Within the framework of Protocol Agreement No 000104/PPRD/SC/CU of 23rd April 2025 signed between the Presidential Plan for Reconstruction and Development of the North West and South West Regions (PPRD) and the North West development Authority (MIDENO), the Director General of MIDENO, the Contracting Authority, hereby launches a Restricted National invitation to tender for the rehabilitation of the Bamenda-Bafut-Wum road 70km through mutal agreement procedure
The works include the following:
1.1.1 Road Resurfacing and Pavement Rehabilitation:
· To rehabilitate the existing road surface by removing damaged layers and resurfacing with durable materials (e.g., soil or concrete) to improve ride quality, skid resistance, and longevity.
· To address issues such as potholes, cracks, and surface wear, ensuring that the road can withstand heavy traffic loads and adverse weather conditions.
1.1.2 Structural Reinforcement:
· To upgrade and strengthen the road’s underlying foundation and subgrade materials to prevent future deterioration and increase load-bearing capacity, especially under the impact of heavy vehicles.
· To improve drainage systems to prevent waterlogging and road damage caused by flooding or poor drainage, thereby extending the road's lifespan.
1.1.3 Improvement of Road Geometric Design:
· To modify the road’s alignment, cross-section, and curvature where necessary to enhance road safety and traffic flow. This may involve widening sections of the road, smoothing sharp curves, and improving intersections and signage.
· To improve the gradient of the road to reduce steep inclines that may cause traffic congestion or accidents, particularly in mountainous areas.
1.1.4 Upgrading of Drainage Systems:
· To rehabilitate or replace damaged culverts, and other drainage structures along the route to ensure uninterrupted traffic flow and prevent flooding during periods of heavy rainfall.
· To enhance the existing stormwater drainage system, which will protect the road from erosion, water damage, and undermining of the roadbed.
1.1.5 Road Safety and Signs:
· To implement road safety measures including the installation of adequate road markings, traffic signs, and safety barriers, particularly at critical points like bends, intersections, and high-traffic zones.
· To incorporate modern lighting systems and reflective paint to improve nighttime visibility and reduce accidents.
1.1.6 Environmental and Sustainability Considerations:
To use eco-friendly construction materials and techniques that reduce environmental impact, while also considering the preservation of local ecosystems during roadwork.
To implement erosion control measures to protect the surrounding environment from soil runoff and vegetation destruction, particularly in areas near water bodies or sensitive ecological zones.
1.1.7 Quality Control and Maintenance Framework:
To establish rigorous quality assurance procedures during construction to meet international road construction standards, ensuring the project is completed with the highest level of durability.
To set up a sustainable road maintenance plan, including regular inspections and the establishment of a dedicated local maintenance crew to carry out ongoing upkeep and repairs post-construction.
By focusing on these specific technical objectives, the project will ensure that the rehabilitated Bamenda-Bafut-Wum road not only enhances the movement of people and goods but also meets engineering standards for safety, durability, and efficiency. This will result in a road network that is resilient to future demands, minimizes maintenance costs, and provides long-term benefits to the region.
The estimated cost of the operation following prior studies stands at One hundred and fifty million (150,000,000) fcfa VAT inclusive
The works of this tender is not subject to allotment as the successful bidder shall rehabilitate the road as one contract
Participation in tendering is restricted to the following firms:
Name of Firms |
Address |
RIKON INTERNATIONAL LIMITED |
|
ETS J-ROCK |
|
PURPOSE ENGINEERING COMPANY LIMITED |
|
The rehabilitation works which form subject of this invitation to tender shall be financed by the budget of the Presidential Plan for Reconstruction and Development (PPRD) of the North West and South West Regions for 2025
The tender file maybe consulted during working hours from 8:00 am to 4:00 pm at the MIDENO Head Office, Secretariat of the Director General, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: 237 233 361 378 following the publication of this notice.
The tender file may be obtained during working hoursfrom 8:00 am to 4:00 pm at the MIDENO Head Office, Secretariat of the Director General, Ayaba Street, P.O. Box 442, Bamenda; Email: midenobda@yahoo.com: Tel: 237 233331661,237 677704325, 237 677 840 250 following the publication of this notice against the payment of a non-refundable sum of One hundred and seventy five thousand five hundred (112,500) belonging to the Public Contracts Regulatory Agency (ARMP) in any BICEC Branch in Cameroon
Each bid drafted in English or French in (7 copies) including one (1) original and six (6) copies marked as such, should reach the MIDENO Head Office located at Ayaba Street adjacent Mansfield Plaza Hotel, P.O. Box 442, Bamenda) not later than 14 AOUT 2025 At 10:00 am prompt and should carry the inscription:
The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be Six (06) calendar months, including the rainy season and other natural occurrence, with effect from the date of notification of the service order to start work.
