Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 25-06-2019 à 16:01
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE MBIAME
OPEN NATIONAL INVITATION TO TENDER N° 02 /ONIT/MBIAME COUNCIL/BUI/MCITB/2019 OF 22nd APRIL 2019 FOR THE EXTENSION OF ELECTRICITY FROM REEH TO MBONTSEM WITH 01 TRANSFORMER IN MBVEN SUB DIVISION, BUI DIVISION, NORTH WEST REGION
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

within the framework of the 2019 Public Investment Budget (PIB), the Mayor of Mbiame Council "Contracting Authority" hereby launches an open National Invitation to tender for the Extension of Electricity from Rey to Mbontsem with 01 transformer in Mbven Sub Division.

Lot

Subject

Locality

 Amount for bid bond

Project Amount

Budget Head

Duration (months)

2

Extension of electricity from Reeh to Mbontsem with 01 transformer

Reeh-Mbontsem Mbiame Council

419800

20 990 000

5327351016416

29 2254

03

 

2.Consistance des prestations New(Additif)

The following works shall be done for the Extension of Electricity from Reeh to Mbontsem with 01 transformer:

Lot 100: OVER HEAD SINGLE PHASE NETWORK 17,32KV
Lot 200: 01 TRANSFORMER POST AND EQUIPMENT
Lot 300: MIXED NET WORK MT/BT
LOT 400: LOW VOLTAGE DISTRIBUTION NET WORK
Lot 500: OTHER WORKS

3.Cout Prévisionnel New(Additif)

Lot

Subject

Locality

 Amount for

bid bond

Project Amount

Budget Head

Duration (months)

2

Extension of electricity from Reeh to Mbontsem with 01 transformer

Reeh-Mbontsem Mbiame Council

419800

20 990 000

532735101641629 2254

03

4.Allotissement New(Additif)

Lot

Subject

Locality

 Amount for bid bond

Project Amount

Budget Head

Duration (months)

2

Extension of electricity from Reeh to Mbontsem with 01 transformer

Reeh-Mbontsem

Mbiame Council

419800

20 990 000

5327351016416

29 2254

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 of rural electrification.

6.Financement New(Additif)

The said Works shall be financed by the Public Investment Budget (PIE) of the Ministry of Energy and Water Resources for the 2019 financial year assigned to the Mayor of Mbiame Council as Contracting Authority.

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 Secretariatof the Mbiame council.

8.Acquisition du Dossier New(Additif)

The file may be obtained the Mbiame Council, at the Service of Council Development Officer Telephone N° 677 740 854 or 675136217 as soon as this notice is published against payment of a non- refundable sum of (50 000 ) Fifty Thousand francs CPA payable at the Mbiame Council Treasury representing the cost of purchasing the tender file.

9.Remises des offres New(Additif)

Each offer drafted in English or French in 07 (Seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Mbiame Council at theService for the award of Public Contracts, not later than 19th July 2019 at 10:00a.m local time. It should be labelled as follows:

"OPEN NAVONAL INVITATION TO TENDER
N° 02/ONIT/MB1AME COUNClL/BUI/MClTB/2019 OF 22ND April 2019 FOR THE EXTENSION OF ELECTRICITY FROM REEH TO MBONTSEM WITH 01 TRANSFORMER, MBVEN SUB DIVISION, BUIDIVISION, NORTH WEST REGION.
"TO BE OPENED ONLY DURING THEBID OPENING SESSION"

10.Delai de Livraison New(Additif)

The maximum execution deadline shall be three (90) calendar days, including the rainy season and other vagaries, with effect from the date of notification by an administrative order to commence work

11.Cautionnement Provisoire New(Additif)

Each bidder should include in his administrative document, a bid bond of FCFA 419800 [Four hundred and nineteen 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 a bid bond issued by a first 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 offerwithout 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 precedingthe 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)

The bids shall be opened in single phase. The opening of the Administrative documents, Technical and Financial offers shall take place on the 17th July 2019 at 11:00 a.m local time, by the Mbiame Internal Tenders Board in the Council Hall.
Only bidders may attend or be represented by duly mandated persons of their choice.

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.

I. Eliminaiory 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: • Deadline for delivery higher than prescribed; • False declaration, forged or scanned documents; • Abid 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..
• Technical assessment mark lower than 70% of "Yes", ff. Essential criteria Essential criteria are primordial in the judgment of the technical and financial copooYy of
candidatesto execute the works forming the subject of the invitation to tender.
The criteria relating to the qualification of candidates are based onthe following:
• General presentation of the tender files; • References of the company in similar achievements;

• Experience of supervisory staff ;
• Logistics (Equipment);
• Methodology;
• Financial capacity;

• Attestation of site visit signed by both the Contractor

• Report of site visitsigned by the Contractor

• 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 75% 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 of candidates could be indicative 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 70% 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 70% 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 (ninety) 90 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 as from the date of notification of the service order

17.Renseignements Complémentaires New(Additif)

The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids

BAMENDA Le 18-06-2019
Le MAYOR
FONYUY BERNSAH Fidelis