Français English
Vous êtes ici : Recherche

Recherche

OPEN NATIONAL INVITATION TO TENDER

Posté le : avril 13, 2017, Par : Hannah - Dans : AONO

No.10 /AONO/MINTP/CMPM-TI/2017 of 22/02/2017 for the execution of routine maintenance works on certain rural roads of the Western network (Littoral, West, South-West and North-West), 2017 Programme. Financing: MINTP Budget (Road Fund Line)

The Minister for Public Works, Project Owner, hereby issues on behalf of the Republic of
Cameroon, an Open National Invitation to Tender for the execution of the above works.

  1. Object:

As part of the 2017 campaign for rural road maintenance, the Minister

for Public Works, Project Owner, issues an Open National Invitation to Tender for the execution of routine maintenance works on certain rural roads in the Western network

(Littoral, West, South-West and North-West), 2017 Programme.

  1. Scope of works:

These works shall consist in the periodic maintenance of the concerned rural roads. It shall be a combination of Equipment Intensive (HIEQ) method and Labour Intensive (HIMO) method. They shall be made use of local labour from these road riparians in order to ensure that most of the project economic benefits return to these populations. To this effect, the association of road committees put in place as part of this project will be highly appreciated.

The works shall involve the following tasks inter alia:

Group 1: Manual works,

(Executed by road committees and community structures)

  • Cleansing of pipe culverts,
  • Cleansing of structures,
  • Repairing of the floor plate of semi-permanent bridges,
  • Etc.

Group 2 : Mechanised labour using Equipment Intensive (HIEQ) method

Backfill;

  • Cutting;
  • Wearing course;
  • Simple reshaping;
  • Reshaping compaction;
  • Reshaping of the platform;
  • Creation of ditches and outlets;
  • Construction of cross-cutting hydraulic structures;
  • Construction of masonry ditches;
  • Quarry stone masonry;
  • Construction of bridges;

N.B. It is understood that after the signing of the contract, the tasks to be executed shall be redefined by the project team to help increase interventions on potential road breaking points. These are the tasks that will be considered in the works execution project.

Works under this tender shall be divided into eighteen (18) lots as presented in the table below:

No. of lot

Road sections

Estimated length (Km)

Estimated Budget, incl. of taxes

Timeframe (month)

Maintenance type

1-LT/17

Ebone - Mangamba - Bonalebe - Babong - Badjocke

34.00

121,635,000

 

 

08

 

 

 

Routine

 

Bwanebwa - Mangamba

15.00

53,662,500

CES de Bomono - Nkapa - Rivière Bepele

5.00

29,812,500

Inter N5 - Village Egnoki

5.00

29,812,500

Total lot 1-LT/17

59.00

234,922,500

2-LT/17

Nyanon - Pentome I - Nyahoo

12.00

35,775,000

 

 

 

 

 

 

08

 

 

 

 

 

 

Routine

 

Carrefour Ntoue - Carrefour Boumbanga - Carrefour E.P Logmbanga - Nnon

23.70

70,655,625

Songmbog - Nyidub - Songlissoume

22.00

65,587,500

Ngambe - Botbea

25.00

74,531,250

Botbea - Massangui I

4.00

11,925,000

Total lot 2-LT/17

86.70

258,474,375

3-LT/17

Bafang - Bakou - Bankambe - Bangope - Ndokollo - Ndottoron - Dihep

32.40

115,911,000

 

08

 

 

Routine

 

Total lot 3-LT/17

32.40

115,911,000

4-LT/17

Ndokati Herung - Bewang

10.00

33,390,000

08

 

Routine

 

Tonde carrefour - Tonde village

8.00

26,712,000

Badionzou - Bassoumdjang - Mbiam

30.00

100,170,000

Total lot 4-LT/17

48.00

160,272,000

5-NW/17

POLYTECHNIQUES BAMBUI - NFONTA - AKOSSA - ASANJE

13.00

46,507,500

 

 

 

08

 

 

 

 

