The Senior divisional officer of the Department of Koung-khi, Contracting Authority, launches on behalf of the Departmental Delegate of Public Works of Koung-khi, Delegated Project Owner, an Open National Call for Tenders for the execution of the above-mentioned operation
The Invitation to Tender concerns the surface dressing of the road from Bangang Fokam - Bangang Fondji - Tsa'a - Bridge over the Djouock River - Djiwi - Moutcha ( Bandjoun) with a spur from Bangang Fondji Market to Toudjouck Chiefdom from PK1+200 to PK2+900 phase V in the Commune of Demdeng, Koung-khi Department, West Region.
This work includes the following operations, the list of which is not exhaustive:
- The facilities;
- Cleaning and earthworks;
- Roadworks;
- Sanitation and drainage;
The estimated cost of the operation following the preliminary studies is shown in the table above.
The works are divided into a single lot as defined below:
|
LOT NO. |
Sections / bridge |
Length estimated |
Amount of bid deposit (in FCFA) |
Provisional Budget (including VAT) |
Timeframe (months) |
Kind Interview |
|
|
AE |
CP 2026 |
||||||
|
Unique |
Surface dressing work on the Bangang Fokam - Bangang Fondji - Tsa'a - Bridge over the Djouock River - Djiwi - Moutcha ( Bandjoun) road with a spur to the Bangang Fondji Market - Toudjouck Chiefdom Square, from PK1+200 to PK2+900, Phase V, in the Commune of Demdeng, Koung-khi Department, Region of the West |
1,700 KM |
500 000 |
100,000,000 |
100,000,000 |
04 |
Bitumen |
Participation is open on equal terms to all public works companies governed by Cameroonian law and established in Cameroon.
The works covered by this Invitation to Tender are financed by the Budget of the Ministry of Public Works, BIP 2026.
The tender documents can be consulted during business hours at the Bandjoun Prefecture, Tel: 698 72 26 75
Tender documents may be consulted and collected during working hours from the date of publication of this notice at the Prefecture of Bandjoun upon presentation of the original of a receipt for payment to the tax office of Bandjoun of a non-refundable sum of 100,000 ( one hundred thousand ) CFA francs
Le dépôt et I'ouverture des offres devront être transmis par le soumissionnaire sur la plateforme COLEPS au plus tard le 06 Mars 2026 à 10 heures 00 heure locale.
Une copie de sauvegarde de l'offre physique et enregistré sur clé USB ou CD/DVD devra être transmise sur pli scelle avec l'indication claire et lisible «copie de sauvegarde ».
En plus de la mention ci-dessus dans les délais impartis.
Taille et format des fichiers
Pour la soumission en ligne, les tailles maximales des documents qui vont transiter sur la plateforme.
Les constituants Ioffre du soumissionnaire sont les suivantes ;
5M0 pour l'offre Administrative :
15 MO pour l'offre Technique :
5 MO pour l'offre financiers.
Les formats acceptés sont les suivant :
• Format PDF pour les documents textuels ;
• JPEG pour les images.
Le candidat veillera à utiliser des logiciels de compression afin de réduire éventuellement la taille des fichiers à transmettre.
The maximum completion time for the work, as stipulated by the Project Owner, is indicated in the table below. These timeframes begin from the date of notification of the work commencement order.
Each bidder must include with their administrative documents a bid security deposit drawn up according to the model indicated in the Tender Documents and in the amount of CFA francs indicated in the table of Point4 , issued by one of the financial institutions approved by the Minister in charge of Finance.
The provisional guarantee will be automatically released no later than 30 days after the expiry of the offer validity period for unsuccessful bidders. If the bidder is awarded the contract, the provisional guarantee will be released after the final guarantee has been established
Under penalty of rejection, the required administrative documents must be produced in originals or certified copies by the issuing service or an administrative authority (Governor, Prefect, Sub - prefect, etc.), in accordance with the stipulations of the Specific Regulations of the Call for Tenders.
They must be dated less than three (03) months prior to the original date of submission of the offers or have been established after the date of signature of the Invitation to Tender.
NB . . The Contracting Authority or the Procurement Commission reserves the right to request, at all stages of the procurement procedure, that bidders present the originals of the documents produced, and failure to present them may result in disqualification.
L'ouverture sefera les mêmes jours à 11 heure précise, heure locale.
L'original de la caution physique doit être déposé àl'ouverture des plis
13.1 Critères éliminatoires
• Absence de la caution de soumission à l'ouverture ;
• Pièce administrative non conforme et non régularisée après 48 heures ;
• Offre financière incomplète ;
• Fausse déclaration ou documents falsifiés ;
• N'avoir pas satisfait à au moins 70% des critères essentiels ;
• Omission dans l'Offre financière d'un prix unitaire quantifié :
• Production des exemplaires des Offres en nombre insuffisant (inférieur àsept) ;
• Absence de la charte d'Intégrité
• Absence des aspects sociaux environnementaux
• Absence de copie certifiée de l'attestation de catégorisation BTP
1. The contract will be awarded to the bidder submitting the lowest evaluated offer and fulfilling the technical and financial capacities ( 70% of the criteria ) required resulting from the so-called essential or eliminatory criteria.
The successful bidder is required to appear before the Koung-khi Departmental Procurement Commission in Bandjoun immediately upon signature of the award decision, and at the latest within seven (7) days thereafter, under penalty of cancellation, and to sign the contract. Should the successful bidder fail to appear, the contract will be awarded to the next highest-ranked bidder as determined by the Contracting Authority.
Bidders remain bound by their offer for ninety (90) days from the deadline set for the submission of offers.