The stamped hand endorsed bid bond according to the attached model for the sum of three million (3,000,000) fcfa and with thirty (30) days validity period established by an organization or financial institution approved by the Ministry in charge of Finance to issue bonds in Public Procurement and listed in Annex 10 of the Tender Document. The said guarantee must be accompanied by a consignment receipt issued by the “Caisse Depôt et Cosignation (CDEC) in accordance with Circular letter No 0000019/L/MinMap of 5th June 2024 relating to the constitution of deposits, retention, restitution and deconsignment of bonds on public contracts, in case of group bidding/joint venture the bid bond is established on behalf of the group/joint venture.
Under pain of being rejected, only originals or certified true copies by the issuing service and official or administrative authorities (Senior Divisional Officers, Divisional Officers, Bank Officials, and Taxation Officials etc.) of the administrative documents required, including the bid bond, must imperatively be produced in accordance with the Special Conditions of the invitation to tender. They must obligatorily not be older than three (3) months or must not be produced after the submission of the bids.
Any incomplete bid not in conformity with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance or the non-respect of the models of the tender file documents shall lead to a pure and simple rejection of the bid without any appeal being entertained.
The opening of the bids (Administrative documents, Technical and financial proposals) in one phase shall be done on 14 AOUT 2025 at 11:00am local time by an Adhoc committee put in Place by the Director General of MIDENO Conference Room at the Project management Office. Only bidders may attend or duly represented by a person of their choice.
The bids shall be evaluated according to the following principles:
EliminatoryCriteria
· Absence or insufficient Bid Bond of the specified amount
· Absence of the receipt of deposit from CDEC of the amount indicated in the bid bond
· Late submission of bids
· False declarations or forged documents
· Under exclusion sanctions from the Authority in Charge of the Regulation of Public Contracts
· Associated directly or indirectly with the conception, preparation of technical specifications and other documents concerned with this tender
· Non-respect of 75% of the essential criteria
· Bids whose outer envelopes leads to the recognition of the bidder
B. Essential Criteria: The technical documents shall be evaluated following the binary method as follows:
B.1 General Presentation of bids Marks
§ Document spirally bound Yes/No
§ Table of content Yes/No
§ Colour separators Yes/No
§ Bidding documents initialled on each page by duly mandated representative Yes/No
B.2 Presentation of firm Marks
§ Organnigramme of firm/Enterprise Yes/No
§ Experience of at least two (2) years in works of same/similar nature Yes/No
§ Table of References of past works of same/similar nature Yes/No
B.3 Personnel Marks
§ Table of personnel Yes/No
§ Works Director: Rural Engineer or Civil Engineer with at least 5 years working experience Yes/No
§ Works supervisor or Foreman: Senior Civil Engineering Technician with at least five (5) year experience Yes/No
§ Presence of Certificates/Diplomas of personnel Yes/No
§ Presence of signed CVs of Personnel Yes/No
B.4: Methodology/Technical Organization of Works Marks
§ Proof of site visit Yes/No
§ Comprehensive Technical Report of Site Yes/No
§ Organigramme of project execution Yes/No
§ Logical presentation of planning, Methodology,/Organization, outputs & reporting of works Yes/No
§ Special Technical condition (CCTP) duly initialed on each page, signed, signed &dated on last pageYes/No
§ Environmental and security mitigation measures Yes/No
B.5: Equipment for Project Marks
§ One concrete vibrator owned Yes/No
§ One concrete mixer owned Yes/No
§ One pickup vehicle owned Yes/No
§ One dump truck hired or own Yes/No
B.5: Financial Capacity Marks
§ Proof of financial capacity of at least 112,500,000 fcfa
Yes/No
Nota Bene: Only bids that score at least 75% of the essential criteria shall have their financial offer evaluated
The bidder evaluated with a score of 75%and above on the essential criteria and presents the lowest bid financial proposal shall be awarded the contract.
Bidders will remain committed to their bids for thirty (30) days from the deadline set for the submission of bids.
Complementary information can be obtained during working hours from 8 am to 4 pm at the secretariat of the Director General, MIDENO, P.O. Box 442, Bamenda: Email: mideno1981@gmail.com: Tel: 237 233 361 378