Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 22-02-2019 à 17:16
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE JAKIRI
OPEN NATIONAL INVITATION TO TENDER N° 01/ONIT/JCITB/JC/2019 OF 06/02/2019 FORTHE RURAL ELECTRIFICATION WORKS IN SOME LOCALITIES IN JAKIRI COUNCIL AREA, BUI DIVISIONOF THE NORTH-WEST REGION LOT 1. TAATELOT 2. SHUKAI
Source de financement
BUDGET AUTONOME(BA),BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

Within the framework of the 2019 Public Investment Budget (RIB), of the ministry ofwater and energy, the Mayor of Jakiri Councii "Contracting Authority" hereby launches an Open National invitation to Tender for the rural electrification works in some localities in Jakiri council area, Bui division of the North- West Region

L0T 1:TAATE

LOT 2:SHUKAI
This invitation to tender comprises 02 lots as follows:

LOT N°

Project

Locality

Amount for  bid bond

Project Amount

Budget Heads

Duration in months

01

Rural electrification works

Taate village Jakiri sub division

195 000

9750 000

////////////

03

02

Rural electrification works

Shukai village Jakiri sub division

626 800

31 340 000

////////////

03

 

 

 

2.Consistance des prestations New(Additif)

Work to be done consists for the Electrification of some localities in Jakiri council area, Bui division of the North west Region,

lot 1 Taate and lot 2 Shukai.
The works include the following

IN TAATE: LOT N° 1
Construction of MV line
Installation of control connections with ENEO boards, circuit breaker, 2x16 mm== Aluminum cable.
The Sundry expenseswill consist of:
Clearing and pruning 7m width on each side of the network.
Transportation of wooden poles, materials and workers.

IN SHUKAI:LOT N° 2

Construction of a MV/LV mix singlephase
Construction of a LV
Construction of MV line
Installation of a single phase transformer H61-25KVA 17.32KV: Installation of control connections with
ENEO boards, circuit breaker, 2x16mm^ Aluminum cable.
The Sundry expenses will consist of:
Clearing and pruning 7m width on each side of the network.
Transportation of wooden poles, materials and workers.

3.Cout Prévisionnel New(Additif)

LOT N°

Project

Locality

Amount for  bid bond

Project Amount

Budget Heads

Duration in months

01

Rural electrification works

Taate village Jakiri sub division

195 000

9750 000

////////////

03

02

Rural electrification works

Shukai village Jakiri sub division

626 800

31 340 000

////////////

03

 

 

4.Allotissement New(Additif)

 

LOT N°

Project

Locality

Amount for  bid bond

Project Amount

Budget Heads

Duration in months

01

Rural electrification works

Taate village Jakiri sub division

195 000

9750 000

////////////

03

02

Rural electrification works

Shukaivillage Jakiri sub division

626 800

31 340 000

////////////

03

5.Participation et origine New(Additif)

Participation in this invitation to tender is open to Cameroonian enterprises that are in compliance with the fiscal laws and having a good experience in the domain concerned.

 

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of Decentralisation and local development (MINDEVEL) for the 2019 financial year assigned to the Mayor of Jakiri Council as Contracting Authority with Budget Heads................. and................... respectively.

7.Consultation du Dossier New(Additif)

Interested eligible bidders may obtain further Information during working hours as from the date of publication of this tender notice, at the JAKI council........................

8.Acquisition du Dossier New(Additif)

The file may be obtained at the Jakiri Council, at the Service for award of Contracts, Telephone N°.................  as soon asthis notice is published against payment of a non- refundable sum of LOT N° I 15000 (fifteen thousand CFAF)  LOT N° 2 60 000 (sixty thousand CFAF) payable at the Jakiri Council Treasury representing the cost of purchasing thetender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French In 07 (Seven) copies including 01 (one) original and 06 marked as such, should reach the JAKIRI Council at the Service for award of Contracts, not later than  06/03/2019 at 11.00 Noon local time. It should be labelled as follows:

OPEN NATIONAL INVITATION 10 TENDER

N° 01/ONIT/JCITB/JC/2019 OF 06/02/2019 FOR THE RURAL ELECTRIFICATION WORKS IN SOME LOCALITIES IN JAKIRI COUNCIL AREA, BUI DIVISION OF THE NORTH-WEST REGION

LOT 1. TAATE
LOT 2. SHUKAI

TO BE OPENED ONLY DURING THE BID OPENING SESSION" 

 

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be FOUR (04) calender months per lot, including the rainy season and other vagaries, with effect from the date of notification of the administrative order of work commencement.

