The Mayor of Wum Council, Project Owner and Contracting Authority, hereby launches an Open Invitation to Tender, under urgent procedure for the recruitment of an Engineering Firm to control and monitor the construction works of a Bridge Over River Binjam Linking Kwen and Binjam Phase one in Kesu Village, Wum Municipality, Menchum Division North West Region.
The services which the subject of this Invitation to Tender shall include: the following missions:
1. Mission 1: Examination of the conformity to the project, visa of the studies and the execution project made by the company (EXE);
2. Mission 2: Directorate for the execution of works contracts (DET) scheduling, management and coordination of construction sites (OPC);
3. Mission 3: Assistance in provisional, final Acceptance Operations and during the warranty period.
The estimated cost of these services is Seven Million (7,000,000) FCFA francs, including taxes.
The services which are the subject of this Invitation to Tender include Phase one.
Participation in this National Invitation to Tender under the emergency procedure is open to Engineering Firms having the required qualifications to control and monitor the construction works of a Bridge Over River Binjam Linking Kwen and Binjam Phase one in Kesu Village, Wum Municipality, Menchum Division North West Region.
The services which are the subject of this Invitation to Tender are financed by ROAD FUND-MINTP 2026 financial year.
The Tender File may be consulted as soon as this notice is published, during working hours, at the Wum Council premises.
The Tender File (DAO) shall be collected on presentation of the original receipt for the payment, at the Municipal Treasury of Wum Council, of a non-refundable amount of CFA fourteen thousand (14,000) representing the cost of purchasing the Tender File.
When collecting the DAO, bidders must register and communicate their full address (telephone, e-mail, post office, fax, etc.).
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) photocopies 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 18 FEV 2026 At 10 am local time. The sealed external envelope shall be free of all identification marks; with which it shall be rejected.
The sealed external envelope addressed to the Contracting Authority shall bear the following inscriptions:
They shall bear the following inscription:
« OPEN NATIONAL INVITATION TO TENDER
UNDER EMERGENCY CONDITIONS
NO 009/ONIT/MINDDEVEL/WC/WCITB/2026 OF _______________________ FOR THE RECRUITMENT OF AN ENGINEERING FIRM TO CONTROL AND MONITOR CONSTRUCTION WOEKS OF A BRIDGE OVER RIVER BINJAM LINKING KWEN AND BINJAM PHASE ONE IN KESU VILLAGE, WUM MUNICIPALITY, MENCHUM DIVISION NORTH WEST REGION.
TO BE OPENED ONLY DURING THE BID-OPENING SESSION ».
The maximum period provided for by the Project Owner for the delivery of the services which are the subject of this Invitation to Tender is Six (06) months from the date of notification of the Service Order to start the services.
Each bidder shall enclose in his administrative documents a bid bond issued directly in the bidder’s name by a first-rate bank, certified bank cheque, bank guarantee 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 One hundred and fifty (150) days beyond the original date of the validity of the offers.
|
Lot |
Works |
Locality |
Estimated Cost |
Bid Bond |
Tender Fee |
|
01 |
Control and Monitoring for Construction Woeks of a Bridge Over River Binjam Linking Kwen and Binjam Phase One in Kesu Village |
in Wum Sub Division, Menchum Division, North West Region |
7,000,000 FCFA |
140,000 FCFA |
14,000 FCFA |
As per the Special regulations governing the Invitation to Tender, the required administrative documents must be submitted in original copies or copies certified true by an administrative authority, otherwise they shall be rejected. They shall date not more than three (03) months prior to the initial date for the submission of bids or be issued after signing of the Invitation to Tender.
Any incomplete bid, as per the requirements of the Tender File, namely the absence of the bid bond issued by a first-ranked bank approved by the Ministry in charge of Finance or failure to comply with the model documents of the Tender File, shall be declared inadmissible and rejected without any appeal.
Bids shall be opened by the Wum council Tenders Board in a single phase on the 18 FEV 2026 at 11 am local time in the conference hall of the Wum council library. 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.
15.1 Eliminatory criteria
· Absence or non-compliance of a document in the administrative file beyond the grace period of 48 hours allowed by the Tenders Board;
· Absence of the bid bond;
· False declarations or forged documents (the ITB and the Contracting Authority shall have the right to carry out the verification of the authenticity of any doubtful document);
· Absence in the technical offer of a section "organization, action plan and staff mobilization schedule";
· Failure to meet at least 70% of the essential criteria;
· Omission of a quantified price in the financial offer;
· Incomplete financial offer.
15.2. Essential criteria
Technical offers will be assessed based on the following essential criteria:
|
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 |
Method of selection of the Contractor
The Contractor shall be selected based on the cost-quality ratio (preferred bid) in accordance with the procedures described in this Tender File.
The final overall score N will be calculated by combining the weighted technical and financial scores using the following formula:
Ng = 70 x Technical Score (Nt) + 30 x Financial Score (Nf)
100
The financial score (Nf) is obtained as follows:
Let Fm be the amount of the lowest-priced bidder, its financial score will be taken as 100 points. The scores of the other bidders calculated from the financial score of the lowest bidder will be obtained using the following formula:
Nf = 100 x Fm
F
Fm = the amount of the lowest proposal
F = the amount of the proposal under consideration
The bidder with the highest final score will be declared as the successful bidder for the contract
The contract will be awarded to the bidder whose bid is assessed as the best and most compliant with the Tender File, i.e., the bidder with the highest combined technical and financial score will be awarded the contract and invited to negotiations, if necessary, in view of the signature of the contract.
Bidders shall remain committed by their bids for a period of one hundred and fifty (150) days with effect from the deadline set for the receipt of bids.
Further information can be obtained during working hours at the Wum Council and/or at the Partnership Projects and Programmed Department of FEICOM (Projects and Programmes Contract Award Service.
Wum Council: P. O. Box: 09; Tel. …………………..