Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 24-03-2026 à 22:51
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE KUMBO
OPEN NATIONAL INVITATION TO TENDER N°:002/ONIT/KC/KCITB/PIB-MINHDU 2026 OF 13TH MARCH 2026 FOR THE REHABILITATION OF THE SAHMOM BRIDGE ALONG THE KIKAIKOM–KIKAIKELAKI ROAD STRETCH IN KUMBO MUNICIPALITY; BUI DIVISION, NORTHWEST REGION OF CAMEROON
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of 2026 Public Investment Budget, The Mayor of Kumbo Council, the Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an open national invitation to tender, for the rehabilitation of the Sahmom Bridge along the Kikaikom–Kikaikelaki road stretch in Kumbo Municipality; Bui Division, Northwest Region. It is not subject to any allotment.

Name of project

Amount of project

Amount of bid bond

Cost of tender file

Rehabilitation of the Sahmom Bridge along the Kikaikom–Kikaikelaki road stretch in Kumbo Municipality

50,000,000 CFA F

1,000,000 CFAF

75,000 CFA F

2.Consistance des prestations New(Additif)

Works to be realized on the account of this project prominently consist on building a bridge of six meters span and four by four meters of mouth size in order to definitely re-establish the traffic on the interrupted road.

Therefore, the main actions to undertake in order to ensure the sustainability of the project are:

-          The installation of the base camp and technical platform;

-          The cleaning of the working area;

-          The demolition of the existing structure;

-          The putting in place of deviations if possible;

-          The rubble cut of shoulders and river banks;

-          The excavation of foundations in riverbed or in plain land;

-          The putting in place of an underpinning as basement;

-          The laying down of footings in reinforced concrete measured at 400 kg/m3;

-          The raising up of embedded posts in reinforced concrete measured at 400 kg/m3;

-          The raising up of abutments in masonry stones including wings;

-          The putting in place of gargoyles in abutments and the deck;

-          The construction of tie beams in reinforced concrete measured at 400 kg/m3;

-          The construction of girders and struts in reinforced concrete measured at 400 kg/m3;

-          The supply and putting in place of bridge girders and struts in IPN 50 will be optional;

-          The construction of the bridge’s deck in reinforced concrete measured at 400 kg/m3;

-          The construction of wheel guides in reinforced concrete measured at 400 kg/m3;

-          The putting in place of mix reinforced concrete posts and metallic tubes guardrails;

-          The putting in place of sidewalks on the bridge;

-          The backfilling behind the structure and adjacent to the work;

-          The construction of masonry stones protective flooring on the slopes behind the heads;

-          The grading of the roadway to ease the traffic;

-          The supply putting in place of the bridge’s sign panels;

-          The planting of nursed water friendly trees (raffia vinifera) at the river banks;

-          All the necessary arrangement for the proper functioning of the site;

-          Any other task needed for the smooth completion of works.

The framework of each unit in reinforced concrete measured at 400 kg/m3 (posts, tie beams, girders, struts and deck) is provided to be made up of HA Ø14 for the bearing rods and riders, HA Ø12 for the distribution rods and stirrups. Their gaping should meet with the technical standards.

3.Cout Prévisionnel New(Additif)

Name of project

Amount of project

Amount of bid bond

Cost of tender file

Rehabilitation of the Sahmom Bridge along the Kikaikom–Kikaikelaki road stretch in Kumbo Municipality

50,000,000 CFA F

1,000,000 CFAF

75,000 CFA F

 

4.Participation et origine New(Additif)

Participation is open under the same conditions to all Cameroonian companies and business concerned that have proven experience in the field of Public works, especially roads and bridges construction.

5.Financement New(Additif)

The works, subject of this invitation to tender, shall be financed by the 2026 Public Investments Budget. The budgeted amount of the work is fifty million (50 000 000) FCFA

6.Consultation du Dossier New(Additif)

The file may be consulted during working hours at the Kumbo Council Contracts Award Service, as soon as this notice is published.

7.Acquisition du Dossier New(Additif)

The file may be obtained from the Kumbo council at the Secretariat of the Mayor, as soon as this notice is published against the payment of the sum of seventy five thousand (75 000) CFA francs, payable at the competent Public Treasury, representing the cost of purchasing the Tender File.