11.Cautionnement Provisoire New(Additif)

Each bidder should include in his administrative document, a bid bond of FCFA 2 121 800 (Two Miliion One Hundred And Twenty One Thousand Eight Hundred cfa francs) issued by a first rate-bank approved by the Ministry in charge of Finance in conformity with COBAC conditions.
Against the risk of being rejected, only originals or true copies certified by the Issuing service or administrative authorities of the administrative document required. Including the bid bond, shall imperatively be produced In accordance with the Special Conditions of the invitation to tender. They shall neither be older than three (03) months nor be produced before the signing of the tender notice.
Any offer not in conformity with the prescriptions of this notice and tender file shall not be accepted, especially the absence of abid bond issued by afirst rate-bank, approved by the Ministry In charge of Finance, or the non-respect of the model of the tender file documents, shall lead to a pure and simple rejection of the offer without any appeal being entertained

12.Recevabilité des Offres New(Additif)

Under penalty of being rejected, only originals or true copies certified by the issuing service must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily not be 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

13.Ouverture des Plis New(Additif)

12th March 2019.

14.Critères d'évaluation New(Additif)

There are two types of evaluation criteria: eliminatory and essential criteria. [The aim of these criteria is to identify
and reject incomplete bids or bids not in conformity with the essential conditions laid down in the Tender File.
Eliminatory criteria
Eliminatory criteria fix the minimum conditions to be fulfilled to be admitted for evaluation according of the
essential criteria. The non-respect of these criteria leads to the rejection of the bid made by the bidder.
They refer especially to:
- Absence ofan element in the administrative file;
- Deadline for delivery higher than prescribed;
- False declaration, forged orscanned documents;
- A bid with the external envelope carrying a sign or mark leading to the identification of the bidder.
- Two Bids with the same personnel
- Incomplete financial file..
- Insufficient Bid bond
- Technical assessment mark lower than 80% of "Yes".
- Le personnel et le materiel de travail est specifique a chaque lot
Essential criteria
Essential criteria are primordial in the judgment of the technical and financial capacity of candidates to execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based on the following:
- General presentation of the tender files; 5
- References ofthe company in similar achievements;5
- Experience ofsupervisory staff 15;
- Logistics (Equipment); 8
- Methodology: 6
- Financial capacity;
- Attestation of site visit signed by both the Contractor 5
- Report of site visit signed by theContractor
- The Special Technical Clauses (STC). (Each page should be initialed and the last page signed and
stamped);
Special Administrative Clauses completed (each page should be initialed and the last page signed  and stamped);
Pre - Financing capacity not less than 80% of the amount required in the offer
The essential criteria are subjected to minima whose detail is given in the Special Regulation of the Invitation to tender (RPAO).

iii Main qualification criteria
The criteria relating to the qualification ofcandidates could beindicative on the following;
The essential criteria are subjected to minima whose detail is given in the Special Tender Regulation (RPAO).
This evaluation shall be done in a purely binary method with a (yes) or a (no) with an acceptable minimum of 80% of the essential criteria taken into account.
The contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having scored 100% of the eliminatory criteria and at least 80% of the essential criteria

15.Attribution New(Additif)

The jobbing order shall be awarded to the bidder whose bid is in conformity with the dispositions of the tender file and on the basis of the lowest bid and technical quality. (See article 33 of the public contracts code).

16.Durée Validité des Offres New(Additif)

The bidders shall remain committed to their offers during a period of (sixty) 60 days from the deadline set for the submission of bids.

The maximum execution deadline provided for by the Contracting Authority shall be ninety (90) days maximum, as from the date of notification of the service order.

17.Renseignements Complémentaires New(Additif)

Complementary technical Information may be obtained during working hours at the Jakirl Council, Service of award of Contracts.

BAMENDA Le 06-02-2019
Le MAYOR
JAFF Romanus verkijika