The Mayor Assist N°1 of Foumbot council, contracting Authority, hereby launches an Open National Invitation to tender in urgency for the finalisation work construction of agriculture piste RN6 (Mfopit entrance) –Njikwan entrance – Kwetvu river –Momo Road, Foumbot Council, Noun Division
The Mayor Assist N°1 of Foumbot council, contracting Authority, hereby launches an Open National Invitation to tender in urgency for the finalisation work construction of agriculture piste RN6 (Mfopit entrance) –Njikwan entrance – Kwetvu river –Momo Road, Foumbot Council, Noun Division
The estimated cost for the operation is indicate in table of allotment.
|
N° |
PROJECTS |
COAST |
IMPUTATION |
Financing |
Execution deadline |
|
1 |
Finalisation work construction of agriculture piste RN6 (Mfopit entrance) –Njikwan entrance – Kwetvu river –Momo Road, Foumbot Council, Noun Division |
10 000 000 |
____________ |
BIP/ MINADER 2026 |
Three (03) Months |
The works shall be divided into (01) lot defined as follow
Participation in this tender shall be open on equal conditions to all Cameroon-based public works contractor
Works under this tender shall be financed by the PIB MINADER 2026 as part of the 2026 annuel programme.
The hard copy of the file may be consulted free of charge during working hours in the services of the PO/DPO at Foumbot council, Publics contracts service, Tel: 697 85 15 25 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
The hard copy of the file may be obtained from [(place of withdrawal of the TF (service, door number, P.O. Box, telephone, fax, e-mail)] as soon as this notice is published against payment of a non-refundable sum of : 20 000 CFA Francs [In figures and words in accordance with the regulations in force], payable at [Municipal Treasury. 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 offer drafted in English or French in seven (7) copies including the original and six (6) copies shall be submitted to the Support Unit of the Launch of Tenders of the Foumbot Council, Tel/Fax: 699 22 66 61 /657 70 21 92/696 00 47 50 , upon publication of the invitation to tender not later than 12/03/2026 at 09 a.m local time deposited against a receipt and shall be labelle :
OPEN NATIONAL INVITATION TO TENDER
N° 03/ONITT/MINMAP/DD-NOUN/SPM/CDPMPN/2026 OF 18/02/2026
FOR THE FINALISATION WORK CONSTRUCTION OF AGRICULTURE PISTE RN6 (MFOPIT ENTRANCE) –NJIKWAN ENTRANCE –KWETVU RIVER –MOMO ROAD, FOUMBOT COUNCIL, NOUN DIVISION, WEST REGION
(ON EMERGENCY PROCESS)
Financing: PIB MINADER
“To be opened only during the bid-opening session”
The maximum execution deadline provided for by the Project Owner or Delegated Project Owner for the execution of the works subject of this tender is in the table. The overall execution time frame indicated above includes the rainy season.
This maximum execution time frame of the works is with effect from the date of notification of the notice to proceed work.
Bid bond 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), of an amount of [10 000 CFA francs, if applicable. It is not more than 2 % of the estimated cost of the contract all taxes inclusive (ATI), in accordance with the Order in force] 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 bids shall be opened in one phase. The administration, technical and financial bids shall be opened on 12/03/2026 from 10 a.m. local time by Internal Commission of Public tender of Foumbot Council.
Tender shall be opened in one go and in three steps:
Ø Step 1: Opening of envelope A containing administrative document (volume 1);
Ø Step 2: Opening of envelope B containing technical document (volume 2);
Ø Step 3: Opening of envelope C containing financial document (volume 3);
All tenderers may attend the opening session or each has themselves represented by one mandated person of their choice (even in the event of a joint-venture) with sound knowledge of their file
the eliminatory criteria and essential criteria. No criterion can be eliminatory and essential at the same time. The aim of these criteria is to identify and reject incomplete offers and substantially not compliant with the conditions laid down in the Tender File, especially with regard to the admissibility of administrative documents, the compliance if the technical offer with the Tender File technical specifications and with the qualification of tenderers. 15.1 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; • Failure to submit, beyond the 48 (forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond); • False declarations, fraudulent schemes or forged documents; • Failure to comply with X essential criteria (X referring 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; • Absence of prospectus accompanied by manufacture’s technical sheet produced (where applicable) • Absence of approval or authorisation of manufacturer, if applicable; • Absence of own or hired minimum equipment (to be specified by the Project Owner); • Absence of grading(categorisation) certificate if applicable; • Absence of an element in the financial offer (submission, BPU, DQE); • 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
Essential criteria are the fundamental or key ones that will help to measure the financial and the technical capacity of candidates to execute the services subject of the tender. They should be determined depending on the nature and the content of the services to be executed. It is necessary to clearly specify the modalities for validating a criterion from the number of sub-criteria to be respected _____________________________________ The essential criteria for the qualification of bidders shall focus especially on: ▪ Presentation of bid; ▪ 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, attestation of financial solvency);
▪ Personnel qualification and experience; ▪ Logistic means,
▪ Methodology.
The Project Owner or the Delegated 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 will remain committed to their offers for thirty (120) days from the deadline set for the submission of tenders
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