Within the framework of 2024 Public Investment Budget, the LORD MAYOR OF BAMENDA 1 COUNCIL, the Contracting Authority hereby launches a request for quotation for the SENSITIZATION AND TRAINING OF COMMERCIAL BIKE RIDERS ON ROAD SAFETY MEASURES AND RESPONSIBLE BEHAVIOUR IN BAMENDA 1 COUNCIL AREA, MEZAM DIVISION OF THE NORTH WEST REGION
The services of this request for quotation include;
-. Identifying and surveying all densely populated zones in the council;
- Identify risk factors in relation to the activities of the commercial bike riders
- Formulate the sensitization references
- Sensitization proper of the commercial bike riders
- Put in place measures that induce the commercial bike riders to adhere to the sensitization, mastery of road signs and good driving by distribution gachets and some chasubles
- Classifying those zones according to their level of exposure to road accidents;
-Selecting a sample of zones to organise education and sensitisation activities on road safety;
-Planning such sensitisation days with the support of the leaders of vulnerable zones;
-Training youth leaders as peer educators through capacity enhancement workshops on some basic notions in road safety;
- Organizing public sensitization events in all vulnerable zones
The estimated cost after preliminary studies is fifteen millions (15.000.000) CFAF
The supply is in a single lot as indicated below.
The SENSITIZATIONAND TRAINING OF COMMERCIAL BIKE RIDERS ON ROAD SAFETY MEASURES AND RESPONSIBLE BEHAVIOUR IN BAMENDA 1 COUNCIL AREA, MEZAM DIVISION OF THE NORTH WEST REGION
Participation to this consultation is open to Cameroonian enterprises that are in compliance with the fiscal laws.
This project shall be financed by the 2024 Budget of the Ministry of Transport Road Fund, Authorization Letter N° 00668Z/L/MINT/SG/DTR/SDPSR/SPSU OF 16TH FEBRUARY 2024.
The file may be consulted during working hours at the Service of SIGAMP of BDA I Council, Telephone No (237) 677 17 79 74, as soon as this notice is published.
The file may be obtained from the Service of SIGAMP of Bamend I Council Telephone (237) 677 17 79 74 as soon as this tender notice is published against payment of a non-refundable sum of 25,000CFA francs (twenty five thousand francsCFA), payable at the Bamenda I Council Treasury, representing the cost of purchasing the Tender File
The Tender File in two (02) volumes shall be enclosed in one sealed envelope.
The two (02) volumes shall then be enclosed in a single sealed envelope bearing only the reference of the quotation in question. The different documents of each offer shall be numbered as indicated in the tender and separated by dividers of the same colour.
NB:
Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies should reach the Service of SIGAMP, Bamenda I council not later than 04/06/2024 at 10 AM local time and should carry the inscription:
CONTRACTING AUTHORITY
« REQUEST FOR QUATATION N° 07/RQ/MINDDEVEL/BICITB/B1C/BISD/MEZAM/NWR/2024 OF 10/05/2024 FOR THE SENSITIZATIONAND TRAINING OF COMMERCIAL BIKE RIDERS ON ROAD SAFETY MEASURES AND RESPONSIBLE BEHAVIOUR IN BAMENDA 1 COUNCIL AREA, MEZAM DIVISION OF THE NORTH WEST REGION»
To be opened only during the Tenders Board Opening session.
The dead line of execution is Sixty (60) days from the date of notification of Service Order to begin.
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 this Consultation File, of an amount of 300,000Francs CFA (Three hundred thousand francs CFA) and valid for thirty (30) days beyond the date of validity of bids.
N/A
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 04/06/2024 at 11 AM local time, at the Conference Hall of Bamenda I council, by the Bamenda I council Internal Tenders board. Only bidders may attend or be represented by duly mandated persons of their choice.
The bids shall be evaluated according to the main criteria as follows:
Eliminatory criteria
1. Absence or insufficient Bid Bond;
2. Non respect of 48 hours given for absence or non conformity of an element in the Administrative File
3. False declaration, falsified documents or misrepresentation;
4. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
5. Non-compliance with model bid
6. Incomplete financial File/Incomplete Bids
7. Absence of a quantified unit price;
8. Non respect of 75% of essential criteria;
9. Financial capacity below 50% of the estimated cost
10. Change of a quantity in the Financial File
Essential criteria
1- General presentation of tenders
2- Financial capacity
3- References of the company in similar achievements;
4- Quality of the personnel;
5- Technical organization of the works;
6- Logistics
7- Attestation and report of site visit signed by the Contractor;
8- Special Administrative Clauses completed and initialed in all the pages and signed at the last page.
This evaluation will be done in a purely positive way (yes) or negative(no) with an acceptable minimum of 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 feasible amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the panelised/eliminatory criteria and at least 75%of the essential criteria.
The bidder is bound by his bid for a period of sixty (60) days with effect from the deadline fixed for the submission of the bids.
Complementary technical information may be obtained during working hours at the Service of SIGAMP, Bamenda 1 Council Office.