Routine

 

NEW ROAD - BANJA - BAMBILI FON'S PALACE - 3 CORNER

12.00

42,930,000

Total lot 5-NW/17

25.00

89,437,500

6-NW/17

ZANG - MBENGEGHANG - FRIGYEN

20.00

71,550,000

 

 

 

08

 

 

 

 

Routine

 

ETANJI - BANAYAMG

10.00

35,775,000

Total lot 6-NW/17

30.00

107,325,000

7-NW/17

KUMFUTU - ABAH

25.30

89,437,500

 

 

08

 

 

 

Routine

 

BINKA - MAYO - BINKA

18.00

64,395,000

Total lot 7-NW/17

43.30

154,905,750

8-NW/17

NKAMBE - MOH - KONCHEP

15.00

53,662,500

 

08

 

 

Routine

 

BINKA - MAYO - BINKA

17.30

61,890,750

Total lot 8-NW/17

32.30

115,553,250

9-NW/17

ANYAJUA - MBESSA

18.50

61,771,500

 

 

08

 

 

 

Routine

 

TOLOM - AKEH - AJUNG - ACHIAN - KONENE

28.50

95,161,500

Total lot 9-NW/17

47.00

156,933,000

10-NW/17

DZENG - KIFEM - NDZEVRU - TATUM

27.00

96,592,500

 

08

 

 

Routine

 

 

TARKIJAH - NGONDZEN - KUVLU - LASSIN - NKOR

41.80

149,062,500

Total lot 10-NW/17

68.8

246,132,000

11-OU/17

Batoufam (Inter N4) - Toula - Kagne - Gangang Fondji

10.00

38,637,000

 

 

 

 

08

 

 

 

 

Routine

 

Kamgo - Kayo - Tsetogha avec bretelle Tse - Lemghob

6.40

22,896,000

Tobeu - Kamgo - Toba - Tesse - Mbouo I

6.70

27,189,000

Moudjo - Bing - E.P Fomayum-Djiko

7.20

25,758,000

Mission catholique - Fangang-Bankop - Nguebong - Balafi - Toubong

15.00

53,662,500

Total lot 11-OU/17

42.60

168,142,500

13-OU/17

Carrefour - Banfeko - Bassap - Babone

9.23

27,516,937

 

 

08

 

 

Routine

 

Balambo - Bapouatou - Bandja

23.03

68,658,187

Bankondji - Bamelek - Kouma

10.00

29,812,500

Total lot 13-OU/17

42.26

125,987,624

15-OU/17

Carrefour IRAD - Village Yeh Fon towards Université des Beaux-Arts

3.20

9,540,000

 

 

 

 

08

 

 

 

 

Routine

 

Carrefour Mataba - Mamevoue - Koudoum -Matoufa

15.00

44,718,750

Njichom - Njinom

15.00

44,718,750

Matoupou - Malong

15.00

44,718,750

Total lot 15-OU/17

48.20

143,696,250

16-OU/17

Marché Bantoum3 - Ecole Publique Sankie - Carrefour Sankie - Campement NIAT

20.00

59,625,000

 

08

 

Routine

 

Babouleng - Chefferie Gohddikam

10.00

29,812,500

Babitchoua - Chefferie Bambaou

13.00

38,756,250

Total lot 16-OU/17

43

128,193,750

17-OU/17

Mabokon - Carrefour Michima - Nfontsam

13.00

46,507,500

 

 

 

 

08

 

 

 

 

Routine

 

Dschang - Foreké - Mbile - Ntcoune - Apouh - Atochi - Fotomena - Fotchatoula

20.00

71,550,000

Carrefour Mi Lefock - Carrefour Tsa'a

3.70

13,236,750

Nguietchuetleveng - Tchuetleveng Fiala

4.00

14,310,000

Lelem - Carrefour Mouatong

6.00

21,465,000

Total lot 17-OU/17

46.70

167,069,250

19-OU/17

Bazimbap - Balena marché - Fiela and  Balena ramp- Ngouyagwa - Bamessang - Inter P31 - Balena - Badengang - Toumefong and Bazinlap - Mane Lake

