Within the framework of the 2022 Public Investment Budget(PIB 2022),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 Road from GPNS Wum to Dos Office in Wum Sub Division,Mcnchum Division North West Region
The works subject to this invitation to tender shall require the Rehabilitation of Road from GPNS Wum to Dos Office in Wum Sub Division, Menchum Division North West Region The works and service required are found in the detailed 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 Road from GPNS Wum to Dos Office |
Wum Sub Division , Menchum Division North West Region |
27,000,000 CFAF _ |
N / A
ALLOTMENT :
Elementary tasks
The main tasks to be carried out shall include the following:
- Preliminary works
- Website cleaning
- Digging
- 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, design 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: Length = 1000m Width = 6.00m
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+1000 |
CH |
-Bakia stream - absence of crossing at Bakia stream -Degraded road surface |
-Construction of a culvert box - Construct a RC Box with slabs over to control drainage . -Light Grading and widening of road, -create side ditches to control drainage -Backfill with normal laterite (thickness =10cm), compact and camber. |
Lot |
works |
Locality |
1 |
Rehabilitation of Road from GPNS Wum to Dos Office |
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 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 2022 Public Investment Budget(PIB 2022- MINDDEVEL) of the Republic of Cameroon as specified in the table below:-
Lot | Ministry | Project Owner |
works | Provisional Amount |
Vote of charge No. | Expenditure authorization |
1 | MINTP | Rehabilitation of Road from GPNS Wum to Dos Office |
Wum Sub Division, Menchum Division North West Region |
27,000,000 FCFA |
No. 1X05169 | No. 56 36 126 01 641662 523511 861 |
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 Fifty-Four thousand (54,000) CFA francs 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 (7)copies that is one(01)original and six(06)copies labeled as such. These shall be submitted sealed external envelope containing three (3) envelopes, that is, Envelope A: Administrative Documents, C: Financial Document. It shall reach the Wum council in the service incharge of contract not more than 16 Feb 2022 at 10 am; 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:
INSTRUCTIONS
OPEN NATIONALINVITATION TO TENDER
UNDER EMERGENCYPROCEDURE
N° 002/ONIT/MINDDEVEL/NWR/MCH/WC/WCITB/2022 OF 21/01/ 2022 FOR THE REHABILITATION OF ROAD FROM GPNS WUM TO DOS OFFICE IN 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 (90) calendar days (three months) with effect from date of notification of the Service Order to start execution.
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 Road from GPNS Wum to Dos Office |
Wum Sub Division , Menchum Division North West Region |
27,000,000 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 0 der than three (03) months or must not be produced after the submission of the tender file. Dual 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.
Tile 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 (riinety) days with effect from their submission deadline, h B: 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 16 FEB 2022 at 11 am 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 ofdefaults 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 who's 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.
NB: Any of these documents 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 of75% 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.
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:
|
|
||
|
6 | ||
|
9 | ||
|
9 | ||
|
5 | ||
|
11 | ||
|
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 oftenders(offers).'
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.
N / A
N / A