The Mayor of the commune of Penka-MIchel (Contracting Authority), Is launching the purchase of a new dump truck on behalf of the Municipality of Penka-MIchel. The technical spécifications are contained in the CCTP
The estimated cost is 70,000,000 (seventy million) CFA francs for the delivery of the dump truck.
The work is grouped into a single lot.
Participation In this Tender Document Is open on equal terms to ail Companies under Cameroonlan law with skills In the field of services and benefits
The supply, the subject of this Call for Tender, is financed by the MINDDEVEL Public Investment Budget, Fiscal Year 2026
The Cal) for Tender file can be consulted during business hours at the Penka-MIchel Town Hall upon publication of this Call for Tender file
The Tender file can be obtained during working hours from the Town Hall of Penka-MIchel (Markets Department) upon présentation of a receipt for payment to the municipal revenue of Penka-MIchel, of a non-refundable sum of 100,000 (one hundred thousand) CFA francs, representing the costs of acquiring the Tender file
Each offerwritten In French or English and in seven (07) copies including one (01) original and six (06) copies marked as such, placed In a sealed envelope without indication of the identity ofthe bidder, under penalty of rejection, must reach the Town Hall of Penka-Michel Markets Service), no later than 19/03§2026 at 10:00 a.m. sharp, local time and must be marked:
OPEN NATIONAL CALL FOR TENDERS N° 01/AONO/C-PM/CIPM/ZSMP DU FOR THE PURCHASE OF A NEW DUMP TRUCK IN THE COMMUNE OF PENKA-MICHEL (IN AN EMERGENCY PROCEDURE)
"to be opened only during the counting session."
The maximum delivery time Is forty-five (45) days.
Each bidder must provide a provisiona! guarantee document, valid forthirty (30) days beyond the validity date of the consultation and wlll be established by a banking establishment approved by the MInIster in charge of Finance, the list of which can befound in the appendix.
The amount of this bond is 700,000 (seven hundred thousand) CFA francs.
The absence of the Bid Bond Issued by a first-class bank or a first-class financial organization authorized bythe Ministry of Finance to Issue guarantees in the context of public procurement will resuit Inthe outright rejection of the offer. Abid bond produced but having no connection with the consultation concerned is considered absent. The bid bond presented by a bidder
during the opening session is inadmissible. Furthermore and in accordance with the provisions of Circuler Letter No. 000019/LC/MIMAP of June 5, 2024 (paragraph 2.4), the Procurement Commission will ensure that the guarantees presented as part of this consultation consist of securities Issued by financial institutions and deposit recelpts Issued by CEDEC
Under penalty of outright rejection ofthe offer, the administrative documents must be dated at most three months and valld at the time ofthe opening ofthe tenders, or established after the date of publication of the Call for Tenders. They must aiso respect the models in this Call for Tenders file.
Any incomplète offer in accordance with the requirements of the Call for Tenders will be declared inadmissible. In particular the absence of an administrative document in the file when the offers are opened.
The opening of the offer containing the administrative, technical and financial documents will be done in one go. It will take place on the 19/03/2026 at 11:00 am. It will be carried out in the proceedings room of the municipality of Penka-Michel by the Internai Commission for the Award of Public Procurement ofthe Municipality of Penka-Michel sitting in the presence of the tenderers or their duly authorized représentatives and having perfect knowledge of the file. Only bidders may attend these opening sessions or be represented there by a single duly authorized person of their choice.
The évaluation criteria consist of two types: eliminatory criteria and essentlal criteria.
1 Elimination criteria
The eliminatory criteria set the minimum conditions to be met to be admitted to the évaluation according to the essentiel criteria. Fallure to comply with these criteria will result in the rejection ofthe bidder's offer.
These include:
Being suspended from public procurement by the ARMP;
Absence ofthe tender bond at opening;
Absence ofthe CEDED receipt;
Non-compllance of the submission at the opening (insufficient number of offers, distinctive sign on the offer);
Absence or non-compliance of an administrative document not regularized within 48 hours;
Bidder who obtained less than 70%"yes" for ail qualification criteria.
False déclaration, falsified document or certification of photocopy of a certified document;
Absence of a document from the financial offer (BPU, DQU, price détails, submission);
Absence of an integrity charter;
Absence of déclaration of environmental and social clauses
2 MAIN QUALIFICATION CRITERIA
Technical offers wlll be evaluated using the binary method (YES/NO).
The criteria relatingto the qualification of candidates will include:
CRITERIA RATING
1. Général présentation of the offer YES/NO
2. Bidder's references (Attach supporting documents) YES/NO
3. Compliance with the technical spécifications ofthe vehicle YES/NO
4. Financial capacity ofthe bidder YES/NO
5. Availability of spare parts YES/NO
6. After-saies service YES/NO
7. Deliverytime YES/NO
NB: Anyscore lower than 5/7 "YES" is eliminatory
The Contract will be awarded to the tenderer presenting the required technical and administrative capabilities and whose financial offer bas been evaluated as the lowest.
BIdders remain committed to their offer for 90 days from the deadiine set for submission of offers.
The Mayor of the commune of Penka-MIchel (Contracting Authority) reserves the right, if necessary, to make any other usefui subséquent modifications to this Tender Document