The state of Cameroon represented by the Mayor of Eyumojock Council, (the contracting authority) launches an Open National Invitation to Tender by emergency procedure for the rehabilitation of the Otu bridge in Eyumojock Sub Division, Manyu Division. South West region
The works that are expected to be executed comprise the following main headings:
INSTALLATION
- Site installation
- Bringing and removal of materials and equipment on the site
EARTH WORKS AND SITE CLEARANCE
- Site clearance
DRAINAGE AND CANALISATION
- Curing of the waterbed
- Cleaning of the debris and curing of the drainage holes on the existing bridge deck
ENGINEERING STRUCTURE
- Reinforced concrete dosed at 400Kg/m3 for the concreting of the bridge deck
- Putting in place IPE 360 profile beams as the transversal beams
- Putting in place IPE 550 profile as the longitudinal beams
- Scaffolding works (Height 9m)
- Ordinary formwork
- Demolition of the damaged bridge deck on the section concerned
- Geotechnical studies (Reinforced concrete design)
EQUIPMENT AND-SECURITY
- Re-adjustment of the existing guard rails in galvanized iron tubes
- Type A metallic sign boards on both sides of the bridge
OTHERS
- Oil paint in red and white colours on the guard rails
- Anti-corrosive paint
- Maintaining of circulation during works on the existing bridge
The provisional amount for the above mention project is One hundred and thirty million (130 000 000) FCFA
Participation in this invitation to tender is opened to registered qualified companies operating under the laws of the Republic of Cameroon and who have the technical and professional expertise in Public Works and especially in the bridge construction domain.
Project |
Span |
Imputation |
Project Amount |
|
For the rehabilitation of the Otu bridge in Eyumojock Sub Division, Manyu Division. South West region
|
40ml |
ROAD FUND |
130 000 000 FCFA (with all taxes included) |
The tender documents are available for consultation and acquisition at the Eyumojock Council Secretariat, upon presentation of a treasury receipt showing payment of a non-refundable sum of Two hundred thousand (200,000) frs CFA
The original copy of this treasury receipt (s) shall be included in the bidder’s documents.
The tender documents are available for consultation and acquisition at the Eyumojock Council Secretariat, upon presentation of a treasury receipt showing payment of a non-refundable sum of Two hundred thousand (200,000) frs CFA
The original copy of this treasury receipt (s) shall be included in the bidder’s documents.
Bids prepared in English or French shall be submitted in six (06) bound copies i.e. one stamped original and five (05) other copies marked accordingly to the Secretariat of the contract office on or before the 27/05/2026 at 10:00 AM prompt in a single envelope comprising the Administrative, Technical and Financial Documents. The Envelope shall be addressed as follows:
<< OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE
N°:012/ONIT/MAYOR/ECTB/RF 2025 OF THE 28/04/2026
FOR THE REHABILITATION OF THE OTU BRIDGE IN EYUMOJOCK SUB DIVISION, MANYU DIVISION. SOUTH WEST REGION
FUNDING: ROAD FUND MINTP 2025
(To Be Opened Only During the Bids Opening Session of the Tenders Board)>>
The external envelope should not carry any mark that can lead to the identification of the bidder.
The duration prevue for the execution of this project is Four (04) calendar months as from the date of notification of the service order to start works
Each bidder must attach to his/her administrative documents an attestation of guarantee deposit of Two Million (2,600.000) frs CFA with all taxes inclusive, issued by a commercial bank, approved by the Ministry of the Economy and Finance and COBAC. This attestation, which must be an original, should not be more than three (03) months old.
Bids prepared in English or French shall be submitted in six (06) bound copies i.e. one stamped original and five (05) other copies marked accordingly to the Secretariat of the contract office on or before the 27/05/2026 at 10:00 AM prompt in a single envelope comprising the Administrative, Technical and Financial Documents. The Envelope shall be addressed as follows:
<< OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE
N°:012/ONIT/MAYOR/ECTB/RF 2025 OF THE 28/04/2026
FOR THE REHABILITATION OF THE OTU BRIDGE IN EYUMOJOCK SUB DIVISION, MANYU DIVISION. SOUTH WEST REGION
FUNDING: ROAD FUND MINTP 2025
(To Be Opened Only During the Bids Opening Session of the Tenders Board)>>
The external envelope should not carry any mark that can lead to the identification of the bidder.
