Within the frame-work of the 2020 Public Investment Budget (PIB 2020), the Contracting Authority (Lord Mayor)for Wum Council, hereby representing the State of Cameroon, launches an Open National Invitation to tender under CONDITIONS OF EMERGENCY for the Rehabilitation of some Streets in Wum Town. Wum Sub Division, Menchum Division North West Region.
The works subject of this invitation to tender shall require the Rehabilitation of some Streets in Wum Town. Wum Sub Division, Menchum Division, North West Region. The works and service required are found in the detail description mentioned in the respective bills of quantities 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 |
Rehabilitation of some Streets in Wum Town |
Wum Sub Division, Menchum Division North West Region |
50,000,000 FCFA |
Elementary tasks
The main tasks to be carried out shall include the following:
- Preliminary works
- Cleaning of site
- Excavation
- Supply of materials and construction of structures
- Grading and widening of road
- Creation of side ditches
- Backfilling with laterite
- Cambering and compaction
Reference documents
In the study and execution of the Jobbing Order, the successful bidder shall comply with the following:
- Statutory and regulatory instruments (laws, ordinances, decrees, orders)
- Unified technical documents (requirements, special conditions, designing rules)
- French norms approved by ARNOR
- Security rules and norms relating to public protection
- Agreements, technical opinion and recommendations of the CSTB applicable to works relating to this invitation to tender in force on the date of signature of this Jobbing Order.
To carry out the general control of works, the Project Engineer and the other administrations involved in the follow-up of the project may make regular or unexpected visits to the site.
The description of estimates is intended to spell out the technical requirements for a proper execution of the construction works.
The Contractor shall strictly comply with the description of estimates in keeping with rules and norms
DETAIL DESCRIPTION OF WORKS
R1
STRETCH: GHIEDZE JUNCTION – JOPACC Length=800m Width=5.00m
The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below:-
PK START |
PK END |
SIDE |
DIAGNOSIS/OBSERVATION |
INTERVENTION |
PK 0+000
PK 0+000 |
PK 0+800 |
CH |
-JOPACC Junction -Existing RC crossing with 4 broken slabs -Degraded road surface |
-Replace slabs 4m length
-Grade and widen road, -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact and camber. |
PK 0+000 |
PK 0+014 |
L |
-Existing masonry gutter |
-Clean gutter 14m |
PK 0+000 |
PK 0+022 |
R |
-Existing masonry gutter |
-Clean gutter 22m |
PK 0+014 |
PK 0+64 |
L |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+151 |
PK 0+231 |
L |
-Existing masonry gutter |
-Clean gutter 80m |
PK 0+159 |
PK 0+231 |
R |
-Existing masonry gutter |
-Clean gutter 72m |
PK 0+189 |
|
R |
-Broken gutter |
-repair gutter 10m |
PK 0+231 |
|
L |
-Broken gutter |
-repair gutter 9m |
PK 0+267 |
PK 0+317 |
R |
-Existing masonry gutter |
-Clean gutter 50m |
PK 0+317 |
|
CH |
-Absence of crossing to Waindo Palace |
-Place RC slabs on stone gutter 5m |
PK 0+370 |
|
L |
-Broken gutter |
-repair gutter 5m |
PK 0+370 |
|
R |
-Broken gutter |
-repair gutter 3m |
PK 0+391 |
|
CH |
-Existing RC Bridge too low |
|
PK 0+424 |
PK 0+502 |
R |
-Existing masonry retaining wall |
-increase height of wall to 75cm to level up with culvert head |
PK 0+434 |
|
CH |
-Existing D80 metallic culvert non functional |
|
PK 0+522 |
|
L |
-absence of offshoot |
-provide offshoot |
PK 0+535 |
|
R |
-absence of offshoot |
-provide offshoot |
PK 0+522 |
