Within the framework of the 2026 Budget of the Ministry of Public Works Road Fund Line, the Mayor of BAMUSSO Council; Delegated Project Owner and Contracting Authority hereby launches an Open National Invitation to Tender for the FOR THE CONSTRUCTION OF BRIDGE OVER RIVER DIAMBA ALONG BONJARE- BOA BALONDO ROAD IN BAMUSSO COUNCIL ROAD SECTION
; BAMUSSO municipality in Ndian Division of the SOUTH West Region.
The works shall involve the following tasks:
Ø Demolition of existing bridge
Ø Clearing of the site
Ø Reinforced Concrete dose at 350Kg/m3
Ø Reinforced Concrete beckon
Ø Painting with anti-rust paint
Ø Signalization type A or B
Ø Maintaining of circulation
Ø Etc
The estimated cost after preliminary studies is 170 000 000 (one hundred and seventy million) CFA Francs.
1. Lots:
|
Region
|
Division |
River |
Span (ml) |
Duration (months) |
Provisional Amount (TTC) |
Type of intervention |
|
SOUTH WEST |
NDIAN |
DIAMBA |
24 |
6 |
170 000 000 |
Construction of a permanant bridge |
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 are financed by the Budget of the Ministry of Public Works Road Fund Line 2026
The file may be consulted during working hours at the office of SIGAM of BAMUSSO Council, Telephone N0 (237) 677287540, as soon as this tender notice is published.
The file may be obtained from the Mayor’s Secretariat, BAMUSSO Council Telephone (237) 677287540 as soon as this tender notice is published against payment of a non refundable sum of 150, 000 CFA francs, payable at 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 should reach the Council chambers not later than __19__/_02__/2026 at 10 AM local time and should carry the inscription:
TO THE DELEGATED PROJECT OWNER (CONTRACTING AUTHORITY)
<< OPEN NATIONAL INVITATION TO TENDER
N° 01/ONIT/BCITB/PIB/2026 OF ……/01/2026
FOR THE CONSTRUCTION OF BRIDGE OVER RIVER DIAMBA ALONG BONJARE- BOA BALONDO ROAD IN BAMUSSO COUNCIL ROAD SECTION
EMERGENCY PROCEDURE
“To be opened only during the bid-opening session”
The maximum duration provided by the Contracting Authority for the execution of the works forming the subject of this invitation to tender is six (06) calendar months
1. Lots:
|
Region
|
Division |
River |
Span (ml) |
Duration (months) |
Provisional Amount (TTC) |
Type of intervention |
|
SOUTH WEST |
NDIAN |
DIAMBA |
24 |
6 |
170 000 000 |
Construction of a permanant bridge |
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 3 400 000 CFA (three million four hundred thousand Francs CFA, 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.
Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies should reach the Council chambers not later than __19__/_02__/2026 at 10 AM local time and should carry the inscription:
TO THE DELEGATED PROJECT OWNER (CONTRACTING AUTHORITY)
<< OPEN NATIONAL INVITATION TO TENDER
N° 01/ONIT/BCITB/PIB/2026 OF ……/01/2026
FOR THE CONSTRUCTION OF BRIDGE OVER RIVER DIAMBA ALONG BONJARE- BOA BALONDO ROAD IN BAMUSSO COUNCIL ROAD SECTION
EMERGENCY PROCEDURE
“To be opened only during the bid-opening session”
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 1902/2026 at 11 AM local time, at the Conference Hall of office designated by the Contracting Authority (at the BAMUSSO Council Hall), by the BAMUSSO Council Internal Tender’s board. Only bidders may attend or be represented by duly mandated persons of their choice.
The evaluation of bids shall be carried out in three stages:
Ø 1st Stage : verification of the presence and conformity of each administrative documents ;
Ø 2nd Stage : Evaluation of the technical bids ;
Ø 3rd Stage: Analyses of the financial bids.
The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
¨ False declaration or forged document
¨ Non compliance with major technical specifications (to be listed)
¨ Non-respect of X essential criteria (X being greater than or equal to 1)
¨ Absence of quantified unit price)
¨ Non compliance with the model bid.
14.2. Main qualification (essential) criteria: The evaluation of the bids shall be done on predefined technical criteria following the binary process (‘Yes’ or ‘No’). The criteria relating to the qualification of candidates will indicatively be on the following:
¨ Experience;
¨ Personnel;
¨ Equipment.
This evaluation will be done in a purely binary method with a positive (yes) or negative (no) with an acceptable minimum of 4/3= 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 sixty (60) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours at the BAMUSSO Council Telephone N0 (237) 677287540
Done at BAMUSSO on the22./01/2026