Within the framework of Protocol Agreement No 292/CC/MINTB/MIDENO/2021 OF 04 JULY signed between the ministry of public works (MINTPandthe North West development Authority (MIDENO), the Director General of MIDENO, the Contracting Authority, hereby launches aRestricted National invitation to tender FOR THE CONSTRUCTION OF A REINFORCED CONCRETE BRIDGE LINKING BAMENYAM AND AWING IN SANTA SUBDIVISION IN MEZAM DIVISION, NORTH WEST, A WEST REGION
The works include the following:
1.1.1 Road Resurfacing and Pavement Rehabilitation:
· To rehabilitate the existing road surface by removingdamagedlayers and resurfacingwith durable materials (e.g., soil or concrete) to improve ride quality, skidresistance, and longevity.
· To address issues such as potholes, cracks, and surface wear, ensuringthat the road can withstandheavytrafficloads and adverse weather conditions.
1.1.2 Structural Reinforcement:
· To upgrade and strengthen the road’sunderlyingfoundation and subgradematerials to prevent future deterioration and increaseload-bearingcapacity, especiallyunder the impact of heavyvehicles.
· To improve drainage systems to preventwaterlogging and road damage caused by flooding or poor drainage, therebyextending the road'slifespan.
1.1.3 Improvement of Road Geometric Design:
· To modify the road’salignment, cross-section, and curvaturewherenecessary to enhance road safety and traffic flow. This mayinvolvewidening sections of the road, smoothingsharpcurves, and improving intersections and signage.
· To improve the gradient of the road to reducesteep inclines thatmay cause traffic congestion or accidents, particularly in mountainous areas.
1.1.4 Upgrading of Drainage Systems:
· To rehabilitate or replace damagedculverts, and other drainage structures along the route to ensureuninterruptedtraffic flow and preventfloodingduringperiods of heavyrainfall.
· To enhance the existingstormwater drainage system, whichwillprotect the road fromerosion, water damage, and undermining of the roadbed.
1.1.5 Road Safety and Signs:
· To implement road safetymeasuresincluding the installation of adequate road markings, trafficsigns, and safetybarriers, particularly at critical points like bends, intersections, and high-traffic zones.
· To incorporate modern lightingsystems and reflectivepaint to improvenighttimevisibility and reduce accidents.
1.1.6 Environmental and SustainabilityConsiderations:
To use eco-friendly construction materials and techniques thatreduceenvironmental impact, whilealsoconsidering the preservation of local ecosystemsduringroadwork.
To implementerosion control measures to protect the surroundingenvironmentfromsoilrunoff and vegetation destruction, particularly in areas near water bodies or sensitive ecological zones.
1.1.7 Quality Control and Maintenance Framework:
To establishrigorousquality assurance proceduresduring construction to meet international road construction standards, ensuring the projectiscompletedwith the highestlevel of durability.
To set up a sustainable road maintenance plan, includingregular inspections and the establishment of a dedicated local maintenance crew to carry out ongoingupkeep and repairs post-construction.
By focusing on thesespecifictechnical objectives, the projectwillensurethat the rehabilitated Bamenda-Bafut-Wum road not onlyenhances the movement of people and goods but alsomeets engineering standards for safety, durability, and efficiency. This willresult in a road network thatisresilient to future demands, minimizes maintenance costs, and provides long-termbenefits to the region.
The estimated cost of the operation following prior studies stands at ONE HUNDRED AND FIVE MILLION (105,000,000) fcfa VAT inclusive
The works of this tender is not subject to allotment as the successful bidder shall construct the bridge and the respective culverts as one contract
:Participation in tendering is restricted to the following firms:
|
Name of Firms |
Address |
|
APNTAA ENTERPRISE |
|
|
ETS MAPA ENTERPRISE |
|
|
RENGO GROUP LIMITED |
|
The rehabilitation works which form subject of this invitation to tender shall be financed by thebudget of the MINTP/MIDENO CONVENTION
The tender file maybe consulted during working hours from 8:00 am to 4:00 pm at the MIDENO Head Office, Secretariat of the Director General, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: 237 233 361 378 following the publication of this notice.
The tender file may be obtained during working hoursfrom 8:00 am to 4:00 pm at the MIDENO Head Office, Secretariat of the Director General, Ayaba Street, P.O. Box 442, Bamenda; Email: mideno1981@gmail.com: Tel: 237 233331661,237 677704325, 237 677 840 250 following the publication of this notice against the payment of a non-refundablesum of One hundred and one thousand two hundred and fifty (101,250) belonging to the Public ContractsRegulatory Agency (ARMP) in any BICEC Branch in Cameroon
: Each bid drafted in English or French must be submitted online and one (1) original and a copy in a flash as back up marked as such, should reach the MIDENO Head Office located at Ayaba Street adjacent Mansfield Plaza Hotel, P.O. Box 442, Bamenda) not later than………21/04/2026…At10:00 am promptand should carry the inscription:
“RESTRICTED NATIONAL INVITATION TO TENDER N° ……1387/RNIT/MIDENO/MITB/13/84/2026 OF 30 APRIL 2026..FOR THE CONSTRUCTION OF A REINFORCED CONCRETE BRIDGE LINKING BAMENYAM AND AWING IN SANTA SUBDIVISION IN MEZAM DIVISION, NORTH WEST, A WEST REGION THROUGH MUTUAL AGREEMENT PROCEDURE”
The maximum execution deadline provided for by the Project Owner for the execution of the works subject of this tender shall be Six (06) calendar months, including the rainy season and other natural occurrence, with effect from the date of notification of the service order to start work.