PK 0+600 |
L |
-Absence of drainage structures (gutter) |
-Construct masonry V-gutters 29m |
PK 0+535 |
PK 0+595 |
R |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+600 |
PK 0+700 |
R |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+800 |
|
|
-JOPACC Gate |
|
|
|
|
|
|
R2 STRETCH: LAKE NYOS HOTEL – KESU ROUNDABOUT Length=465m + 60m = 525m Width=5.00m |
||||
PK START |
PK END |
SIDE |
DIAGNOSIS/OBSERVATION |
INTERVENTION |
PK 0+000
PK 0+000 |
PK 0+465 |
CH |
-Existing stone gutter with RC slabs for crossing 7m -Broken gutter -Degraded road surface |
-Demolish and Construct a RC Box crossing 7m and add 4 slabs(2m) -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact and camber |
PK 0+000 |
PK 0+173 |
L/R |
-Existing masonry gutter |
-Clean gutter 173x2=346ml |
PK 0+067 |
|
L/R |
-Absence of crossing |
-Conctruct RC slabs on masonry gutter to provide crossings 5m on both sides (10m) |
PK 0+089 |
PK 0+100 |
L |
-Broken gutter |
-repair gutter 11m |
PK 0+113 |
|
L/R |
-Broken gutter |
-repair gutter 5m |
PK 0+131 |
|
L/R |
-Broken gutter |
-repair gutter 4m |
PK 0+142 |
|
L |
-Broken gutter |
-repair gutter 2m |
PK 0+173 |
|
R |
-Broken gutter |
-repair gutter 3m |
PK 0+196 |
PK 0+246 |
L |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+355 |
|
CH |
-Low point on stretch |
-Need to construct a culvert |
PK 0+465 |
|
CH |
-Kesu Roundabout |
|
PK 0+465 |
PK 0+495 |
R |
-Need to extend works to the right |
-Extend works by 30m(backfilling/compaction) |
PK 0+495 |
PK 0+525 |
L |
-Need to extend works to the left |
-Extend works by 30m(backfilling/compaction) |
|
|
|
|
|
R3 STRETCH: MORNING STAR HOTEL – CBC – STADIUM STRETCH Length=385m Width=5.00m |
||||
PK START |
PK END |
SIDE |
DIAGNOSIS/OBSERVATION |
INTERVENTION |
PK 0+000 PK 0+000
|
PK 0+385
|
CH |
-Morning star Junction -Degraded road surface |
-Light grading -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact/ camber |
PK 0+020 |
PK 0+070 |
R |
-Absence of drainage structures (gutter) |
-Construct masonry V-gutters 25m |
PK 0+020 |
PK 0+064 |
L |
-Absence of drainage structures (gutter) |
-Construct masonry V-gutters 25m |
PK 0+064 |
PK 0+083 |
L |
-Existing masonry gutter too deep |
-Backfill to take normal depth |
PK 0+083 |
PK 0+127 |
L |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+323 |
|
CH |
-Need for a drainage structure to drain water from left to right |
-Construct a RC Box to control drainage 6m. |
PK 0+323 |
PK 0+385 |
L/R |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+330 |
|
L |
-Tree narrowing the road |
-Fell tree and dig up storm |
PK 0+337 |
|
L |
-Tree storm |
-Dig up storm |
PK 0+385 |
|
CH |
-Intersection to Stadium, Holy Trinity and CBC -End of stretch. |
|
|
|
|
|
|
R4 STRETCH: MBA – TIAFENI – HOLY TRINITY Length=1673m Width=5.00m |
||||
PK START |
PK END |
SIDE |
DIAGNOSIS/OBSERVATION |
INTERVENTION |
PK 0+000
PK 0+000 |
PK 1+673 |
CH |
-MBA Junction -absence of crossing at MBA Junction -Degraded road surface
|
-Construct a RC Box to control drainage 6m. -Light Grading and widening of road, -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact and camber. |
PK 0+000 |
PK 0+030 |
R |
-Absence of drainage structures (gutter) |
-Construct masonry V-gutters 30m |
PK 0+055 |
|
L |
-Electricity pole |
-Avoid pole |
PK 0+065 |
|
L |
-Presence of tree narrowing road |
-Fell tree and dig up storm |
PK 0+111 |
|
L |
-Presence of tree narrowing road |
-Fell tree and dig up storm |
PK 0+227 |
|
CH |
-Low point on stretch |
-Construct a RC Box to control drainage 6m. |
PK 0+261 |
|
L |
-Presence of tree narrowing road |
-Fell tree and dig up storm |
PK 0+322 |
|
L |
