The Governor of North West, Delegated Contracting Authority launches an Open National Invitation to Tender for the Construction of a bridge of 6ml span down ALLEG-NW BWALIM airport in bafut subdivision and the construction of a permanent bridge over river kufum at pk 1+350 between bali and mbengwi, mezam division, north west region. The works to be executed are spelt out in Article 29(a) and 29(d) of the Special Regulations governing the invitation to tender (RPAO) enclosed with the Tender File.
Work to be done consists of the Construction of a bridge of 6ml span down ALLEG-NW BWALIM airport in bafut subdivision and the construction of a permanent bridge over river kufum at pk 1+350 between bali and mbengwi, mezam division, north west region. The works include the following:
- Installation
- Earth Works
- Engineering structures
- Signalisation and Security
-
Lot: |
Name of project |
Amount of project |
Amount of bid bond |
Cost of tender file : |
1 |
Construction of a bridge of 6ml span down alleg-nw bwalim airport in bafut subdivision and the construction of a permanent bridge over river kufum at pk 1+350 between bali and mbengwi, mezam division, north west region |
140,000, 000F CFA |
2,800,000F CFA |
110,000F CFA |
Lot: |
Name of project |
Amount of project |
Amount of bid bond |
Cost of tender file : |
1 |
Construction of a bridge of 6ml span down alleg-nw bwalim airport in bafut subdivision and the construction of a permanent bridge over river kufum at pk 1+350 between bali and mbengwi, mezam division, north west region |
140,000, 000F CFA |
2,800,000F CFA |
110,000F CFA |
Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned who are registered on the COLEPS platform
Works that form the subject of this invitation to tender shall be financed by PUBLIC INVESTMENT BUDGET OF MINTP – 2025
Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Governor services room 108 Tel 233361941/652582344 as soon as this notice is published.
The file may be obtained from the Governor services, room 108 Tel 233361941/652582344, as soon as this notice is published against the payment of a non-refundable sum of ONE HUNDRED AND TEN THOUSAND (110,000) CFA francs, payable at the National Treasury.
The submission is done electronically. The bid should be forwarded by the tenderer on the COLEPS platform or any other means of electrical communication indicated by the project owner not later than 23/05/ 2025 at 11am prompt. A backup copy of the bid registered on USB key should be forwarded in a sealed envelope with the clear and legible indication “ backup copy”, in addition to the above label, within the allocated deadline.
NB file size and format
For online bidding, the maximum sizes of the documents that will transit on the platform and constitute the tenderer’s offer are the following;
The following formats are acceptable
The applicant shall use compression software to possibly reduce the size of the files to be transmitted according to the sizes indicated above.
NB the original of the BIDs should be presented during the online opening session.
The sealed pack (Backup copy of the bid) shall bear the following inscriptions:
RESTRICTED INVITATION TO TENDER No.013/RIT/NWRTB/GOV-NWR OF 30/04/2025, FOLLOWING AUTHORISATION N°02165-25/L/PRC/MINMAP/SG/DGMI/DMTR/EECA OF 27TH MARCH 2025, FOR THE CONSTRUCTION OF A BRIDGE OF 6ML SPAN DOWN ALLEG-NW BWALIM AIRPORT IN BAFUT SUBDIVISION AND THE CONSTRUCTION OF A PERMANENT BRIDGE OVER RIVER KUFUM AT PK 1+350 BETWEEN BALI AND MBENGWI, MEZAM DIVISION, NORTH WEST REGION
“To be opened only during the bid-opening session
The maximum deadline provided by the Project Owner or Delegated Contracting Authority for the execution of the project forming the subject of this invitation to tender is FIVE (05) months
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 12 of the Tender File, of an amount of Two million eight hundred thousand (2,800,000) FCFA and valid for thirty (30) days beyond the date of validity of bids.
Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be 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 23/05/.2025 at 12:00 noon in the conference hall of the GOVERNOR OF NORTH WEST REGION by the competent Regional 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.
The evaluation of the bids shall be done in three (03) steps:
Ø 1st step: Verification of the conformity of the administrative file;
Ø 2nd step: Evaluation of the technical file;
Ø 3rd step: Analysis of the financial file.
The criteria of evaluation are the following:
There are two types of evaluation criteria: eliminatory and essential criteria. The aim of these criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.
14.1-Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted 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:
14.1.1- Administrative documents
1. Absence of bid bond or insufficient bid bond;
2. Absence or non-conformity of an administrative document not regularised after 48hrs from the time of opening;
3. Non respect of the tender model;
4. Financial capacity less than 80% of the total amount the project;
5. Deadline for delivery higher than prescribed;
6. Incomplete financial file;
7. Change of quantity or unit;
8. Non respect of 75% of essential criteria;
9. False declaration forged or scanned documents;
10. Suspended by MINMAP in 2024.
14.1.2- Financial offer
· Incomplete financial offer;
· Omission of quantified unit price in the financial offer;
· Absence of break down price.
Essential criteria:
The technical offer of the bidder shall be assessed along the following lines:
S/N |
Designation |
MARKS |
01 |
General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents in the order given in this tender file, quality of document. |
01 |
02 |
Reference of the enterprise:
|
02 |
03 |
Quality of Requested staff: Qualifications, experience of personnel affected to the project, CV, NIC and attestation of availability. |
03 |
04 |
Presence of the methodology of work execution |
05 |
05 |
Technical and material affected to the project: The company should justify the property of the necessary material to the execution of works. |
02 |
06 |
Presence of the pre-financing capacity |
01 |
The criteria relating to the qualification of bidders could be indicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
The note of the technical offer will be gotten by addition of marks for every criteria. Only the technical offer having gotten an equal or superior note to 75% of YES will be kept for the financial evaluation.
The Contract shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 99 of the public contracts code).
The bidders shall remain committed to their bids during a period of (Ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours at the Governor services room 108 Tel 233361941/652582344