Within the framework of the MINTP (Road Fund) Budget for the 2026/2027 fiscal year, and PIB/MINADER 2026 the Project Owner is launching an Open National Call for Tenders under an emergency procedure.
THE NKOUP RIVER CONNECTING THE VILLAGE NJIMBOT 2 AND THE VILLAGE KEUNEURE,
|
N° LOT |
Name of Project |
Coast |
Budget |
Execution deadline |
|
|
LOT 1 |
Construction work of final bridge over in Nkoup between Njimbot 2 and keuneure, in Foumbot council, Noun Division. |
Phase 1 2026 |
Phase 2 2027 |
MINTP Lettre N°9063/L/MINTP/SG/DAG-DOA-DPPN/CEP |
04 monts per phase |
|
75 000 000 |
75 000 000 |
||||
|
LOT 2 |
Construction work of final bridge over in Ngouongouo (behind chambre froide) in Foumbot council, Noun Division. |
20 000 000 |
- |
BIP/MINADER |
03 monts |
Works comprise especially:
ü TM001 Site Installation ü
TM002 Equipment Delivery and Removal ü
TM108 Backfilling with Borrowed Lateritic Gravel ü
TM112 Reprofiling and Compaction ü
TM304 Dredging of the Streambed (Upstream Dredging of the Streambed) ü
TM311 Concrete Water Downpipe ü
TM313 Masonry Ditches ü
TM314 Riprap ü
TM315 Weirs ü
TM407 Excavations in Ordinary Ground or Riverbed ü
TM413 Backfilling Adjacent to Structures ü
TM415 Demolition of Masonry Structures ü
TM417 Masonry Riprap ü T
M419 Masonry Rubble for abutment, retaining wall, and reinforcement of existing masonry ü
TM420 Repointing of masonry walls ü T
TM423a Lean concrete mix at 150 kg/m³ ü
TM423f Reinforced concrete mix at 350 kg/m³ for footings, crossbeams, deck, sidewalks, columns, and stiffening beams of the retaining wall for embankments ü
TM430b Replacement of IPE 400 beams for crossbeams ü
TM430b Replacement of IPE 500 beams ü TM431a Standard formwork ü
TM431b Careful wooden formwork ü
TM432 Anchoring of HA25 steel bars or equivalent in rock ü
TM438 Gargoyles on deck ü
TM441 Studies Geotechnical ü
TM501c Mixed guardrail (reinforced concrete posts and galvanized steel pipes) ü
TM516a Type A metal traffic signs ü
TM528a Wooden marker ü
TM528b Reinforced concrete marker ü
TM530 Traffic control ü
TM606a Anti-corrosion paint ü
TM606b Oil paint
Estimated cost (including VAT) in FCFA of the operation, financed by the MINTP Road Fund for the 2026/2027 (LOT 1) fiscal year, following preliminary studies, is 150,000,000 FCFA, of which 75,000,000 is for Phase 1 and 75,000,000 for Phase 2. In other, the LOT 2 cost 20,000,000 FCFA, financed by the PIP MINADER 2026
The works are divided into a lot as defined below.
|
N° of lot |
Region |
Désignation |
Portée (ml) |
Execution deadline (month) PHASE I |
Execution deadline (month) PHASE II |
Prévisionnal Coast (TTC) Fcfa Phase 1 (2026) |
Prévisionnal Coast (TTC) Fcfa Phase 1 (2027) |
Type of work |
|
01 |
OUEST |
Construction work of final bridge over in Nkoup between Njimbot 2 and keuneure, in Foumbot council, Noun Division. |
10 ML |
04 |
04 |
75 000 000 |
75 000 000 |
Ouvrage |
|
02 |
OUEST |
Construction work of final bridge over in Ngouongouo (behind chambre froide) in Foumbot council, Noun Division. |
06 ML |
03 |
- |
20 000 000 |
- |
Ouvrage |
Participation in this tender is open on equal terms to all pre-qualified Cameroonian construction companies or companies selected within the framework of a categorization
The works covered by this call for tenders are financed by the Ministry of Public Works (MINTP ROAD FUND) for the 2026/2027 financial year under budget line number (LOT 1). The LOT 2 is financed by the PIP MINADER 2026
The hard copy of the file may be consulted free of charge during working hours in the services of the PO/DPO at Foumbot council, Publics contracts service, Tel: 697 85 15 25 as soon as this notice is published. It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm) or on any other electronic communication means indicated by the Project Owner (to be specified).
The hard copy of the file may be obtained from [(place of withdrawal of the TF (service, door number, P.O. Box, telephone, fax, e-mail)] as soon as this notice is published against payment of a non-refundable sum of : LOT 1: 300 000 CFA Francs; LOT 2: 40 000 CFA Francs [In figures and words in accordance with the regulations in force], payable at [Municipal Treasury. It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees
For submission off line, the offer in seven (7) copies including the original and six (6) copies marked as such, should reach FOUMBOT no later than12/03/2026 at09H00 and should carry the indication:
OPEN NATIONAL INVITATION TO TENDER
N°01/AONO/C.FBT/CIPM-TR/2026 OF 18/02/2026
FOR THE CONSTRUCTION WORK OF SOME FINAL BRIDGE OVER IN THE COMMUNE OF FOUMBOT, DEPARTMENT OF NOUN, WESTERN REGION.
