Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 05-04-2020 à 20:18
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE WUM
TENDER NOTICE 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
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

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.

2.Consistance des prestations New(Additif)

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.

3.Cout Prévisionnel New(Additif)

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

4.Allotissement New(Additif)

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

5.Participation et origine New(Additif)

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.

6.Financement New(Additif)

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

 

7.Consultation du Dossier New(Additif)

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 .

8.Acquisition du Dossier New(Additif)

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.

9.Remises des offres New(Additif)

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.

 

The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:

 

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)

10.Delai de Livraison New(Additif)

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

11.Cautionnement Provisoire New(Additif)

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

12.Recevabilité des Offres New(Additif)

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.

13.Ouverture des Plis New(Additif)

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.

 

14.Critères d'évaluation New(Additif)

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.

15.Attribution New(Additif)

The contract shall be awarded to the lowest bidder who must have fulfilled the administrative, technical and financial requirements.

16.Durée Validité des Offres New(Additif)

Bidders shall remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders (offers).

17.Renseignements Complémentaires New(Additif)

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.

BAMENDA Le 25-03-2020
Le MAYOR
DINGHAMBONG MVO Anthony