8.Remises des offres New(Additif)

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 Kumbo council, Contracts Award Service not later than 06th April 2026 at 10:00 noon local time and should carry the inscription:

OPEN NATIONAL INVITATION TO TENDER N°: 002/ONIT/KC/KCITB/PIB-MINHDU 2026 OF 13th March 2026 FOR THE REHABILITATION OF THE SAHMOM BRIDGE ALONG THE KIKAIKOM–KIKAIKELAKI ROAD STRETCH IN KUMBO MUNICIPALITY; BUI DIVISION, NORTHWEST REGION.                              

«To be opened only during the bid opening session»

 

The offers or the bids submitted after the stipulated dateline shall not be received.

9.Delai de Livraison New(Additif)

The maximum execution dateline 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.

10.Cautionnement Provisoire New(Additif)

Each bidder must include in his administrative documents a bid bond of the sum of one million (1,000,000) FCFA accompanied by a receipt of payment of 2 million at CEDEC issued by a first-rate bank approved by the Ministry in charge of Finance featuring in the annex of the tender file.

The provisional deposit shall be automatically released not later than 30 (thirty) days following the expiry of the validity of the bids for bidders who shall not be retained. In the case where the bidder is awarded the contract, the provisional deposit shall be released after the constitution of the final bond.

11.Recevabilité des Offres New(Additif)

The bids not respecting the separation mode of the financial bid from the administrative and technical bids shall be rejected.

Any bid not in conformity with the prescription of this tender notice and tender file shall be declared inadmissible. Especially the absence of a bid bond from a first-rate bank approved by the Ministry of Finance and valid for a period of thirty (30) days, shall be rejected.

Least they are rejected, only the originals or certified true copies by the issuing service or administrative authorities of the administrative documents are accepted. They must obligatorily not be older than three (03) months and must be valid during the bid opening session.

12.Ouverture des Plis New(Additif)

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 06th April 2026 at 11:00 AM local time, in the conference hall of the Kumbo Council, by its competent Members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files.

13.Critères d'évaluation New(Additif)

The evaluation of the bids shall be done in three (03) steps:

Ø  1st step: Examination of the conformity of the administrative file;

Ø  2nd step: Analysis of the technical file;

Ø  3rd step: Evaluation of the financial file.

 

The criteria of evaluation are the following:

14.1-Eliminatory criteria

14.1.1- Administrative documents

·         Any offer not in conformity with the prescriptions of this tender file shall be declared inadmissible. Especially the lack of the provisional guarantee;

·         Absence of a document in the administrative file;

·         Any company having a past two years project, notified to commence in that year and which has not yet been received;

·         False declaration or falsified documents.

14.1.2- Technical file

·         False declaration, forged or scanned documents;

·         Technical assessment mark lower than 75% of “Yes”.

14.1.3- Financial offer

·         Incomplete financial offer;

·         Non compliant documents;

·         Omission of quantified unit price in the financial offer;

·         Modification of the model of schedule unit prices attached;

·         Absence of prices breakdown.

 

 

Essential criteria:

 

The technical offer of the bidder shall be assessed along the following lines:

S/N

Designation

MARKS

 

01

Quality of Requested staff: Qualifications, experience of personnel affected to the project, CV, NIC and attestation of availability signed and dated.

05

 

02

Reference of the enterprise:

  • Turnover in the past two years;
  • Experience in road/public works

 

02

 

03

Technical equipment/material affected to the project: The company should justify the property of the equipment necessary to the execution of works.

 

03

 

04

Acknowledgement of site visit:

  • Attestation of site visit duly signed by the competent authority;
  • Site visit report;
  • Relevant illustrative pictures of the site

03

05

Presence of the methodology of work execution

05

06

Presence of the prefinancing capacity

01

07

General Presentation of the offer: Document spirally bound, colour sheets separation, table of content, presentation of documents in the order given in this tender file, quality of document.

01

 

The note of the technical offer will be gotten by addition of marks for every criterias and only the technical offers having gotten an equal or superior note to 90% of YES will be allow passing the step of the financial evaluation.

14.Attribution New(Additif)

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

15.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their bids during a period of (ninety) 90 days from the dateline set for the submission of bids.

16.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours from Kumbo Council at the office of the Council Development Officer (CDO) 670003577.                                                                            

BAMENDA Le 13-03-2026
Le MAYOR
MBORONG VENASIUS BONGKIYUNG