20.80

74,412,000

 

 

08

 

 

Routine

 

Carrefour Mekem - Djionang - Melang - Nzindong market and ramp towards Moolong market

23.40

83,713,500

Total lot 19-OU/17

44.20

158,125,500

20-SW/17

BANGEM-ENYANDONG-TCHOCTE-MUNDO ND'OR-NTALE-NGUTI-MBANGEM-MBAT

69.90

233,396,100

08

Routine

 

Total lot 20-SW/17

69.90

233,396,100

22-SW/17

MBAKEM-AGBORKEM GERMAN

24.00

71,550,000

08

Routine

 

AKAK-BAKOGO-MINDA-OKOROBA-OSELE

24.90

74,233,125

Total lot 22-SW/17

48.80

145,783,125

 

TOTAL WESTERN NETWORK

862.56

2,909,664,225

 

 

  1. Eligibility:

Participation in this tender shall be open on equal conditions to all Cameroon-based companies or joint-ventures of the public works and civil engineering sector.

  1. Financing:

Works under this tender (Annual programme 2017) shall be financed by the budget of the Ministry of Public Works budget year (Road Fund line).

  1. Timeframe:

The overall execution timeframe shall be 08 calendar months per lot and includes the rainy reasons; with effect from the date of
notification of the Notice to Proceed.

  1. Contracting Authority:

After the evaluation of offers, the contract shall be signed between the Minister for Public Works, Project Owner, and the successful tenderer.

  1. Provisional guarantee (bid bond):

The tender shall include for each lot a provisional guarantee (bid bond) issued in keeping with the model indicated in the tender file, by a first class banking institution approved by the Minister in charge of Finance. The amount in CFAF of the bond is specified in the table below:

No. of lot

Amount of the guarantee in CFAF

5-NW

One million three hundred thousand (1,300,000) CFAF

3- LT, 6 – NW, 8 – NW, 13 – OU, 16 - OU

One million seven hundred thousand (1,700,000) CFAF

4 – LT, 7 – NW, 9 – NW, 11 – OU, 15 – OU, 17 – OU, 19 – OU, 22 SW

Two millions three hundred thousand (2,300,000) CFAF

1-LT, 2 – LT, 10 – NW , 20 - SW

Three millions six hundred thousand (3,600,000) CFAF

The provisional guarantee of unsuccessful tenderers shall be released automatically at most thirty (30) days with effect from the expiration of the tender-validity. That of the successful tenderer shall be released as soon as the definitive guarantee shall have been constituted.

  1. Consultation of tender documents:

The tender documents may be consulted at the MINTP Sub-Department of Public Contracts, Tenders Service, situated on the ground floor of KEANO Building, located behind the building hosting the Special Taxation Registration Unit (see Paved entrance) in Mvog Ada quarter, Yaounde.

  1. Acquisition of tender documents:

Tender documents may be obtained at the MINTP Sub-Department of Public Contracts, Tenders Service situated on the ground floor of KEANO Building, located behind the building hosting the Special Taxation Registration Unit (paved entrance in Mvog Ada quarter), upon presentation of the receipt of payment into the Public Treasury of a non-refundable fee of two hundred thousand (200 000) CFA F for the purchase of the file.

The said receipt must identify the payer as representing a contractor willing to participate in the tender.

  1. 10. Presentation of tenders:

The tender constituent documents shall be presented in the following three volumes enclosed in a simple envelope :

  • Ø Envelope A containing the Administrative documents (Volume 1);
  • Ø Envelope B containing the Technical proposal (Volume 2);
  • Ø Envelope C containing the Financial offer (Volume 3);

All the constituent documents (envelopes A, B and C) shall be enclosed in a sealed outer envelope bearing only the subject of the tender.

The different documents of each offer shall be numbered in the order indicated in the tender
and separated by colour dividers.

