The Mayor of Bamenda III Council, the Delegated Contracting Authority, on behalf of the Republic of Cameroon, hereby launches a consultation, FOR THE CONSTRUCTION OF AN 8M BRIDGE LINKING BELOW FONCHA AND NTASEN, BAMENDA III SUBDIVISION, MEZAM DIVISION OF THE NORTH WEST REGION.
The work consists of The Construction of an 8m Bridge Linking Below Foncha and Ntasen, Bamenda III Subdivision, Mezam Division of the North West Region. In general the works to be done consists of;
|
000 INSTALLATION |
|
100: Site preparation |
|
200: General Earth works |
|
300: FOUNDATION- ABUTMENT- DECK- WING WALL |
|
400: EQUIPEMENT |
|
500: ENVIRONMENTAL AND SOCIAL SAFEGUARD MEASURES |
The estimated cost after preliminary studies stands at 75,732,712 (Seventy five million seven hundred and thirty two thousand seven hundred and twelve francs) FCFA all taxes inclusive.
The works are divided into one lot.
Participation to this invitation to tender restricted to the following pre-qualified enterprises; Cameroon Engineering Enterprise (CEE), Royal Divine Enterprise and ETS A.J.H following Authorization No: 00443-26/L/MINMAP/SG/DGMI/DMTR/CE4 OF 15 JANUARY 2026
The said works shall be financed by ROAD FUND assigned to the Mayor BAMENDA III COUNCIL as Authorising Officer with the budgets of 2026
The tender file may be consulted during working hours at the SIGAMP OFFICEof the Bamenda III Council.
The tender file may be acquired from the BAMENDA III COUNCIL, SIGAMP OFFICE, ,upon presentation of a non-refundable treasury receipt (payable at theTreasury of the BAMENDA III COUNCIL) of 70,000 (Seventy Thousand) FCFA.Such a receiptshall identify the payer as representing the company that wants to participate in the tender.
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 Bamenda III Council, Contracts Award Service, not later than 12/02/2026 at 10:00a.m and should carry the inscription:
CONSULTATION N° 001/CF/MUT/AGR/BIIIC/BIIICITB/MINTP/RF/2026 OF 21/01/2026 FOR THE CONSTRUCTION OF AN 8M BRIDGE LINKING BELOW FONCHA AND NTASEN, BAMENDA III SUBDIVISION, MEZAM DIVISION OF THE NORTH WEST REGION
“To be opened only during the bid-opening session”
In case of any ambiguities or differences, only the original shall be considered authentic.
N.B: The three (03) volumes in PDF Format shall then be enclosed in a USB Flash drive bearing only the reference of the quotation in question.
The maximum deadline provided by the Project Owner/Contracting Authority for the execution of the works 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, of an amount of 1,514,654 (One million five hundrded and fourteen thousand six hundred and fifty four) FCF, 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 12/02/2026 at 11a.m. prompt in the conference hall of the BAMENDA III Councilby an Adhoc Committee set up by the Mayor.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 bids shall be carried out in three stages:
Ø 1st Stage: verification of the conformity of each administrative document;
Ø 2ndStage: Evaluation technical bids;
Ø 3rd 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:
A. –Eliminatory criteria
¨ Absence or insufficient bid bond.
¨ Non respect of 48hrs given for absence or non-conformity of anyother document in the administrative file;
¨ False declaration or falsified documents;
¨ A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
¨ Incomplete bids;
¨ Absence of a quantified unit price;
¨ Score of less than 75% of essential criteria;
¨ Change of quantity or unit in the financial file
¨ Deadline for deliveryhigherthanprescribed
¨ Financial capacitybelow 50 % of the project cost
B. Essential criteria
NB. Pursuant to circular letter No.00005/LC/MINMAP/CAB of 26/12/2023, bidders with certified true copies of the certificate of categorisation shall not submit in their TECHNICAL FILE documents relating to; their turnover, References of the company, own minimum technical and Logistics means, permanent staff and head office location.
1- General presentation of the Tender;
2- Financial capacity
3- References of the company in building construction;
4- Quality of the personnel;
5- Technicalorganization of the works;
6- Safetymeasures on the site;
7- Logistics;
8- Attestation and report of site visitsigned by the Contractor;
9- SpecialTechnical Clauses initialled on all the pages and signedat the last page;
10- Special Administrative Clauses completed and initialledon all the pages and signedat the last page.
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:
¨ Financial situation;
¨ Experience;
¨ Personnel;
¨ Equipment.
The jobbing order 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, confer article 33 of the public contracts code.
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 BAMENDA III COUNCIL, SIGAMP OFFICE.
BAMENDA III, the 21.01.2026
THE MAYOR, BAMENDA III COUNCIL