Within the frame-work of the 2019 Public Investment Budget, the Contracting Authority (The Lord Mayor Wum council), hereby representing the State of Cameroon, launches an Open National Invitation to tender for the Construction of a bridge at Pk 4+500 on the GTHS Junction —Ketcha road, in Wum Sub-Division in Menchum Division -North West Region.
The works subject of this invitation to tender shall require the Construction of a bridge at Pk 4+500 on the GTHS Junction - Ketcha road, in Wum Sub-Division in Menchum Division -North West Region. The works and service required are found in the detail description mentioned in the respective bills ofquantities and cost estimates.
The estimated cost of the operations (tasks) following feasibility studies stands as specified in the table below
Lot |
Works |
Locality |
Estimated Cost |
1 |
Construction of a bridge oa PK 4+500 and GTHS Junction to ketcha road |
Wum Sub Division, Menchum Division, North West Region |
30 000 000 FCFA |
The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below:-
Lot |
Works |
Locality |
1 |
Construction of a bridge at Pk |
Wum Sub Division, Menchum Division, North West Region |
Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon with the required technical and professional expertise in the domain of construction accompanied by the necessary financial capability.
Works which form the subject ofthis invitation to tender shall be financed as per the programmed budget head of the 2019 Public Investment Budget (PIP 2019- MINDEVEL) of the Republic of Cameroon as specified in the table below:-
Lot |
Ministry |
Project Owner |
Works |
Provisional Amount |
Voteof charge N° |
Expenditure autborization N° |
1 |
Decentralizati |
Mayor Wum Council |
Construction of a bridge at Pk 4+500 on the GTHS |
30 000 000 FCFA |
5327 35101 641662 |
11105469 |
The Tender documents may be consulted immediately after publication ofthis invitation to tender from the Services of the Contracting Authority (Service in charge ofthe contracts award) during working hours at the Wum council premises during working hours in Wum.
The Tender documents shall be obtained immediately after publication of this Invitation to Tender from the Services ofthe Contracting Authority during working hours at the Wum council Premises. The document shall be obtained upon presentation of aTreasury receipt showing the payment of anon-refundable sum of fifty thousand (50 000) francs CFA from Wum council treasury
NOW READ
21/04/2019 at 10.am local time
The maximum execution deadline provided for by the Project Owner for the execution ofthe works subject of this tender shall be ninety calendar days (three months) with effect from date of notification of the Service Order to start execution.
Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder's name by a first rate bank approved by the Ministry in charge of Finance and that shall respect the model in this tender file featuring on the list in document 12 of the tender file and valid for ninety (90) days beyond the original date ofthe validity of the offers.
Lot |
Works |
Locality |
Works |
Estimated Cost |
Bid Bond |
Tender Fee |
1 |
Construction of a |
Wum Sub Division, Menchum Division, North West Region |
30 000 000 FCFA |
30 000 000 FCFA |
600 000 FCFA |
50 000 FCFA |
Under risk of being rejected, administrative documents must be produced in originals or true copies certified by the issuing services of the required administrative documents (Examples: Taxation Officials, Bank Officials, etc.) or by Administrative Authorities as the case may be (Example: SDO, DO etc) and must imperatively be produced in accordance with the Special Tender Regulations. They must obligatorily not be older than three (03) months or must not be produced after the submission of the tender file. Double
certification shall not be accepted. Any bid that shall not be in conformity with the prescriptions of this notice and tender file shall be declared null and void, especially bids containing a bid bond not issued directly in the bidder's name by a first rate bank approved by the Ministry in charge of Finance.
The bid bond which shall only be released by the Contracting Authority shall be released for unsuccessful bidders not later than thirty (30) days after the period of bid validity. For the successful bidder to whom the contract will be awarded, the bid bond shall be returned to the contractor by the Contracting Authority once
the final bond has been provided.
Bidders shall remain committed to their offers for a period of ninety (90) days from the last date for the submission of tenders, that is, the tenders shall be valid for 90 (ninety) days with effect from their
submission deadline.
NB: The contractor shall, present the originals of the respective certified documents for strict verification of their authenticity during site installation.
NOW READ
21/04/2019 at 10.am local time
EVALUATION CRITERIA:
Tender conformity shall be evaluated as per the following:
A) Eliminatory Criteria.
- Offers (bids) submitted after the deadline or time limit;
- Bids submitted in unsealed external envelopes.
- External envelopes with identification marks or inscriptions,
- Absence of a document in the administrative file
- Administrative documents more than 3months old;
- Absence of original or properly certified administrative document or documents certified more than
one time,
- False declaration or forged documents ;
- Absence of bid bond or bid bond not issued directly in bidder's name by a first rate bank approved by the Ministry in chargeof Finance
NB: Bid bond for a group of enterprises must bear the name of mandated enterprise with the names of the other enterprises mentioned as well
- Execution period longer than prescribed in the Tender file
- Technical evaluation mark lessthan 75% (non-respect of 75% of the essential criteria);
- Absence ofquantified unit price (omission ofa unit price in the financial bid).
B) Essential Criteria They are primordial or key modalities in the judgment of the technical and financial capacity ofcandidates to execute the tasks forming the subject of the invitation to tender.
They were determined in relation to the nature and content of the tasks to be executed. Hence in the evaluation of:-
(i) Technical documents, it shall be the binary method (YES or NO) based on the following distribution of points
CRITERA |
POINTS |
GENERAL PRESENTATION OF THE BIDS |
6 |
EXPERIENCE OF THE COMPANY |
9 |
QUALITY OF PERSONNEL AND MANAGEMENT OF THE COMPANY |
9 |
TECHNICAL EQUIPMENT |
5 |
METHODOLOGY FOR THE EXECUTION OF WORKS 1 |
11 |
TOTAL |
40 |
NB:
-Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.
-Details ofthese main qualification criteria are specified in the evaluation grid found in the Special Tender Regulations (RPAO).
(ii) Financial Offer, it shall consist of going through the bill of quantities in reference to the unit price schedule and the sub detail of unit prices
The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements
Bidders shall remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders (offers).
Additional information may be obtained during working hours from the Service for the Contracts Award at Wum council.
The Contracting Authority may at any time, amend this invitation to tender. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.
' The Contracting Authority may at any time, amend this invitation to tender. He shall publish the amendments and communicate same to companies that bought the tenders file. Delays caused by such amendments shall also be considered in the period given to bidders to submit their bids.