Within the framework of 2024-2025 Investment Budget, the SDO FOR NGOKETUNJIA the Delegated Contracting Authority; in collaboration with the Divisional Delegate of MINTP the Project Owner, and hereby launches on Open National Invitation to Tender FOR THE CONSTRUCTION OF TWO BRIDGES OF THE SAME DIMENSION (SPAN=6m, HEIGHT =5M, WIDTH=6M) IN RE-INFORCED CONCRETE AT PK 4+ 700 and PK 15+ 900 RESPECTIVELY IN NJINDEM QUARTER ON THE ROAD STRETCH WATER SIDE TO BACKYIT QUARTER THORUGH G.S BALIKUMBAT, IN BALIKUMBAT MUNICIPALITY IN NGOKETUNJIA DIVISION OFTHE NORTH WEST REGION.
Work to be done consists of preparatory works, grading and opening and grading of part of the road works, drainage works on the roads herein below
Road No |
DESCRIPTION |
|
DAIMENSION |
|
LENGTH(M) |
WIDTH(m) |
HEIGHT(M) |
||
1 |
CONSTRUCTION OF A BRIDGE IN RE-INFORCED CONCRETE AT PK4+ 700 AT NJINDEM QUARTER |
6.00 |
6.00 |
5.00 |
2 |
CONSTRUCTION OF A BRIDGE IN RE-INFORCED CONCRETE PK15+ 900 AT BACKYIT QUARTER |
6M |
6.00 |
5.00 |
The estimated cost after preliminary studies is 120,000,000 (One Hundred and Twenty Million) CFAFRANCS
NOT APPLICABLE
Participation to this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws.
Works which form the subject of this invitation to tender shall be financed by MINTP 2025BUDGET
The file may be consulted during working hours at the Senior Divisional Officer’s Office, Contract Award Service, Tel: N0672105868 as soon as this notice is published
The file may be obtained from the technical service of the PREFETURE NDOP Telephone N0 672105868 as soon as this notice is published against payment of the sum of One Hundred and Fourteen Thousand and Three Hundred (114.300) CFA francs, payable at the NDOP DIVISIONALTREASURY, representing the cost of purchasing the tender file.
Each offer drafted in English or French in Seven (07) copies including 01 (one) original should reach the PREFETURE NDOP premises not later than 22/4/2025 at 10 AM local time and should carry the inscription:
TO THE DELEGATED CONTRACTING AUTHURITY
OPEN NATIONAL INVITATION TO TENDER
N° 02/ONIT/E.31/111/ GAS /2025
FOR THE CONSTRUCTION OF TWO BRIDGES OF THE SAME DIMENSION (SPAN=6m, HEIGHT =5M, WIDTH=6M) IN RE-INFORCED CONCRETE AT PK 4+ 700 and PK 15+ 900 RESPECTIVELY IN NJINDEM QUARTER ON THE ROAD STRETCH WATER SIDE TO BACKYIT QUARTER THORUGH G.S BALIKUMBAT, IN BALIKUMBAT MUNICIPALITY IN NGOKETUNJIA DIVISION OFTHE NORTH WEST REGION.
“To be opened only during the bid-opening session”
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is FOUR (04) calendar 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 2,400,000CFA (two million four hundred thousand) CFA Francs, valid for thirty (30) days beyond the date of validity of bids. As per article 90 (9) of the Public Contract Code (Decree No. 2018/366 OF 20 June 2018), certified cheques or bank cheques are acceptable in the place of bid bond.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) 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 LAUNCHING OF THE TENDERS 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 bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 22/04/2025 at 11 Noon local time, at the Conference hall of PREFETURE NDOP by the Ngoketunjia DivisionalTenders’ Board. Only bidders may attend or be represented by duly mandated persons of their choice.
The bids shall be evaluated according to the main criteria as follows:
· Outright elimination during the opening session of the bids
1. Absence of the bid bond
· Elimination during the evaluation of bids by the Tenders Board
2. Absence or non-conformity of an element in the administrative file;
3. Deadline for delivery higher than prescribed;
4. False declaration or falsified documents;
5. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
6. Incomplete financial file;
7. Change of quantity or unit of the Tender file in the financial bid;
8. Non respect of 75%of essential criteria;
During the opening session of the bids if a document of the administrative bid is absent or noncompliant, the bidder will be given forty eight (48) hours to produce or replace the said document else it will be eliminated during the evaluation of the bids. No such document will be accepted after this deadline.
1. General presentation of the tender files;
2. Financial capacity;
3. References of the company in similar achievements;
4. Quality of the personnel;
5. Technical organization of the works;
6. Safety measures on the site;
7. Logistics;
8. Attestation and report of site visit;
9. Special Technical Clauses initialed in all the pages;
10. Special Administrative Clauses completed and initialed in all the pages.
These essential criteria are subject to lower limits, the details of which are spelled out in the Special Regulations of the invitation to tender
This evaluation will be done in a purely a purely binary method with a positive (Yes) or negative (No) with an acceptable minimum of 75% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest reasonable amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75%of the essential criteria.
Pursuant to justification by bidder, unconvincing abnormally low costing will not be accepted spelled out in the Special Regulations of the invitation to tender of this consultation.
Bidders will remain committed to their offers for ONE AND TWENTY (120) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours at the Technical Service of the Prefecture Telephone No.672105868