Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 16-05-2025 à 23:13
Support : support@armp.cm Plateforme : pridesoft@armp.cm
PRÉFECTURE DE LA MOMO
OPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDURE No.02/ONIT/NW06/DTB/2025 OF 24/04/2025 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)
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

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)

2.Consistance des prestations New(Additif)

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

3.Cout Prévisionnel New(Additif)

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,

4.Allotissement New(Additif)

The works subject to this invitation to tender, are presented in ONE lot, following the itinerary described below:

Region

Division

Structure/

Stretch of road / River

Span/

Length (ml or km)

Duration

(Mois)

Phase 1 amount (ATI) FCFA active 2025

Type of intervention

NORTH-WEST

MOMO

River Feg (Main bridge in Andek town)

18

5

 

130,000,000

Construction of a bridge

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon.

6.Financement New(Additif)

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

7.Consultation du Dossier New(Additif)

The tender file can be consulted in the office of the contracting authority, at the Divisional Office Mbengwi

8.Acquisition du Dossier New(Additif)

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.  

9.Remises des offres New(Additif)

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 ».

 

10.Delai de Livraison New(Additif)

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.

 

11.Cautionnement Provisoire New(Additif)

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.

12.Recevabilité des Offres New(Additif)

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.

13.Ouverture des Plis New(Additif)

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.

14.Critères d'évaluation New(Additif)

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

 

15.Attribution New(Additif)

The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.

16.Durée Validité des Offres New(Additif)

The bidders will be engaged by their bids during a period of ninety (90) days as from the latest date programmed for bids deposit

17.Renseignements Complémentaires New(Additif)

Additional information about technical details can be obtained at the office of the contracting authority, notably at the secretariat of the divisional office Mbengwi.

BAMENDA Le 24-04-2025
Le PRÉFET
FOUDA ETABA BENOIT