Within the framework of the state intervention in investment through financial year of 2026 of the Republic of Cameroon, the Mayor of KAI KAI Council hereby, launches, an open national invitation to tender for the FOR THE ROAD REHABILITATION OF THE MANGA-DOUKROYE (10 km), IN KAI KAI SUBDIVISION, MAYO DANAY DIVISION, FAR NORTH REGION.
Ces travaux comprennent les opérations suivantes dont la liste n’est pas exhaustive :
- INSTALLATIONS ET TRAVAUX PREPARATOIRES ;
- ASSAINISSEMENT ET OUVRAGES DE PROTECTION ;
- TERRASSEMENT ;
- REPROFILAGE ET COMPACTAGE
NB : Il est à noter que la construction des ouvrages d’assainissement se fera obligatoirement suivant la technique de l’approche «Haute Intensité de Main d’Œuvre» (HIMO).
Le coût prévisionnel de l’opération à l’issue des études préalables est défini comme suit :
|
Lot |
Intitulé |
Montants TTC en chiffres |
Montants TTC en lettres |
|
unique |
Travaux de réhabilitation de la route communale MANGA-DOUKROYE |
100 000 000 |
Cent millions |
Lot unique
La participation au présent Appel d’Offres est ouverte à toutes les entreprises de travaux publics ou groupement d’entreprises de droit camerounais installées au Cameroun et, possédant une bonne expérience dans la réalisation des travaux de génie civil et justifiant des capacités techniques et financières pour la bonne réalisation des travaux qui en constituent l’objet.
MINTP Public Investment Budget, 2026 fiscal year budget.
The file may be consulted during working hours at the general secretary of the Contracting Authority here in KAI KAI as soon as this notice published.
Le dossier d’Appel d’Offres peut être obtenu au Secrétariat général de la Commune de KAI-KAI dès publication du présent avis, contre versement d’une somme non remboursable de soixante-dix mille (70 000) F CFA, payable au Trésor public, représentant les frais d’acquisition du Dossier. La quittance devra préciser le numéro de l’Avis d’Appel d’Offres. Lors du retrait du dossier, les soumissionnaires devront se faire enregistrer en laissant leur adresse complète : Boite Postale, Téléphone, Fax, E-mail.
Each offer drafted in English or French in seven (07) copies including the one (1) original and six (06) copies shall be submitted at the general secretary of KAI KAI Council not later than 05th/05//2026 at 1 O’clock local time and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER N°001/ONIT/C.KAI KAI/ITB/2026 OF 08/04/2026 FOR THE REHABILITATION OF THE ROAD KAI-KAI-MANGAL (15 km), IN KAI KAI SUBDIVISION, MAYO DANAY DIVISION, FAR NORTH REGION
« TO BE OPPENED ONLY DURING THE BID-OPENING SESSION »
Le délai maximum d’exécution prévu par le Maître d’Ouvrage Délégué est de trois (03) mois, incluant toutes les contraintes à compter de la date de notification de l’ordre de service de commencer les travaux. Il revient aux soumissionnaires de proposer dans leurs offres des calendriers d’exécution adéquats.
Each bidder shall include in his/her administrative documents, a bid bond issued by a banking establishment or a first rate-financial organization approved by the ministry in charge of finance featuring on the list in document 11 of the tenser file of an amount of 460.000 FCFA (Four hundred and sixty) francs CFA valid for ninety days beyond the date of validity of the offers.
Any tender received and on in which the administrative file required has not been produced in original or certified copy by the issuing service in accordance with the provisions of the supplementary regulations for the invitation to tender, shall be rejected. The documents must be dated less than three (03) months before the original date of submission of tenders.
The bids shall be opened in one phase on 05TH/05/2026 at 2 O’clock, local time, by the Tenders Board commission in the KAI KAI Council conference hall. The bidders may attend or be duly the persons of their choice.
Evaluation criteria
Principal eliminatory criteria
i) Absence or non-compliant administrative file after 48 hours subject to Article 1.1 of Circular N°002/CAB/PM of 31st January 2026 relating to the improvement of the performance of the Public Contracts System ;
ii) False declaration or forged document. (The Tenders Board or the Contracting Authority reserves the right to proceed with the verification of the authenticity of any document where there is a doubt) ;
iii) Absence in the technical file of a detailed proposed methodology on the execution of the project, organisation and planning ;
iv) Non registration of supervisor into the National Order of Civil Engineers (NOCE) ;
v) Non satisfaction of at least 80% of the essential criteria;
vi) Omission of a quantified unit price from the price schedule;
vii) Incomplete financial bid;
The principal qualification criteria (Essential criteria)
Evaluation shall be assessed in a binary manner of either Satisfactory or Non.
Assessment of the technical proposal will be carried out on the basis of the main criteria shared as follows:
i) Qualification and experience of personnel in the project ;
ii) The company‟s references ;
iii) Availability of materials and the essential ones ;
iv) Execution date line planning respect ;
iv) Finance capacity (1/3 of estimated coast) ;
Failure to attain 80% of the above criteria will result in the elimination of the offer.
v) The company‟s references ;
vi) Availability of materials and the essential ones ;
vii) Execution date line planning respect ;
The Contracting Authority will award the contract to the tenderer having presented a compliant technical eligible Administrative offer and presenting the lowest evaluated finance offer.
Bidders will remain committed to the offers for ninety (90) days from the deadline set for the submission of tenders.
Complementary information may obtain during working hours from the provide general secretary of KAI KAI Council. Any attempt to corrupt or misbehave or malpractices with evidence should be signaled or reported either by sms or writing with copy to Minister Delegate at the Presidency in charge of Public Contracts, the President of National Anti-Corruption Commission and the Mayor of KAI KAI Council.