“To be opened only during the bid-opening session”
• For submission online, the bid must be submitted by the bidder on the COLEPS platform or any other official electronic means of communication to be specified by the Project Owner latest on [deadline for receipt of bids] at [time limit]. A back-up copy of the tender recorded on a USB key or CD/DVD must be sent in a sealed envelope with the clear and legible indication “back-up copy”, in addition to the above mentioned indication, within the deadline set. File size and format For online submission, the maximum sizes of the documents that will transit on the platform and constitute the tenderer’s offer are the following: • 5 MB for the Administrative file; • 15 MB for the Technical Offer; • 5 MB for the Financial Offer. The following formats are accepted: • PDF format for text documents; • JPEG for images. The applicant shall make sure that he uses compressing software to possibly reduce the size of the files to be transmitted
The maximum time allowed by the Project Owner for the completion of the works, which are the subject of this invitation to tender, is 8 (eight) months, i.e., 4 months for phase 1 and 4 months for phase 2. This period runs from the date of notification of the service order to commence work, includes periods of rain, and is calculated as follows:
|
N° de lot |
Execution deadline PHASE 1 (month) |
Execution deadline PHASE 2 (month) |
|
01 |
04 |
04 |
|
02 |
03 |
|
. Bid bond Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of an amount of [150 000 CFA francs for LOT 1 and 20 000 CFA for LOT 2, if applicable. It is not more than 2 % of the estimated cost of the contract all taxes inclusive (ATI), in accordance with the Order in force] and valid up to thirty (30) days beyond the initial date limit of the validity of bids. ’The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted
The administrative documents, the technical offer and the financial offer must be placed in separate envelopes and submitted in a sealed envelope. The Project Owner shall not accept: • Bids bearing information on the identity of the tenderers; • Bids submitted after the closing date and time for submission of bids; • Envelopes without indication on the identity of the Invitation to Tender; • Bids non-compliant with the bidding mode; • Failure to comply with the number of copies specified in the RPAO or offer in copies only;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a financial body or institution approved by the Minister in charge of Finance to issue bonds for public contracts or the failure to comply with the model documents of the Tender File shall lead automatically to the rejection of the bid without any other procedure. A bid bond submitted but not relating to consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted
The bids shall be opened in single phase and shall take place on12/03/2026 at 10H00 by the Project Owner or Delegated Project Owner Tenders Board in the Foumbot council, Publics Contract Service, Tel: 697 85 15 25.
Only tenderers may attend this opening session or be represented by a person of their choice, duly authorised, even in case of a group of companies.
Under pain of being rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations of the invitation to tender. They shall be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48(forty-eight) hours deadline granted by the Board, the file shall be rejected.
Evaluation criteria are of two types: the eliminatory criteria and essential criteria. No criterion can be eliminatory and essential at the same time. The aim of these criteria is to identify and reject incomplete offers and substantially not compliant with the conditions laid down in the Tender File, especially with regard to the admissibility of administrative documents, the compliance if the technical offer with the Tender File technical specifications and with the qualification of tenderers. 15.1 Eliminatory criteria The eliminatory criteria set the minimum conditions to be fulfilled in order to be admitted to evaluation following the essential criteria. They should not be the subject of notation. The failure to comply with these criteria shall lead to the rejection of the bidder’s offer.
1.The eliminatory criteria include:
• Absence of bid bond at the opening of bids; • Failure to submit, beyond the 48 (forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond); • False declarations, fraudulent schemes or forged documents; • Failure to comply with X essential criteria (X referring to the qualification threshold of technical bids) • Absence of the sworn statement for not having abandoned contracts during the last three years; • Failure to comply with bids file format; • Absence of a quantified unit price in the financial offer; • Absence of prospectus accompanied by manufacture’s technical sheet produced (where applicable) • Absence of approval or authorisation of manufacturer, if applicable; • Absence of own or hired minimum equipment (to be specified by the Project Owner); • Absence of grading(categorisation) certificate if applicable; • Absence of an element in the financial offer (submission, BPU, DQE); • Absence of integrity charter dated and signed • Absence of the dated and signed commitment statement to comply with environmental and social clauses. NB: Depending on the specificity of the service, other relevant criteria may be added when drafting the Tender File
2 Essential criteria
Essential criteria are the fundamental or key ones that will help to measure the financial and the technical capacity of candidates to execute the services subject of the tender. They should be determined depending on the nature and the content of the services to be executed. It is necessary to clearly specify the modalities for validating a criterion from the number of sub-criteria to be respected _____________________________________ The essential criteria for the qualification of bidders shall focus especially on: ▪ Presentation of bid; ▪ Bidder’s references; ▪ After-sales service(availability of spare parts, repair workshop, technical personnel) if applicable; ▪ Financial capacity; (Access to a line of credit or other financial resources, turnover, attestation of financial solvency);
▪ Personnel qualification and experience; ▪ Logistic means,
▪ Methodology.
The Project Owner or the Delegated Project Owner shall award the contract to the bidder whose bid meets the required technical and financial qualification criteria and whose offer was evaluated as the lowest by including as the case may be, the rebates proposed
Bidders shall remain committed to their bids for 90 days from the initial deadline set for the submission of bids
Additional information may be obtained during working hours from [(SIGAMP service), door number, P.O Box, telephone, fax, e-mail] or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner