Within the framework of 2020 Public Investment Budget, the Lord Mayor of Mbengwi Council, Delegated Contracting Authority, hereby launches an Open National Invitation to Tender- for the rural electrification of Barakwe, Wumnebit and Chenam Villages In Mbengwi Subdivision, Momo Division.
Work to be done consists of
The Sundry expenses will consist of:
-Clearing end pruning 10m width on each side of the network.
-Transportation of wooden poles, materials and workers.
The estimated cost after preliminary studies is forty million (40 000 000) CFAF.
The work is as follows: The rural electrification of Barakwe, Wumnebit and Chenam Villages in Mbengwi Subdivision, Momo Division.
Participation to this Invitation to Tender is Open to Cameroonian enterprises that are in compliance with the Cameroon laws.
Works which form the subject of this Invitation to Tender shall be financed by the 2020 Public Investment Budget.
The file may be consulted during working hours at the Mbengwl Council, Secretariat, as soon as this notice is published.
The file may be obtained from the Mbengwi Council, Secretariat, as soon as this notice is published against payment of the sum of Seventy Two thousand (72,000) CFA Francs, payable at Council Treasury, representing the cost of purchasing theTender File.
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 Mbengwi Council, Secretariat not later than 23/02/2020 at 10:00am local time and should carrythe inscriptions
« OPEN NATIONAL INVITATION TO TENDER JO No 001/ONIT/MC/ITB/2020 OF 21/01/2020 FOR THE RURAL ELECTRIFICATION OF BARAKWE, WUMNEBIT AND CHENAM VILLAGES IN MBENGWI SUBDIVISION, MOMO DIVISION. »
"To be Open only during the bid-opening session"
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this Invitation to Tender is one hundred and twenty (120) days.
Each bidder must include In his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of Finance and whose list is found in document 12 of the Tender File, of an amount of eight hundred thousand (800,000) CFAF and valid for One Twenty (1 20) daysbeyondthe date of validity of bids
Under penalty of being rejected, only originals or certified true copies signed by the issuing service or administrative authorities (Governor, Senior Divisional Officer, Divisional Officers) 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 ofthe tender notice
Any bid not in compliance with the prescriptions of the Tender File shall be rejected. This refers especially to the absence of a bid bond issued by a first-rate bank approved by the Minister In charge of Finance.
The bids shall be Open in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 21/02/2020at 11:00am local time, in the conference hall of the Mbengwi Council, by its competent Tender Board Members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files.
Evaluation criteria
The bids shall be evaluated according to the main criteria as follows:
A. Eliminatory criteria
1. Absence abidbond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. False declaration or falsified documents;
4. A bid with the external envelope carrying asign or mark leading to the Identification of the
bidder;
5. Incomplete financial file;
6. Change of quantity or unit;
7.Non respect of 33/44 (75%) of essential criteria;
8. Suspended by MINMAP in 2019.
B. Essential criteria
1- General presentation of the Tender Fiies;
2- Financial capacity;
3- References of the company In similar achievements visa by the competent authority;
4- Quality of the personnel;
5- Technical organization of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation of sites visit duly signed on honour by the bidder and report ofsitevisit with 3
pictures each pictures;
9- Special Technical Clauses Initialed in all the pages;
10-Special Administrative Clauses completed and initialed Inall the pages.
This evaluation will be done ina binary way (yes) or (no) with an acceptable minimum of 33/44(75%) ofthe essential criteria taken inaccount.
The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, In conformity with the regulations of theTender Documents and having satisfied to 100% of the elimlnatory criteria and at least 33/44(75%) of the essential criteria.
Bidders will remain committed to their offers for One Twenty (120) days from the deadline set for the submission of tenders.
Complementary technical Information may be obtained during working hours from the Mbengwi Council.