Within the frame-work of the 2025 Public Investment (MINADER 2025), the Contracting Authority (The Lord Mayor Wum council), hereby representing the State of Cameroon, launches an Open National Invitation to tender for The Rehabilitation of the Road from Zonghokwo Junction to Kelang Junction (2.70km) in Wum Municipality, Menchum Division North West Region.
The works subject of this invitation to tender shall require the Rehabilitation of the Road from Zonghokwo Junction to Kelang Junction (2.70km) in Wum Municipality, 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.
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 the Road from Zonghokwo Junction to Kelang Junction (2.70km) |
in Wum Sub Division, Menchum Division. |
23,000,000 FCFA |
The works subject of this invitation to tender shall be in one lot defined with specifications as in the table below: -
Lot |
Works |
Locality |
1 |
Rehabilitation of the Road from Zonghokwo Junction to Kelang Junction (2.70km). |
in Wum Sub Division, Menchum Division. |
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 construction 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 2025 Public Investment Budget (MINADER 2025) of the Republic of Cameroon as specified in the table below: -
Lot |
Ministry |
Project Owner |
Works |
Vote of charge |
Expenditure authorization N° |
1 |
Agriculture and Local Dev’t |
Mayor Wum Council |
Rehabilitation of the Road from Zonghokwo Junction to Kelang Junction (2.70km) |
|
|
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 Office.
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 Library. The document shall be obtained upon presentation of a Treasury receipt showing the payment of a non-refundable sum of Forty-six thousand (46,000) francs CFA from Wum Council Treasury
24/02/2025 at 10;00 am local time
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 with effect from date of notification of the Service Order to start execution.
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 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 the Road from Zonghokwo Junction to Kelang Junction (2.70km) |
in Wum Sub Division, Menchum Division, North West Region |
23,000,000 FCFA |
460,000 FCFA |
46,000 FCFA |
24/02/2025 at 10;00 am local time
24/02/2025 at 11;00 am local time
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.
- False declaration or forged documents;
- Absence of bid bond (certified cheque or bank cheque or bank guarantee or legal mortgage) or any of these documents 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
- Execution period longer than prescribed in the Tender file
- Technical evaluation mark less than 75% (non-respect of 75% of the essential criteria);
- Absence of quantified unit price (omission of a unit price in the financial bid).
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.
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 of tenders (offers).
Additional information may be obtained during working hours from the Service for the Contracts Award at Wum council.