The stamped hand endorsedbid bond according to the attached model for the sum of two million one hundred thousand (2,100,000) fcfa and with thirty (30) days validity period established by an organization or financial institution approved by the Ministry in charge of Finance to issue bonds in Public Procurement and listed in Annex 10of the Tender Document. The saidguarantee must beaccompanied by a consignmentreceiptissued by the “Caisse Depôt et Cosignation (CDEC) in accordance withCircularletter No 0000019/L/MinMap of 5th June 2024 relating to the constitution of deposits, retention, restitution and deconsignment of bonds on public contracts, in case of group bidding/joint venture the bid bond isestablished on behalf of the group/joint venture.
Under pain of being rejected, only originals or certified true copies by the issuing service and official or administrative authorities (Senior Divisional Officers, Divisional Officers, Bank Officials, and Taxation Officials etc.) of the administrative documents required, including the bid bond, must imperatively be produced in accordance with the Special Conditions of the invitation to tender.They must obligatorily not be older than three (3) months or must not be produced after the submission of the bids.
Any incomplete bid not in conformity with the prescriptions of this notice and tender file shall be declared inadmissible. Especially the absence of a bid bond issued by a first-rate bank approved by the Ministry in charge of Finance or the non-respect of the models of the tender file documents shall lead to a pure and simple rejection of the bid without any appeal being entertained.
The opening of the bids (Administrative documents, Technical and financial proposals) in one phase shall be done on ............... ………… at 11:00am local time by an Adhoc committee put in Place by the Director General ofMIDENO Conference Room at the Project management Office. Only biddersmay attend or dulyrepresented by a person of theirchoice.
The bids shall be evaluated according to the following principles:
EliminatoryCriteria
· Absence or insufficientBid Bond of the specifiedamount
· Absence of the receipt of depositfrom CDEC of the amountindicated in the bid bond
· Late or non-submission of bids online
· False declarations or forged documents
· Under exclusion sanctions from the Authority in Charge of the Regulation of Public Contracts
· Associated directly or indirectlywith the conception, preparation of technicalspecifications and other documents concernedwiththis tender
· Non-respect of 75% of the essential criteria
· Bidswhoseouterenvelopes leads to the recognition of the bidder
B. Essential Criteria: The technical documents shall be evaluated following the binary method as follows:
B.1 General Presentation of bids Marks
§ Document spirally bound Yes/No
§ Table of content Yes/No
§ Colour separators Yes/No
§ Bidding documents initialed on each page by duly mandated representative Yes/No
§ Organnigramme of firm/Enterprise Yes/No
§ Experience of at least two (2) years in works of same/similar nature Yes/No
§ Table of References of past works of same/similar nature Yes/No
B.3 Personnel Marks
§ Table of personnel Yes/No
§ Works Director: Rural Engineer or Civil Engineer with at least 5 years working experience Yes/No
§ Works supervisor or Foreman: Senior Civil Engineering Technician with at least five (5) year experience Yes/No
§ Presence of Certificates/Diplomas of personnel Yes/No
§ Presence of signed CVs of Personnel Yes/No
B.4: Methodology/Technical Organization of Works Marks
§ Proof of site visit Yes/No
§ Comprehensive Technical Report of Site Yes/No
§ Organigramme of project execution Yes/No
§ Logical presentation of planning, Methodology,/Organization, outputs & reporting of works Yes/No
§ Special Technical condition (CCTP) duly initialed on each page, signed, signed &dated on last pageYes/No
§ Environmental and security mitigation measures Yes/No
B.5: Equipment for Project Marks
§ One concrete vibrator owned Yes/No
§ One concrete mixer owned Yes/No
§ One pickup vehicle owned Yes/No
§ One dump truck hired or own Yes/No
B.5: Financial Capacity Marks
§ Proof of financial capacity of at least seventy eight million seven hundred and fifty thousand 78,750,000 fcfa
Yes/No
Nota Bene: Only bids that score at least 75% of the essential criteria shall have their financial offer evaluated
The bidder evaluated with a score of 75%and above on the essential criteria and presents the lowest bid financial proposal shall be awarded the contract.
Bidders will remain committed to their bids for thirty (30) daysfrom the deadline set for the submission of bids.
Complementary information can be obtained during working hours from 8 am to 4 pm at the secretariat of the Director General, MIDENO, P.O. Box 442, Bamenda: Email: mideno1981@gmail.com:Tel: 237 233 361 378
FOR: NORTH WEST DEVELOPMENT AUTHORITY