-Presence of tree narrowing road |
-Fell tree and dig up storm |
PK 0+633 |
PK 0+653 |
CH |
-Existing pavement |
-Maintain existing state as such |
PK 0+715 |
|
L |
-Presence of tree narrowing road |
-Fell tree and dig up storm |
PK 0+739 |
|
L |
-Presence of tree narrowing road |
-Fell tree and dig up storm |
PK 0+7910 |
|
CH |
-Intersection to Ardo Mama -Narrow road at intersection to Ardo Mama 16m |
-Grade and open up road 5m and clear junction 120m2 |
PK 1+066 |
PK 1+117 |
L |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 1+118 |
PK 1+124 |
L |
-Absence of crossing |
-Construct a RC Box with slabs to provide crossing 6m |
PK 1+126 |
|
CH |
-Absence of drainage structure to drain water from left to right |
-Construct a RC Box to control drainage 9m. |
PK 1+276 |
PK 1+278 |
L |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 1+316 |
|
CH |
-Intersection to the Dos Office -Absence of drainage structure to drain water from right to left |
-Construct a RC Box with slabs to provide crossing 6m |
PK 1+332 |
|
CH |
-Existing Box culvert 5.4m -Road surface very low |
-Functional -Need to backfill 30cm to level up with Box culvert. |
PK 1+577 |
|
L |
-Electricity pole Narrowing road to 4m (double pilon) |
-Avoid pole |
PK 1+673 |
|
CH |
-Intersection at Holy Trinity -Need to extend existing gutter by 6m from the right and 7m from the left -Absence of crossing |
-Construct Masonry V-gutters 6m R and 7m L -Construct a RC Box with slabs to provide crossing 9m |
|
|
|
|
|
R5 STRETCH: TIAFENI JUNCTION – D.Os OFFICE - PRISON Length=721m Width=5.00m |
||||
PK 0+000
PK 0+000
|
PK 0+662
|
CH |
-Intersection at Tiafeni, Dos Office, Holy Trinity. -Degraded road surface |
-Light grading -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact/ camber |
PK 0+000 |
PK 0+022 |
L/R |
-Absence of drainage structures (gutter) |
-Construct masonry V-gutters 44m |
PK 0+148 |
|
CH |
-Existing Bridge |
|
PK 0+157 |
PK 0+197 |
L |
-Absence of drainage structures (gutter) |
-Construct masonry V-gutters 40m |
PK 0+179 |
PK 0+190 |
R |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+190 |
PK 0+196 |
R |
-Absence of crossing |
-Construct a RC Box with slabs to provide crossing 6m |
PK 0+196 |
PK 0+221 |
R |
-Absence of drainage structures (gutter) |
-Create V-earth ditches to drain water |
PK 0+565 |
|
CH |
-Dos Residence |
|
PK 0+662 |
|
CH
R |
-Absence of drainage structure to drain water from Left to Right -Need for offshoot to drain water |
-Construct a RC Box with slabs to provide crossing 6m -Create offshoot to drain water |
PK 0+721 |
|
CH |
-Intersection to Dos Residence, to Bafmeng, to Wum town. |
-End of stretch |
|
|
|
|
|
R6 STRETCH: ZONGHOKWO JUNCTION-THROUGH ZONGHOKWO PALACE-MAGHA PALACE MAGHA JUNCTION Length=800m Width=5.00m |
||||
PK 0+000
PK 0+000
|
PK 0+662
|
CH |
-Zonghokwo Junction -RC Box crossing -Presence of gullies on road -Degraded road surface |
-Light grading -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact/ camber |
PK 0+005 |
PK 0+010 |
L |
-Broken gutter |
-repair gutter 5m |
PK 0+000 |
PK 0+058 |
R |
-Existing gutters |
-Clean gutter |
PK 0+005 |
PK 0+080 |
L |
-Existing gutters |
-Clean gutter |
PK 0+465 |
|
L |
-Risk zone 15m from the road axis (land slide) |
|
PK 0+567 |
|
R |
-Magha palace |
|
PK 0+594 |
|
R |
-Broken gutters |
-repair gutter 15m |
PK 0+688 |
|
L |
-Broken gutters |
-repair gutter 15m |
PK 0+800 |
|
CH |
-Magha Junction |
-End of stretch |
Lot |
Works |
Locality |
1 |
Rehabilitation of some Streets in Wum Town |
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 domainof earth roads maintenance accompanied by the necessary financial capability.
