Within the framework of the 2025 Public Investment Budget (PIB), the LORD MAYOR OF ELAK “Contracting Authority” hereby launches an open National Invitation to tender for the CONSTRUCTION OF A BRIDGE OVER JIOH NTONSE AT ETUM (JIYANE) ON THE STRETCH OF ROAD LINKING THE VILLAGES OF MBOH AND JIYANE IN ELAK COUNCIL AREA, BUI DIVISION OF THE NORTH WEST REGION. This invitation to tender comprises one (01) lot as
Work to be done consists of the CONSTRUCTION OF A BRIDGE OVER JIOH NTONSE AT ETUM (JIYANE) ON THE STRETCH OF ROAD LINKING THE VILLAGES OF MBOH AND JIYANE IN ELAK COUNCIL AREA, BUI DIVISION OF THE NORTH WEST REGION. The works include the following:
Lot 100: Preliminary works |
Lot 200: Earth Works |
Lot 300: Foundation |
Lot 400: Construction of Abutments |
Lot 500: Bridge Slab |
Lot 600: External works Lot 700 : Hygiene And Environmental Protection
|
34,000,OOO
NOT APPLICABLE
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.
The said Works shall be financed by the Public Investment Budget (PIB) of the MINDDEVEL for the 2025 financial year assigned to the Lord Mayor of Elak as Delegated Authorizing officers with Budget Heads N° ……………………………………..
Interested eligible bidders may obtain further information during working hours as from the date of publication of this tender notice, at the Elak Council Complex or through Telephone N0 670 788 687.
The file may be obtained at the Elak council, at the Service for the award of Public Contracts (SIGAMP), Telephone N0 670 788 687 as soon as this notice is published against payment of a non- refundable sum of 85,000 THOUSAND FRANCS CFA francs, payable at the Council Treasury representing the cost of purchasing the tender file.
Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Service for the award of Public Contracts (SIGAMP) of Elak Council, not later than 27/02/2025 at 10.00 am local time. It should be labelled as follows:
“OPEN NATIONAL INVITATION TO TENDER
N° 04/ONIT/MINDDEVEL/EC/ECITB/2025 OF 22/01/2025 FOR THE CONSTRUCTION OF THE CONSTRUCTION OF A BRIDGE OVER JIOH NTONSE AT ETUM (JIYANE) ON THE STRETCH OF ROAD LINKING THE VILLAGES OF MBOH AND JIYANE IN ELAK COUNCIL AREA, BUI DIVISION OF THE NORTH WEST REGION
TO BE OPENED ONLY DURING THE BID OPENING SESSION”
The maximum execution deadline shall be four (04) calendar months, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.
Each bidder should include in his administrative document, a bid bond of six hundred and eighty thousand (680,000) CFA francs issued by a first rate-bank or financial institution approved by the Ministry in charge of Finance in conformity with COBAC conditions.
Against the risk of being rejected, only originals or true copies certified by the issuing service or administrative authorities of the administrative document required, including the bid bond, shall imperatively be produced in accordance with the Special Conditions of the invitation to tender. They shall neither be older than three (03) months.
Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted,
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 or financial institution approved by the Minister in charge of Finance,
The bids shall be opened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on 27/02/2025 at 11 am local time, in the Elak Council Conference Hall.
Only bidders may attend or be represented by duly mandated persons of their choice.
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.
i. 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 any of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
¨ Absence or insufficient bid bond,
¨ Absence of administrative document not rectified within 48hours,
¨ Deadline for execution higher than prescribed,
¨ Incomplete financial offer,
¨ Mark or sign on an envelope leading to the identification of bidder
¨ False declaration or forged document,
¨ Noncompliance with major technical specifications (to be listed),
¨ Technical assessment mark lower than 75% of “Yes”,
¨ Suspension of the enterprise by ARMP.
¨ Two enterprises with same workers
ii. Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:
§ General presentation of the tender files;
§ References of the company in similar achievements;
§ Experience of supervisory staff,
§ Logistics (Equipment);
§ Methodology;
§ Financial capacity;
§ compliance with the model bid,
§ Attestation of site visit signed by the Contractor,
§ Report of site visit with pictures signed by the Contractor,
§ The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and stamped by the contractor);
§ Special Administrative Clauses completed (each page should be initialed and the last page signed and stamped by the contractor),
§ Pre – Financing capacity not less than 75% of the amount required in the offer.
The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).
Iii Main qualification criteria
The criteria relating to the qualification of candidates could be indicative on the following:
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 75% of the essential criteria taken in to account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 75% of the essential criteria
The jobbing order shall be awarded to the bidder whose bid is in conformity with 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 offers during a period of (one hundred and twenty days) 120 days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours at the ECITB’ office, Service of award of Public Contracts (SIGAMP).