Within the framework of 2021 Public Investment Budget, The MAYOR NJINIKOM COUNCIL, Contracting Authority, hereby launches an OPEN NATIONAL INVITATION TO TENDER BY EMERGENCY PROCEDURE for the RuralElectrification of ISO VILLAGEin NJINIKOM Sub Division, Boyo Division
Work to be done consists of
ü Construction of an MV Single phase line in 34.4mm² Almelec cable
ü Construction of an MV/LV single phase line in 1x34.4mm² Almelec & 4x25 Mm² Aluminum Twisted Cables;
ü Construction of an LV single phase line in 4x25 Mm² Aluminum Twisted Cables
ü Installation of one control connections with 2x16 mm² Aluminum cable;
ü Supply and Installation of one (01) transformer phase H61-25KVA 17.32KV/B2
ü Production and validation
ü The Sundry expenses will consist of :
The estimated cost after preliminary studies is 50.000.000 FCFA, (FIFTY MILLION FRANCS CFA)
Single lot
Participation to this Invitation to Tender is opened 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 2021Public Investment Budget
The file may be consulted during working hours at the NJINIKOM COUNCIL, Mayor’s Secretariat, as soon as this notice is published.
The file may be obtained from the NJINIKOM COUNCIL at the Secretariat of the Mayor, as soon as this notice is published against the payment of the sum of 100,000 FCFA francs (one hundred thousand Francs CFA), payable at a Public Treasury, representing the cost of purchasing the Tender 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 NJINIKOM COUNCIL, Mayor’s Secretariat not later than 30/03/2021 at 10:00 A.M.local timeand should carry the inscription:
<ISO VILLAGE IN NJINIKOM SUB DIVISION, BOYO DIVISION
"To be open only during the bid-opening session"
The maximum deadline provided by the Contracting Authority for the execution of the works forming the subject of this Invitation to Tender is Ninety (90) 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 No. 12 of the Tender File, of an amount of 1 000 000 CFA (One Million CFA)and valid for thirty (30) days beyond the date of validity of bids
Under penalty of being rejected, only originals or certified true copies signed by the issuing service or administrative authorities (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 of the 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 30/03/2021at 11: 00AM local time, in the conference hall of the NJINIKOM Council, by its competent 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:
Eliminatory criteria
ABSENCE OF A VALID BID BON WILL LEAD TO OUTRIGHT ELIMINATION
Absence or non-conformity of an element in the administrative file;
Deadline for delivery higher than prescribed;
False declaration or falsified documents;
Absence or insufficient bid bond;
A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
Incomplete financial file;
Change of quantity or unit;
Non respect of 75% of essential criteria;
Non completion of any project in the previous years in the North West Region and suspended by MINMAP in 2020.
Essential criteria
General presentation of the Tender Files;
Financial capacity 25% of the project amount;
References of the company in similar achievements;
Quality of the personnel;
Technical organization of the works;
Safety measures on the site;
Logistics;
Attestation and report of site visit signed by the Contractor and backed by pictures ;
Special Technical Clauses initialed in all the pages signed and stamped on the last page;
Special Administrative Clauses completed and initialed in all the pages.
This evaluation will be done in a binary way (yes) or (no) with an acceptable minimum of 75% of the essential criteria taken in 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 satisfied to 100% of the eliminatory criteria and at least 75% of the essential criteria.
Bidders will remain committed to their offers for sixty (60) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours at theMayor’s Secretariat.