Works which form the subject of this invitation to tender shall be financed as per the programmed budget head of the 2020 Public Investment Budget (PIB 2020) of the Republic of Cameroon as specified in the table below:-
Lot |
Ministry |
Project Owner |
Works |
Provisional Amount |
Vote of charge N° |
Expenditure authorization N° |
1 |
MINHDU |
Rehabilitation of some Streets in Wum Town |
Wum Sub Division, Menchum Division North West Region |
50,000,000 FCFA |
5438 498 01 641662 2250
|
IVO5816
|
The Tender documents may be consulted immediately after publication of this invitation to tender from the Services of the Contracting Authority (Service in charge of the contracts award) during working hours at the Wum council premises .
The Tender documents shall be obtained immediately after publication of this invitation to tender from the Services of the Contracting Authority during working hours at the Wum Council Premises. The document shall be obtained upon presentation of a Treasury receipt showing the payment of a non-refundable sum of One Hundred thousand (100,000) francs CFA from Wum Council treasury.
Each bid written in English or French shall be signed by the bidder or by a duly authorized Representative and presented in seven (07) copies that is one (01) original and six (06) copies labelled as such. These shall be submitted in one sealed external envelope containing three (3) envelopes, that is, Envelope A: Administrative Documents, Envelope B: Technical documents and Envelope C: Financial Documents. It shall reach the Wum council in the service in charge of contract award not later than 23/04/2020 at 12 pm; local time. The sealed external envelope shall be free of all identification marks, failing which it shall be rejected.
OPEN NATIONAL INVITATION TO TENDER
UNDER EMERGENCY PROCEDURE
NO 04/ONIT/MINDDEVEL/NWR/MCH/WC/WCITB/2020 OF 25/03/2020 FOR THE REHABILITATION OF SOME STREETS IN WUM TOWN. WUM SUB DIVISION, MENCHUM DIVISION NORTH WEST REGION
(To be opened only during the bids opening session of the Tenders Board)
The maximum execution deadline provided for by the Project Owner for the execution of the 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 of the validity of the offers.
Lot |
Works |
Locality |
Estimated Cost |
Bid Bond |
Tender Fee |
1 |
Rehabilitation of some Streets in Wum Town. |
Wum Sub Division, Menchum Division North West Region. |
50,000,000 FCFA |
1,000,000 FCFA |
100,000 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.
Bids shall be opened by the Tenders Board in a single phase on the 23/04/2020 at 1 pm local time in the conference hall of the Wum Council Premises. Only bidders or their authorized representatives having a perfect knowledge of the file may attend the bid opening session. Note should be taken that in case of any ambiguities or differences during opening, only the original shall be considered authentic, that is, any bid which shall not comply with the requirements of the tender file shall be rejected.
a) Stage I shall involve:
i) Opening of envelopes containing Administrative documents to appraise the validity, authenticity and completeness of files.
NB: Envelopes containing technical documents shall not be opened for bidders earlier eliminated because of defaults in administrative document(s).
ii) Opening of envelopes containing technical documents to appraise and evaluate technical proposals
NB: Any bids which shall not obtain 75% score in the technical evaluation shall simply be eliminated.
b) Stage II Opening of financial offers to appraise proposed amount for the project.
NB: Bidders whose offers when calculated for verification and found to be more than the provisional amount of the project shall simply be eliminated.
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 original or properly certified administrative document or documents certified more than one time,
- Absence of bid bond or bid bond not issued directly in bidder’s name by a first rate bank approved by the Ministry in charge of 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.
- Administrative documents more than 3months old;
- False declaration or forged documents ;
- Senior Technician in Civil Engineering of the company having less than three (03) years of experience in earth road maintenance.
- Civil Engineering Technician having less than five (05) years of working experience in earth road maintenance.
- Technical evaluation mark less than 75% (non-respect of 75% of the essential criteria);
- Execution period longer than prescribed
- Absence of quantified unit price (omission of a unit price in the financial bid);
- Financial offer more than the provisional amount of the project.
B) Essential Criteria They are primordial or key modalities in the judgment of the technical and financial capacity of candidates 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 |
11 |
TOTAL |
40 |
NB:
-Any Bid that shall not obtain 75% evaluation in the technical documents shall simply be rejected.
-Details of these 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).
COMPLEMENTARY INFORMATION:
Additional information may be obtained during working hours from the Service for the Contracts Award at Wum council.
AMENDMENT TO THE INVITATION TO TENDER:
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.