The Mayor of WIDIKUM council ; CONTRACTING AUTHORITY, initiates on behalf of the Republic of Cameroon, an Open National Invitation to tender FOR THE CONSTRUCTION OF A 12ml BRIDGE OVER RIVER EMOM ON THE ROAD KWAFONG-ECHIBIL-AKANINKU IN WIDIKUM SUBDIVISION, MOMO DIVISION, NORTH WEST REGION
BATCH 000: INSTALLATION
Site Installation and Security
Project Launching and sensitization
LOT 100: CLEARING AND EARTH WORKS
Clearing of Vegetation
tree felling
Fill from borrow pit
LOT 300: Drainage
Cleaning of river bed
Rip-Rap
Weep holes
LOT 400: Foundations-Embankment-Piles-Beams-Deck-Wingwall
Ordinary excavation or opening of river bed
Backfill of excavation
Filtering Materials behing abutment
Embankment contiguous to structure
Demolition of existing structure
Blinding Concrete batch at 150kg/m3
Reinforced Concrete batched at 350kg/m3 for beams, embankment and pile
Reinforced Concrete batch at 400kg/m3 for the Deck
IPE-beam
form work
Scaffolding
Drainage Nozzles
Geotechnical Studies
LOT 500: Signaling and Security Equipment
Guard rail
Metallic Sign board
Wooden Beacon
LOT 600: Miscellaneous
Anti-corrosion Paint
oil-paint
Bituminous Paint
The previewed cost of the entire works of this Open National Invitation to tender is: 80,000,000 fcfa, ( Eighty Million) FCFA all taxes included.
N / A
The works subject to this invitation to tender, are presented in ONE lot, following the itinerary described below:
Batch No. |
Regions |
Division |
Structure/ Stretch of road / River |
Span/ Length (ml) |
Duration (month) |
Amount (ATI) FCFA |
Type of intervention |
1-SW/20 |
NORTH-WEST |
MOMO |
River Emom |
12 |
8 |
80,000,000 |
Bridge |
Participation in this invitation to tender is open to all registered and qualified companies or groups of companies based in the Republic of Cameroon.
The Works on This tender is funded by the budget of Road funds 2022 exercise
The tender file can be consulted in the office of the contracting authority, at WIDIKUM Council.
The tender file can be obtained in the office of the contracting authority, precisely in the office of the Mayor WIDIKUM Council, on presentation of a payment receipt to the public treasury, of a nonrefundable purchase fee for the tender file. 160,000 ( One Hundred and Sixty Thousand Francs cfa ) Francs CFA.
This receipt should identify the buyer as the representative of the bidder, wishing to participate in the consultation.
The bid documents will be presented in three envelopes as illustrated below:
The Envelope A containing administrative documents (volume 1);
The Envelope B containing technical documents (Volume 2);
The Envelope C containing financial documents (Volume 3).
All constituted documents (Envelopes A, B and C), will be put in a bigger sealed envelope bearing only the title of the Open national invitation to tender N°004
The various documents in each bid will be numbered in the order of the tender file and with separators of different colors other than white.
Each bid, prepared in English or in French in (07) seven copies , that is (01) one original and (06) six copies noted as such, shall be forwarded to the contracting authority, notably to the Mayor WIDIKUM Council office latest the :22/06/2022 at 9:00AM Widikum Boffe council hall.
« TENDER FILE
N°004/ONIT/ WBC/ WBCITB /2022 OF 01/06/2022
FOR THE CONSTRUCTION OF A BRIDGE OVER RIVER EMOM IN WIDIKUM SUBDIVISION, MOMO DIVISION, NORTH WEST REGION
FUNDING : ROADS FUNDS EXCISE 2022
To be opened only during the bid-opening session”.
The entire period of execution of these Works is months 8 ( eight months ) calendar months. This duration starts as of the date of notification of the service order to start Works.
The bids should be accompanied by a temporal bid bond (Bank Tender Guarantee, or a bank check certified), established as per the indicated Model in this tender file, by a financial institution accredited by the Ministry of Finance, and of an Amount equal to :
Batch Number |
Amount of the bid Bond in cfa (Tender guarantee) |
LOT N°1 |
16,000,000 FCFA |
To avoid being rejected, the original copy of the bid bond (Bank tender guarantee) should be produced dating less than 3 (three) months.
The temporal bid bond shall automatically be released highest 30 (thirty days) days upon expiration of the validity of the bids for the unsuccessful bidders. In case where the bidder is awarded the contract, the temporal bid bond is liberated after the production of the final bond.
Bids that will be submitted after the date and time mentioned above or those that will not respect the separation model indicated in the different documents in each bid shall not be accepted.
To avoid being rejected, the required administrative documents, will imperatively be produced in original or in certified true copies by the issuing service, in conformity with the stipulation of the rules and regulations of this tender.
These Administrative documents have a validity period of (03) three months. This validity period has to begin after the date of the lunching of the tender.
The opening of bids shall take place on the 22/06/2022 at 10:00 am, in the conference hall of the WIDIKUM council internal tender's Board , at the WIDIKUM Council premises .
The opening of bids will be done at once and in three stages:
- Stage 1: Opening of envelope A, Containing Administrative Document (volume 1),
- Stage 2: Opening of envelope B, Containing Technical Document (volume 2)
- Stage 3: Opening of envelope C, Containing Financial Document (volume 3).
All the bidders can take part in this opening session or can be represented by one person dully mandated (Even in case of joint-venture) who has a perfect mastery of the tender file.
MAIN CRITERIA OF EVALUATION OF THE BIDS :
ELIMINATORY CRITERIA :
a) Absence of submission bid bond at the required amount (tender bank guarantee);
b) False declaration, falsified or non-authentic document;
(c) Omission of a unit price in the schedule of unit prices and the bill of quantities and cost estimates;
d) Incomplete financial bid for absence of one of the following documents:
The tender letter;
The unit price schedule following the indicated model of prices without value added tax in figures and in words, clearly filled.;
The bill of quantities and cost estimates (BOQ);
The unit price breakdown;
e) Not having obtained at least seventy five percent (85%) of the essential technical criteria;
f) Any bid carrying a mark identifying the bidder
Essential criteria :
The technical bids will be evaluated according to the following ten (10) main criteria:
a. Key personnel of the company on three (03) criteria;
b. The site equipment to be mobilized on five (05) criteria;
vs. The Enterprise references on two (02) criteria;
d. General presentation of bids
e. Financial capacity;
f. Safety measures at site;
g. Technical organization of works;
h. Logistics;
i. Certificate and report of site visit;
d. Special technical clauses initiated on all pages and last page signed;
k. Special administrative clauses filled and initiated on all pages and last page signed
The contract will be awarded to the lowest bidder, fulfilling the required administrative, technical, and financial criteria.
The bidders will be engaged by their bids during a period of ninety (90) days as from the latest date programmed for bids deposit.
Additional information in relation to technical details can be obtained at the office of the contracting authority, notably The WIDIKUM Council office .
N / A
N / A