The Senior Divisional Officer Momo (S.D.O); CONTRACTING AUTHORITY, initiates on behalf of the Republic of Cameroon, an Open National Invitation to tender, emergency procedure For Construction/Reconstruction of a Collapsed Structure in Momo Division. (Construction of Main Bridge in Andek Town Of 18m Span Over River Feg in Ngie Subdivision, North West Region)
SERIES 000 |
INSTALLATION |
TM001 |
Site installation |
TM002 |
Supply and withdrawal of equipment |
SERIES 100 |
CLEANING AND LEVELLING |
TM101 |
Clearing |
TM108a |
Backfilling with laterite gravel from borrow pit |
SERIES 300 |
DRAINAGE |
|
|
TM304 |
Cleaning the riverway |
TM315 |
Drainage Channel |
SERIES 400 |
ENGINEERING STRUCTURES |
TM407 |
Excavations on ordinary grounds or riverbeds |
TM409c |
Rubble masonry abutments 3m |
TM411 |
Backfilling the Excavations with Rocks around the footings |
TM412 |
Filter materials behind the abutments (gravel, sand and pozzolana ) |
TM413 |
Backfilling adjacent to the structures |
TM423a |
Lean concrete dosed at 150kg/m³ |
TM423f |
Reinforced concrete dosed at 400kg/m³ (slap) |
TM423f |
Reinforced concrete dosed at 450kg/m³ (foundations) |
TM430d |
Installation of IPE 500 beams |
TM330c |
Installation of IPE 450 beams |
TM431a |
Ordinary formwork |
TM431b |
Wooden formwork |
TM433 |
HA25 steel or equivalent Anchored to the rock |
TM438 |
Gargoyle |
TM441 |
Geotechnical studies and Performance plan |
|
|
SERIES 500 |
SIGNALISATION AND SECURITY EQUIPMENT |
TM501c |
Guard Rail |
TM516a |
Type A metallic sign board |
TM528a |
Wooden poles |
TM528b |
Reinforced concrete Poles |
SERIES 600 |
DIVERS |
TM606C |
Bituminons Paint |
Maintain of circulation |
The previewed cost of the entire work of this Open National Invitation to tender, emergency procedure is 130,000,000 FCFA (one hundred and forty million), including all taxes. And shall be executed in one phase as follows: the cost of Phase is 130,000,000 FCFA (One Hundred and Thirty Million FCFA) to be executed in 2025,
The works subject to this invitation to tender, are presented in ONE lot, following the itinerary described below:
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 Public Investment Budget of the Ministry of Public Works (PIB MINTP 2025 Excise), for the 2025 financial year
The tender file can be consulted in the office of the contracting authority, at the Divisional Office Mbengwi
The tender file can be obtained in the office of the contracting authority, precisely in the office of the senior divisional office, on presentation of a payment receipt to the public treasury, of a non-refundable purchase fee for the tender file. 108,000 (one hundred and eight thousand francs cfa) Francs CFA.
This receipt should identify the buyer as the representative of the bidder, wishing to participate in the consultation.
Each bid, prepared in English or 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 Office of the Senior Divisional officer latest the: 16/05/2025 at 10.00am local time bearing
OPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDURE No.02/ONIT/NW06/DTB/2025 OF 24/04/2025 FOR THE CONSTRUCTION/RECONSTRUCTION OF A COLLAPSED STRUCTURE IN MOMO DIVISION. (CONSTRUCTION OF MAIN BRIDGE IN ANDEK TOWN OF 18M SPAN OVER RIVER FEG IN NGIE SUBDIVISION) NORTH WEST REGION |
To be opened only during the bid-opening session ».
The entire period for 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 the Works.
The bids should be accompanied by a temporal bid bond (Bank Tender Guarantee, or a bank cheque certified), 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 cfa F (Tender guarantee) |
LOT N°1 |
2,600,000 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 within 30 (thirty days) 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 rules and regulations of this tender.
These Administrative documents have a validity period of (03) three 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 16/05/2025 at 11:00am, in the conference hall of the Senior Divisional’s Office, at the senior divisional office Mbengwi premises.
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 envelope C containing financial document (volume 3).
All the bidders can take part in this opening session or can be represented by one dully mandated person (even in case of joint venture) who has a perfect mastery of the tender file.
16-1- : ELIMINATORY CRITERIA :
a) Absence bid bond in the administrative file ;
b) No purchase receipt from public Tresury
c) No reference ≥ 104,000,000frs in this domian (80%)
d) Deadline for delivery higher than prescribed;
e) False declaration or falsified documents ;
f) A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
g) Incomplete financial file;
h) Change of quantity or unit;
i) Suspended by MINMAP or ARMP.
j) Not having obtained at least seventy five percent (75%) of the essential technical criteria;
k) Any bid carrying a mark identifying the bidder.
16-2: 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;
d. General presentation of bids
e. Financial capacity;
f. Safety measures at site;
g. Technical organization of works;
h. Logistics;
i. Attestation and report of site visit;
j. Special technical clausses initiated on all pages and last page signed;
k. Special administrative clausses filled and initiated on all pages and last page signed
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 ninety (90) days as from the latest date programmed for bids deposit
Additional information about technical details can be obtained at the office of the contracting authority, notably at the secretariat of the divisional office Mbengwi.