The Governor of the North-West Region; DELEGATED CONTRACTING AUTHORITY, initiates on the behalf of the Republic of Cameroon, an Open National Invitation to tender for the realization of the operation mentioned above:
Purpose of the Tender File : The purpose for this tender is the executions of works for THE CONSTRUCTION OF A DEFINITIVE REINFORCED CONRETE BRIDGE AT PK 24+800 ON THE SECTION OF THE COMMUNAL ROAD MBIAME -LIP-LIMITE NW/OU ,BUI DIVISION IN THE NORTHWEST REGION (PHASE 1) By Emergency Procedure
These works comprises of the following descriptions:
S/N Designation
0 Installation
Tm001 Site Installation
Tm002 Bringing And Unfolding Of Equipment
Sub-Total Series 000
100 Clearing And Earthworks
Tm101 Bush Clearing
Tm102 Excavation And Throw Of Trenches
Tm108a Fill With Laterite From Borrow Pit
Sub- Total Series 100
200 Structural Works
Tm201 Hardcore For Foundation
Tm202 Excavation On Ordinary Land
Tm 203 Fill With Filtering Materials For Abutment Walls
Tm205 Layer Fill Adjacent To The Structure
Tm206 Lean Concrete Dosed At 150kg/M3
Tm 207 Reinforced Concrete Dose At 350kg/M3 For Foundation ,Pillars And Beams Tm 208 Ordinary Formwork
Tm 210 Scarfolding Tm 212 Geotechnical Studies
Tm 213 Stone Masonry Abutment Walls And Intermediary Pier
Sub-Total Serie 200
300 Divers
Tm301 Maintenance Of Access To The Bridge
Tm301 Deviation And Maintenance Of Circulation
The previewed cost of the entire works of this Open National Invitation to tender is: 100,000 ,000 fcfa (one hundred million) FCFA all taxes inced.
The works subject to this invitation to tender are presented in ONE lot, following the itinerary described below:
THE CONSTRUCTION OF A DEFINITIVE REINFORCED CONRETE BRIDGE AT PK 24+800 ON THE SECTION OF THE COMMUNAL ROAD MBIAME -LIP-LIMITE NW/OU ,BUI DIVISION IN THE NORTHWEST MBIAME
Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon.
The Works on this tender are funded by MINTP Public Investment Budget for 2023.
The tender file can be consulted in the office of the delegated contracting authority, that is at the office of the Governor of the North West Region situated at up station.
The tender file can be obtained at the secretariat of the office of the delegated contracting authority, precisely in the office of the Governor of the North West Region situated at up station, upon presentation of a payment receipt from the public treasury, which is a nonrefundable purchase fee for the tender file. The amount for the bid acquisition stands at 100 000 (ONE HUNDRED THOUSAND cfa) Francs CFA. This receipt should be able to identify the buyer as the representative of the bidder, wishing to participate in the consultation.
The bid documents will be presented in three envelopes as illustrated bellow: The Envelope A containing Administrative documents (volume 1); The Envelope B containing Technical documents (Volume 2); The Envelope C containing financial documents (Volume 3). All constituted documents (Envelopes A, B and C), will be put in a big sealed envelope bearing only the title of the Open national invitation to tender. The various documents in each bid will be numbered in the order of the tender file and with separators of different colors other than white.
Each bid, prepared in English or in French in (07) seven copies, that is (01) one original and (06) six copies noted as such, shall be forwarded to the delegated contracting authority, notably to the Governor of the North West Region situated at up station, latest the 16 August 2023 at 11 noon local time bearing
OPEN NATIONAL INVITATION TO TENDER N° 013/ONIT/GOV/SG/RTB/2023 OF 21 JULY 2023
FOR THE CONSTRUCTION OF A DEFINITIVE REINFORCED CONRETE BRIDGE OF SPAN 45ml AT PK 24+800 ON THE SECTION OF THE COMMUNAL ROAD MBIAME -LIP-LIMITE NW/OU ,BUI DIVISION IN THE NORTH-WEST REGION(PHASE 1) By Emergency Procedure To be opened only during bid opening session
The entire period of execution of these Works is 5 (five months) calendar months. This duration starts as of the date of notification of the service order to start Works.
The bids should be accompanied by a temporal bid bond (Bank Tender Guarantee), established as per the indicated Model in this tender file, by a financial institution accredited by the Ministry of Finance, and of an Amount equal to:
Lot Number Amount of the bid Bond in Fcfa (Tender guarantee)
LOT N°1 2,000,000 FCFA
To avoid being rejected, the original copy of the bid bond (Bank tender guarantee) should be produce dating less than 3 (three) months. The temporal bid bond shall automatically be liberated highest 30 (thirty) days upon expiration of the validity of the bids for the unsuccessful bidders.
In case where the bidder is awarded the contract, the temporal bid bond is liberated after the production of the final bond.
Bids that will be submitted after the date and time mentioned above or those that will not respect the separation model indicated in the different documents in each bid shall not be accepted. To avoid being rejected, the required Administrative documents will be imperatively produced in original or in certified true copies by the issuing service, in conformity with the stipulation of the rules and regulations of this tender. These Administrative documents have a validity period of (03) months. This validity period has to begin after the date of the launching of the tender.
18/08/2023
1- : ELIMINATORY CRITERIA :
a) Absence of submission bid bond (tender bank guarantee) ;
b) Absence after a period of 58 hours following the deposit of bids, of at least one of the administrative documents, excluding that of the submission bid bond;
c) Non-conformity after a period of 58 hours following the deposit of bids, of at least one Administrative document;
d) False declaration, falsified or non-authentic document;
e) Incomplete technical Bid, or the absence of:
Site Visit report signed by the contractor;
A works engineer with qualification as required in the tender file ten years (10) of experience in the domain;
The works engineer not registered in the national order of civil engineer; Any of the key workers being a civil servant;
An environmental expert with less than 02 years’ experience in the domain;
Absence of « the organization, the methodology and planning » rubrics in the technical bid.
f) Personal Declaration attesting that the bidder has not abandoned any contract within the last three years, and that he does not figure on the list of defaillant enterprises established by MINMAP;
g) Incomplete financial bid for absence of one of the following documents:
The tender letter;
The unit price schedule following the indicated model of prices without value added tax in figures and in words, clearly filled. ;
The bill of quantities and cost estimates (BOQ);
The unit price breakdown;
Omission of a unit price in the schedule of unit prices and the bill of quantities and cost estimates; h) Failure to obtain at least seven out of the ten criteria, following the evaluation of the essential technical criteria.
2 : Essential criteria :
The technical bids will be evaluated according to the following ten (10) main criteria: a. Key personnel of the enterprise on three (03) criteria ;
b. The site equipment to be mobilized on five (05) criteria ;
c. The Enterprise references on two (02) criteria.
The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.
The bidders will be engaged by their bids during a period of thirty (30) days as from the latest date programmed for bids deposit.
Additional information in relation to technical details can be obtained at the office of the delegated contracting authority, notably The Governor of the North West Region situated at up station