The Bids shall be opened in the Secretariat of contract Unit Eyumojock on 7/05/2026 at 11.00 am prompt. At the opening of the bids by the Eyumojock Council tenders’ board, any bid that shall not conform to the prescription of the tender documents shall be rejected out rightly, especially those lacking any required Administrative document and the guarantee deposit, which must be originals or copies certified by a competent Authority at the place of issue of the original
On opening of the bids, the Divisional tenders board shall reject out rightly any bid that falls under any one of the criteria mentioned below:
- A bid that is not registered in the bidder’s register.
- A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
- Non-Provision of a Certificate of Categorization of the Enterprise by MINDEL-MINMAP;
- Absence of an Attestation of Non-Abandonment of Contract from DD MINMAP, MANYU;
- A bid with documents jumbled up in one envelope.
- A bid without the required number of copies.
- Any forged administrative documents.
- Absence or insufficient bidder’s guarantee deposit.
- Absence or non-compliance in just one document of the administrative file.
8.2 Technical file
Essential criteria:
The technical documents shall be evaluated following the binary method as follows:
|
DESIGNATION |
YES |
NO |
|
A GENERAL PRESENTATION 1 Document spirally bound 2 Hard back cover 3 Content page 4 Coloured separators |
|
|
|
B PERSONNEL 1 Table of personnel 2 Project engineer who must have a first degree in civil Engineering with at least 8 years experience (certificate and CV) 3 Site foreman a senior technician with a minimum of 5 years experience.( certificate and CV)) 4 Other support staff(certificate and CV) All certificates must be certified |
|
|
|
C TECHNICAL ORGANIZATION OF THE WORKS 1 Comprehensive technical Report of site visit 2 Organigram of the enterprise 3 Organigram of the project 4 Logical sequence for the execution of the task 5 Quality control method 6 Methodology/organization of the works 7 Protection of the environment and security measures 8 Suitable planning of activities and execution. |
|
|
|
D EQUIPMENT PUT IN PLACE FOR THIS PROJECT 1 List of equipment 2 Prove of ownership of a dump truck, Excavator or contract of hiring 3 Prove of ownership of a liaison vehicle 4 Prove of ownership of concrete vibrator and motor pump; 5 Concrete mixer 7 Compactor 7 Any other machine to facilitate the execution of the works 8 Small tools (light equipment) ,buckets, hammers, wheel barrows etc These are small tools used in for construction works (masonry tools, carpentry tools, iron mongering tools, etc) N/B: These equipment must be justified by title deeds or receipt of purchase. |
|
|
|
E REFERENCES 1 Table of past jobs realized (indicate amount, year, contract number, funding body and place of execution) 2 Business License ≥ 120 million 3 Attestation of Credibility ≥ 150 million F References of at least 5 projects in the domain of Civil Construction costing above 100,000,000 The experiences shall be judged from the number of construction projects greater than One Twenty (120) million FCFA realized for the past five (05) years. 4 Having no other ongoing construction works costing above 50,000,000 4 All projects listed shall be justified by Certified copies of contracts and PVs of reception signed where originals were issued by one of its members
|
|
|
N/B: Only bids that score above 100% yes criteria on the technical tender shall have their financial Bids evaluated
1.3 Financial file
Eliminating criteria
- A quantity in the bill of quantities not in conformity with the tender specification (DAO)
-Absence of a well calculated and valid sub detail of unit price
According to article 33(1) (a) of the Public Contract Code, the Delegated contracting authority shall award the contract to the bidder whose bid is judged to conform to the essential of the tender specification, and who has submitted the most coherent and responsible bids considering the Cost-Benefit Ratio of the Council. However, any inconsistent and unrealistic (lowest) financial offer shall not be accepted.
The bidders shall remain committed to their bid for 90 days from the deadline of the submission of bids.
Further information can be obtained from the Mayor Eyumojock Council, the Delegated Contracting Authority