAM WITH THE CONSTRUCTION OF TWO 100 X 100 DALOTS IN KOUTABA COUNCIL, DEPARTMENT OF NOUN, WESTERN REGION
This will be a combination of High Intensity HIEQ Equipment and High Intensity Labor (HIMO) methods.
This work includes the following operations, the list of which is not exhaustive:
• Site installation;
• Bringing and retrieving equipment;
• Clearing;
• Formatting the platform with opening of the ditches;
• Lateritic gravelly surface layer;
• Concrete channel;
• Concrete channel of section 0,50 x (0,30≤h≤0,60);
• Dilet on concrete channel of width 0,60
• Inner section 1,00 x 1,00m or scupper head;
• Reinforced concrete scupper;
• Reinforced concrete scupper head 1,00 x 1,00m including all subjected
• geotechnical and execution studies.
The estimated cost of the operation following preliminary studies is 23,000,000 (twenty-three million) FCFA
The work is in a single batch
Participation in this call for tenders is open on equal terms to all construction companies under Cameroonian law
The works subject to this call for tenders are financed by the Ministry of Public Works for the 2025 financial year
The physical file can be consulted free of charge in the MO / MOD services during working hours at the Koutaba Town Hall upon presentation of a receipt for payment to the municipal revenue of the Municipality of KOUTABA, as soon as this notice is published.
It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm) or on any other electronic communication means indicated by the Project Owner ( to be specified).
The physical version of the tender file can be obtained at the KOUTABA Town Hall at the service of Public Market, telephone 694 65 17 68, upon publication of the this notice, against payment of a non-refundable sum of the DAO purchase costs of 46,000 (forty six thousand) CFA Francs payable to the municipal revenue of the Municipality of KOUTABA.
It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees
Each bid shall be drafted in English or French
-For offline submission, the offer in seven (07) copies including one (01) original and six (06) copies marked as such, must reach the receiver of Koutaba Town Hall no later than __/__/2025 at 10 a.m. sharp and must bear the words:
“OPEN NATIONAL CALL FOR TENDER UNDER EMERGENCY PROCEDURE N°02/AONO/C KTBA/MO/CIPM-TR/2025 OF 25/03/2025 FOR THE EXECUTION OF REHABILITATION WORKS OF THE COMMUNAL ROAD SECTION CONNECTING THE MOSSEN, NJITAM AND NJISSEN TO KOUPA KAGNAM WITH THE CONSTRUCTION OF TWO 100 X 100 DALOTS IN KOUTABA COUNCIL, DEPARTMENT OF NOUN, WESTERN REGION.”
FUNDING: PIB MINTP, FISCAL YEAR 2025.
“To be opened only during the bid-opening session”
The maximum period provided by the Project Owner or the Delegated Project Owner for the completion of the work, the subject of this call for tenders, is three (03) calendar months. This period runs from the date of notification of the service order to begin the services
Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), the amount of which amounts to 460,000 (four hundred and sixty thousand) CFA Francs and valid up to thirty (30) days beyond the initial date limit of the validity of bids. ’The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted
The administrative documents, the technical offer and the financial offer must be placed in separate envelopes and submitted in a sealed envelope.
The Project Owner shall not accept:
• Bids bearing information on the identity of the tenderers;
• Bids submitted after the closing date and time for submission of bids;
• Envelopes without indication on the identity of the Invitation to Tender;
• Bids non-compliant with the bidding mode;
• Failure to comply with the number of copies specified in the RPAO or offer in copies only;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a financial body or institution approved by the Minister in charge of Finance to issue bonds for public contracts or the failure to comply with the model documents of the Tender File shall lead automatically to the rejection of the bid without any other procedure. A bid bond submitted but not relating to consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted
The opening of the bids is done in one time and will take place from 11 a.m. sharp in the proceedings room of the Municipality of KOUTABA by the Procurement Commission of the Project Owner or the Delegated Project Owner in the procurement room. acts located in the Municipality of KOUTABA.
Only tenderers may attend this opening session or be represented by a person of their choice, duly authorised, even in case of a group of companies.
Under pain of being rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be rejected
1 Eliminatory criteria
The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted to evaluation following the essential criteria. They should not be the subject of notation. The failure to comply with these criteria shall lead to the rejection of the bidder’s offer.
The eliminatory criteria include:
Absence of bid bond at the opening of bids;
Administrative file (no compliance of an administrative file) not completed in 48 h.
False declarations, fraudulent schemes or forged documents;
Appear on the updated list of suspended companies;
Failure to comply with 70% essential criteria to the qualification threshold of technical bids;
Absence of the sworn statement for not having abandoned contracts during the last three years;
Failure to comply with bids file format;
Absence of a quantified unit price in the financial offer;
Omission of declaration to submit;
Insufficient Production of the offer’s copies;
To have presented one civil servant;
Absence of grading(categorisation) certificate;
Absence of integrity charter dated and signed
Absence of the dated and signed commitment statement to comply with environmental and social clauses.
NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
2 Essential criteria
Bids shall be evaluating according to the following criteria:
- The presentation of the offer (02 criteria);
- Supplier’s references (06 criteria) ;
- Experience of supervisory staff (09 criteria) ;
- Material and essential equipment (07 criteria);
- The execution methodology, the planning, the site’s visit report and proposals of execution (08 criteria);
- The financial offer of the candidate (04 criteria);
NB: See the evaluation grid in the DAO
The Project Owner shall award the contract to the bidder whose bid meets the required technical and financial qualification criteria and whose offer was evaluated as the lowest by including as the case may be, the rebates proposed
Bidders shall remain committed to their bids for 90 days from the initial deadline set for the submission of bids
Additional information may be obtained during working hours from [(SIGAMP service), door number, P.O Box, telephone, fax, e-mail] or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner