The MAYOR OF JAKIRI COUNCIL; CONTRACTING AUTHORITY, initiates on the behalf of the Republic of Cameroon, an Open National Invitation to tender for the realization of the projects mentioned above:
LOT |
STRETCH OF ROAD |
COUNCIL CONCERNED |
LENGTH ML |
PREVIEWED BUDGET IN FCFA (TTC) |
DURATION (MONTHS) |
THE CONSTRUCTION OF TWO PERMANENT BRIDGES ON RIVER NGWANYAM LOT 01 (5.4M) AND SHUKIM LOT 02 (6M) ON THE ROAD STRETCH WAINAMAH - KWANSO - NDZEREM NYAM. JAKIRI SUB DIVISION BY EMERGENCY PROCEDURE |
|||||
01 |
RIVER Ngwanyam |
JAKIRI |
5.4M |
75 000 000 |
04 |
02 |
RIVER shukim |
JAKIRI |
06M |
75 000 000 |
04 |
The works subject to this invitation to tender are presented in TWO lots, following the itinerary described below:
LOT |
STRETCH OF ROAD |
COUNCIL CONCERNED |
LENGTH ML |
PREVIEWED BUDGET IN FCFA (TTC) |
DURATION (MONTHS) |
THE CONSTRUCTION OF TWO PERMANENT BRIDGES ON RIVER NGWANYAM LOT 01 (5.4M) AND SHUKIM LOT 02 (6M) ON THE ROAD STRETCH WAINAMAH - KWANSO - NDZEREM NYAM. JAKIRI SUB DIVISION BY EMERGENCY PROCEDURE |
|||||
01 |
RIVER Ngwanyam |
JAKIRI |
5.4M |
75 000 000 |
04 |
02 |
RIVER shukim |
JAKIRI |
06M |
75 000 000 |
04 |
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 the budget of the MINTP ROAD FUNDS Budget for 2025/2026.
The tender file can be consulted in the office of the contracting authority that is at the Mayor’s Secretariat of the JAKIRI council, Jakiri Sub Division. Tel: 650 612 472
The tender file may be acquired from the JAKIRI Council, Mayor’s Secretariat, Tel: 650 612 472, upon presentation of a non-refundable treasury receipt (payable at the Municipal Treasury of JAKIRI Council) of 122 000 (One hundred and twenty two Thousand) FCFA. Such a receipt shall identify the payer as representing the company that wants to participate in the tender
This receipt should be able to identify the buyer as the representative of the bidder, wishing to participate in the consultation. Payment of the bid paid elsewhere will not be accepted
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 contracting authority, notably to The Lord Mayor of Jakiri Council latest the: 14/03/2025 at 10:AM local time bearing
OPEN NATIONAL INVITATION TO TENDER
N°: 09/ONIT /ROAD FUND/JC/JCITB /2025
THE CONSTRUCTION OF TWO PERMANENT BRIDGES ON RIVER NGWANYAM LOT 01 (5.4M) AND SHUKIM LOT 02 (6M) ON THE ROAD STRETCH WAINAMAH - KWANSO - NDZEREM NYAM. JAKIRI SUB DIVISION BY EMERGENCY PROCEDURE
To be opened only during bid session
The entire period of execution of these Works is 5 months_ (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 |
1, 500,000 FCFA |
LOT N°2 |
1, 500,000 FCFA |
To avoid being rejected, the original copy of the bid bond (Bank tender guarantee) should be produced dating less than 3 (three) months.
The temporal bid bond shall automatically be liberated highest 90 (Ninety) 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 validity period of (03) months. This validity period has to begin after the date of the launching of the tender
The opening of bids shall take place on the__14/03/2025 at 11: AM in the conference hall of the Jakiri council by it’ competent members.
The opening of bids will be done at once and in three stages:
- Stage 1: Opening of envelope A containing Administrative document (volume 1),
- Stage 2: Opening of envelope B containing Technical document (volume 2)
- Stage 3: Opening of envelope C containing financial document (volume 3).
All the bidders can take part in this opening session or can be represented by one person dully mandated (Even in case of joint-venture) who has a perfect mastery of the tender file.
14-1- : ELIMINATORY CRITERIA :
a) Absence of submission bid bond (tender bank guarantee) ;
b) Non-conformity after a period of 48 hours following the deposit of bids, of at least one Administrative document;
c) False declaration, falsified or non-authentic document;
d) Incomplete technical Bid, or the absence of:
Ø Site Visit report signed by the contractor and the Engineer of the company upon presentation of pictures as prove of visiting the project site;
Ø A works engineer with qualification as required in the tender file (ten years (10) of experience in the domain;
Ø The works engineer not registered in the national order of civil engineer;
Ø An environmental expert with less than 02 years’ experience in the domain;
e) 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
f) Omission of a unit price in the schedule of unit prices and the bill of quantities and cost estimates;
g) Incomplete financial bid for absence of one of the following documents:
Ø The tender letter ;
Ø The unit price schedule following the indicated model of prices without value added tax in figures and in words, clearly filled. ;
Ø The bill of quantities and cost estimates (BOQ);
Ø The unit price breakdown;
h) Failure to obtain a technical score of 75%
14-2: Essential criteria:
The technical bids will be evaluated according to the following ten (10) main criteria:
a. Key personnel of the enterprise on Four (04) 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 contracting authority, notably The Lord Mayor of Jakiri Council.