Construction of Boundary Pillars of the Cameroon-Nigeria Boarder Demarcation Pillar Emplacement Project

UN Secretariat
Construction of Boundary Pillars of the Cameroon-Nigeria Boarder Demarcation Pillar Emplacement Project Request for EOI

Reference: EOIGPSS23614
Beneficiary countries or territories: Cameroon, Nigeria
Registration level: Basic
Published on: 25-Apr-2025
Deadline on: 09-May-2025 23:59 (GMT -4.00)

Description
The United Nations is seeking Expressions of Interest (EOI) from competent and qualified vendors for the implementation of the Cameroon-Nigeria Boarder Demarcation Pillar Emplacement Project (“the Project”) which includes construction works requirement for the emplacement of 410 boundary pillars along the land boundary between Cameroon and Nigeria as Lot 9. There are are two (2) typologies of land boundary pillars namely Primary and Secondary Boundary Pillars according to the technical specification in the solicitation documents. This Lot 9 is divided in two (2) different geographical locations viz. the first one located in the Far North and North Regions (Cameroon) and Adamawa and Borno States (Nigeria) and second part in the southern part of the boundary in Cross River State (Nigeria) and Southwest Region (Cameroon). It is subdivided in several sectors depending on geographical proximity and availability of pillars for construction including Bogaza Rive, Turu village,Mabas South, Karanchi North & Rhumzu Soutg, Rhumsiki village, Rhumsiki–Songada-Moudi, Mont Kilda, Rondi Village, Burha Village, Gandira Village, Koja village, BP 8 and Danare/Bodam. It is expected to last for a duration of 5 months and 14 days which include 1 month for mobilization, 4 months of construction period and 14 days for demobilization. Execution of the sectors can be done simultaneously or staggered depending on the planning of the United Nations. The contractor shall provide all personnel,plant, equipment, tools, supervision, and other items and services necessary to ensure that the services are timely and efficiently delivered. The Contractor shall also be responsible for obtaining, at its own cost, all licenses, permits and authorizations from Governmental Bodies necessary for the performance of the services, including, without limitation, all entry and exit visas and work permits for its personnel and customs clearances for equipment, material and supplies required for the provision of the services. Contractor qualifications and capabilities will be evaluated during a later Request for Proposal (RFP) phase and, at a minimum, bidding companies will be expected to demonstrate the following among others. 1. Government-issued license/certificate to practice engineering works 2. A minimum of three (3) years of international, regional or national experience similar to the requirements Please note that details of the requirement will be in the solicitation documents which will be issued later to an approved list of vendors and note no further details of the planned solicitation can be made available to the vendors prior to issuance of the solicitation documents.

Email address: dos-pd-gpss@un.org
Email address: namulif@un.org
Chief, Global Procurement Support Section