 

  1. Submission of tenders:

Drafted in English or French in septuplicate (7) including one originalandsix (6) copies, labelled as such, tenders shall be submitted at the MINTP Department of General Affairs, Sub-Department of Public Contracts, Tenders Service, situated on the ground floor of KEANO Building, located behind the building hosting the Special Taxation Registration Unit (see paved entrance), no later than 23/03/2017 at 10 a.m. They shall bear the following:

 

"OPEN NATIONAL INVITATION TO TENDER

No.10/AONO/MINTP/CMPM-TI/2017 of 22/02/2017 for the execution of routine maintenance works on certain rural roads of the Western network (Littoral, West, South-West and North-West), 2017 Programme. Financing: MINTP Budget (Road Fund Line).

To be opened only at the tender-evaluation session."

  1. Tender compliance

Tenders received after the submission deadline and those not respecting the separation mode of financial offers from administrative documents and technical proposals shall be rejected.

Lest they be rejected, shall be submitted only the originals or true copies of the relevant administrative documents, certified by the issuing service, in keeping with the requirements of the Special Tender Regulation.

They must date no more than three (3) months old on the initial tender-submission deadline.

  1. Opening of tenders:

Administrative, technical and financial offers shall be opened on 23/03/2014 at 11 a.m.in the meeting room of the Centre Regional Delegation of Public Works in Yaounde.

Tenders shall be opened once and in four stages:

-       Stage 1: Opening of the big envelope containing envelopes A, B and C,

-       Stage 2: Opening of envelope A containing the Administrative documents (Volume 1);

-       Stage 3 : Opening of envelope B containing the Technical proposal (Volume 2);

-       Stage 4: Opening of envelope B containing the Financial offer (Volume 3).

All tenderers may attend the opening session or each have themselves represented by one duly mandated person of their choice (even in the event of a joint-venture) with sound knowledge of their file.

  1. Tender evaluation criteria

15.1 Eliminatory criteria:

a) Incomplete administrative file in the absence of one the elements required

b) Incomplete technical file due to the absence of:

  • Attestation of site visit;
  • Formal declaration attesting that the bidder did not abandon a project for the last three years and that he is not in the list of failing companies drawn by the Ministry of Public contracts.
  • A Foreman not having the skills required in the tender file;
  • An organization and method note.

c) Incomplete administrative file due to the absence of:

  • a bid;
  • Price schedule (item 6) in compliance with the model indicating the prices exclusive of VAT in figures and in words, filled in a legible way;
  • Quantitative details and cost estimates of works (item 7);
  • Sub-details of prices (item 9.9) and the distribution of lump sums and site expenditures.

d) False declaration or forged documents;

e) Failure to have obtained a least a total of 15 criteria out of the 21 essential criteria;

Essential criteria

The technical proposals shall be evaluated out of 21 criteria according to the following essential criteria:

a)      Proposed supervisory staff (item 9.5) out of 08 criteria;

b)      Equipment to be mobilised out of 12 criteria;

c)      Contractor’s references (item 9.7) out of 1 criterion;

NB : Presence of a public service employee without presentation of all documents justifying his availability notified by the Public Service;

 

  1. Tender validity:

Tenderers shall be bound by their tenders for a period of ninety (90) days with effect from the tender-submission deadline.

  1. Contract award:

The contract shall be awarded to the tenderer with the lowest bid and meeting the required 
technical and administrative capacities.

Any bidder shall not be awarded more than two (2) lots on this invitation to tender.

To be awarded two lots, the bidder must have presented his offer, a staff and additional equipment.

  1. Further information:

Additional technical information may be obtained at the Department of Rural Roads Tel 22 22 14 62 or the Department of General Affairs (Sub-Department of Public Contracts) Tel. 22 22 32 67, Ministry of Public Works.

Yaounde, 22/02/2017

The Minister for Public Works,

Project Owner

 

 

 

Plus de contenus dans AONO

Suivez-nous sur les réseaux sociaux - FaceBook Twitter RSS