Within the framework of the letter referenced from the Ministry of Decentralisation and Local Development (MINDDEVEL) to the Mayor of Belo Council concerning the execution of bridges in the municipality under the 4% Council Reserved Fund, the Contracting Authority — the Mayor of Belo Council — hereby launches an OPEN NATIONAL INVITATION TO TENDER by EMERGENCY PROCEDURE for: The construction of three (03) bridges (Lot 1, Lot 2, Lot 3) in Belo Municipality, Boyo Division, North-West Region.
The works to be executed are as follows:
· |
Lot 1: Construction of a bridge over River Anyouh linking Fetongle and Njonghitin in Mbessa. Lot 2: Construction of a bridge over River Fekumkwak linking Tinikum and Njonghitin in Mbessa. Lot 3: Construction of a bridge over River Bulum linking Bulom and Belo. |
The works for each lot shall consist of:
· |
Cleaning the bed of the watercourse; |
In general, the works include:
LOT 1
Page 5 of 113
Nº |
DESCRIPTION |
LOT |
SITE INSTALLATION |
200 |
ROAD DIVIATION AND BRIDGE ACCESS |
LOT |
CONSTRUCTION OF BRIDGE AND ITS ACCESSORIES(SPAN=7.0M WIDTH=6.0M; HEIGHT=4.5M) |
Lot |
ENVIRONMENTAL MITIGATION MEASURES |
LOT 2
Nº |
DESCRIPTION |
LOT |
SITE INSTALLATION |
200 |
ROAD DIVIATION AND BRIDGE ACCESS |
LOT |
CONSTRUCTION OF BRIDGE AND ITS ACCESSORIES(SPAN=6.0M WIDTH=6.0M; HEIGHT=4.5M) |
Lot |
ENVIRONMENTAL MITIGATION MEASURES |
LOT 3
Nº |
DESCRIPTION |
LOT |
SITE INSTALLATION |
200 |
ROAD DIVIATION AND BRIDGE ACCESS |
LOT |
CONSTRUCTION OF BRIDGE AND ITS ACCESSORIES(SPAN=5.0M WIDTH=6.0M; HEIGHT=3.5M) |
Lot |
ENVIRONMENTAL MITIGATION MEASURES |
The estimated cost after preliminary studies stands at:
· |
Lot 1: 42,000,000 (Forty-two million) FCFA, all taxes inclusive; Lot 2: 37,000,000 (Thirty-seven million) FCFA, all taxes inclusive; |
Page 6 of 113
· |
Lot 3: 30,939,884 (Thirty million nine hundred and thirty-nine thousand eight hundred and eighty-four) FCFA, all taxes inclusive. |
The works are divided into three (03) lots.
Participation is opened under the same conditions to all Cameroonian Companies and business concerns that have proven experience in the fieldof building construction and civil engineering in general and who are not in aperiod of suspension by the authority in charge of public contracts.
The said works shall be financed as per the convention signed between FEICOM and Belo Council assigned to the Mayor BELO Council as Authorising Officer with the budgets of 4% Council Reserved Funds at FEICOM 2025 Reference 0000284/L/MINDDEVEL/SG/DPDS/CP-RLA/CEA3
The tender file may be consulted during working hours at the Mayor’s Secretariat of the BELO council and tel: 670 14 21 20,
The tender file may be obtained from the SIGAMP Office, Belo Council, upon presentation of a non-refundable treasury receipt (payable at the Treasury of Belo Council), as follows:
· |
Lot 1: 70,000 (seventy thousand) FCFA; Lot 2: 60,000 (sixty thousand) FCFA; Lot 3: 50,000 (fifty thousand) FCFA. |
The receipt must identify the payer as representing the company wishing to participate, and indicate the intended lot.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and
should reach the BELO Council, Contracts Award Service, not later than 27/09/2025 and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE
No. 14/ONIT/BC/BCITB/2025 of 03/09/2025
FOR THE CONSTRUCTION OF THREE (03) BRIDGES (LOT 1, LOT 2, LOT 3) IN BELO MUNICIPALITY, BOYO DIVISION, NORTH-WEST REGION
Indicate the Lot
“TO BE OPENED ONLY DURING THE BID-OPENING SESSION”
In case of any ambiguities or differences, only the original shall be considered authentic.
The maximum execution deadline provided by the Project Owner / Contracting Authority for each lot forming the subject of this invitation to tender is four calendar (04) months, as from the date of notification of the contractor by the control engineer to start work.
Each bidder must include in his/her administrative documents, a bid bond that respects the models of thistender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 10 of this tender file), of an amount
· |
Lot 1: 840,000 (eight hundred and forty thousand) FCFA; |
valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily be not older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice.
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.
The opening of the bids in one phase shall be done on 27/09/2025 at 11p.m. prompt in the conference hall of the BELO council by the competent tender board. Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.
14. |
|
Ø1st Stage: verification of the conformity of each administrative document; Ø2nd Stage: Evaluation technical bids;
Ø3rd Stage: Analyses of Financial bids.
The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
Eliminatorycriteria fix the minimum conditions to be fulfilled to beadmitted for evaluation according to the essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
¨Absence of bid bond
¨False declaration or forged document
¨Non compliance with major technical specifications (to be listed)
¨Non-respect of X essential criteria (X being greater than or equal to 75%) ¨Absence of quantified unit price)
¨Non compliance with the model bid
¨Cathegorisation.
14.2. Main Qualification criteria:
Essential criteria are those that are primordial or key in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender. They must be determined in relation to the nature and content of the works to be executed.
Indicatively, the criteria related to the qualification of candidates will be on:
Page 8 of 113
¨Financial situation;
¨Experience;
¨Personnel;
¨Equipment.
The contract shall be awarded to the bidder whose bid is compliant with the tender file and presents the lowest evaluated bid with satisfactory technical quality, in accordance with Article 33 of the Public Contracts Code.
Bidders can bid for all but will only be awarded two
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained every day during working hours from the BELO Council, Contracts Award Service, Tel: 670 14 21 20