Within the framework of the Funding Agreement No._______/CCF/FEICOM/DG/CAJ/DCCC/2019 between FEICOM and the NKUM Council for the execution of the Public Investment Budget of the 2024 financial year, the Mayor to the NKUM Council, hereby launches an Open National Invitation to Tender through the Emergency procedure for the re-launch of the construction of 08 classrooms, 03 nursery blocks, and 04 toilet blocks Nkum Council, Bui Division, North West Region.
The project is divided into lots where some lots will be for the construction of a block of 02 classrooms and a block of latrines with six compartments. A block of 02 classrooms covering a ground surface area of 175m². External works (VRD) shall include 80 linear meters of gutter, paving around the building and an access ramp, and the other lots will be for the construction of 03 nursery schools. External works (VRD) shall include 80 linear meters of gutter, paving around the building and an access ramp.
The estimated cost after preliminary studies stands at Twenty-five Million FCFA (25 000 000) all taxes inclusive for the Lots 1, 2 and 3 and Twenty-Three Million One Hundred Thousand FCFA (23 100 000) all taxes inclusive for Lots 4, 5, 6 and 7.
The works are in seven lots
LOT |
NAME of SCHOOL |
NUMBER OF CLASSROOMS/LATRINES |
Lot 1 |
GNS NZEVRU |
A block of a complete nursery school |
Lot 2 |
GNS WOOH |
A block of a complete nursery school |
Lot 3 |
GNS TATUM |
A block of a complete nursery school |
Lot 4 |
GS TATUM |
A block of two (02) classrooms and a latrine block with six (06) compartments |
Lot 5 |
GS KISHONG |
A block of two (02) classrooms and a latrine block with six (06) compartments |
Lot 6 |
GS KISHONG |
A block of two (02) classrooms and a latrine block with six (06) compartments |
Lot 7 |
GS NKWEEN |
A block of two (02) classrooms and a latrine block with six (06) compartments |
NB: No bidder shall be allowed to win more than two lots
Participation is opened under the same conditions to all Cameroonian companies and business concerns that have proven experience in the field of building construction and civil engineering in general and who are not in a period of suspension by the authority in charge of public contracts
Works which form the subject of this invitation to tender shall be financed by Public Investment Budget FEICOM/NKUM Council for 2024 financial year.
The file may be consulted during working hours at the NKUM Council, Department of Technical Services, , Tel: 677 827 817, upon publication of the invitation to tender.
The file may be obtained from the NKUM Council, Department of Technical Services, Tel: 677 827 817, upon publication of the invitation to tender against payment of the non-refundable sum of Forty Thousand (40, 000) CFA francs, payable at NKUM Council Treasury for all the lots.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in seven (07) copies including the original and six (06) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach the NKUM Council, service of Public Contracts and Procurement, not later than (See schedule below), and should carry the inscription:
“To be opened only during the bid-opening session”
In case of any ambiguities or differences, only the original shall be considered authentic
The maximum duration of execution provided for by the Contracting Authority shall be four calendar (04) months, as from the date of notification of the contractor by the control engineer to start work
Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by a first-rate banking establishment approved by the Ministry in charge of finance, (see list in document No. 12 of this tender file), of an amount of Five Hundred Thousand (500 000) FCFA Lots 1, 2 and 3 and Four Hundred and Sixty-Two Thousand (462 000) for Lots 4, 5, 6 and 7 valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily be not older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice.
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister in charge of Finance.
The opening of the bids shall be done on 04/12/2024 at 11:00 am prompt in the Conference Hall of the NKUM Council by the competent tender board. Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.
Evaluation criteria
The evaluation of bids shall be carried out in three stages:
Ø 1st Stage: verification of the conformity of each administrative document;
Ø 2nd Stage: Evaluation technical bids;
Ø 3rd Stage: Analyses of Financial bids.
The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
- Absence of a document in the administrative file;
- Deadline of execution more than the prescribed;
- False declaration or falsified documents;
- Absence or insufficient bid bond;
- Omission of a quantified task on the bill of quantities and cost estimates
- The presentation of a personnel without a certified copy of the national identity card
- Absence of references of execution of similar jobs
- Enterprise with an abandoned contract or uncompleted above contractual deadline.
- Non satisfaction of at least 2/3 of the criteria on refrences
Main Qualification criteria: The criteria relating to the qualification of candidates could indicatively be on the following:
· Financial situation
· Experience
· Personnel
· Equipment.
Methodology/organization of the site
The jobbing order shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the public contracts code.
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary information may be obtained during working hours from the NKUM Council, Department of Technical Services, Tel: 677 827 817