Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 10-02-2017 à 12:26
Support : support@armp.cm Plateforme : pridesoft@armp.cm
DÉLÉGUÉ RÉGIONAL DU MINMAP DU CENTRE
OPEN NATIONAL INVITATION TO TENDER  N°015/ONIT/PR/MINPUCO/RDCE/RTB/2017 OF THE 07th FEBRUARY 2017, IN EMERGENCY PROCEDURE FOR THE RURAL ELECTRIFICATION OF SOME LOCALITIES IN MEFOU & AKONO AND LEKIE DIVISIONS, CENTER REGION.                         Financing: PIB MINEE FISCAL YEAR 2017 AND NEXT  Budgetary Lines: The Regional Delegate of Public Contracts for the Center Region, Contracting Authority, launches on behalf of the Government of the Republic of Cameroon, an Open National Invitation to tender for the realization of the above-mentioned work. The Project Owner are the Mayors of municipalities of Ngoumou and Okola.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The purpose of this tender is forthe execution of electrification works on some localities in the Mefou and Akono and Lekié Divisions, Center Region. This Invitation to Tender consists of two (02) lots.

 

subject

Locality

Sub-division

Lot 1

 (in 02 phases)

Rural electrification

Yegue

Ngoumou

Lot 2

 (in 02 phases)

Rural electrification

Seassi-Elig-Onana Evian-Ngobassi

Okola

2.Consistance des prestations New(Additif)

The works comprise the following tasks inter alia:

  • The construction of a Medium Voltage network of 1x34,4 mm² Alm - 30KV of 4,0 km length ;
  • Construction of a mix single phase MT/BT of 1x34,4 mm² Alm - 30KV of 2,35 km length ;
  • Construction of a single phase low tension cable (4x25 mm²) of 1,90 km length ;
  • Construction of a three phase medium tension in Almelec cable of x34,4mm²/54,4mm² ;
  • Installation and equipment of a 3-phase transformer H 61- 30KV /160 KVA ;
  • Construction of a mix medium MT and low LT tension three phase cable Almelec and with pre assembled cable of  70mm²+NP+EP;
  • The construction of a low Voltage network of 3x50/mm2 Aluminium
  • Installation and equipment of three single-phase transformers H 61- 17,32/25 KVA point;
  • Pre-assembled LV network construction 4x25 mm² Alu;
  • Connection and finishing works
  • Other services.
3.Cout Prévisionnel New(Additif)

N/A

4.Allotissement New(Additif)

N/A

5.Participation et origine New(Additif)

Participation in this tender is open to all companies under Cameroonian law enjoying a good character and justify the financial and technical capacities in the field of electrification, the extension of MV and LV networks, single or three phase, the transformer stations MV / LV single or three phase and small decentralized systems.

6.Financement New(Additif)
  1. Financing and estimated cost

Works which form the subject of this invitation to tender shall be financed by the Public Investment Budget of the Ministry of Water and Energy, 2017 financial year. The provisional cost for the work is as follow:

 

Locality

Total cost (CFA)

Current financial year (CFA)

Lot 1

Ngoumou

Eighty two millions

(82 000 000)

Fourty two millions

(42 000 000)

Lot 2

Okola

One hundred and fourty two millions (142 000 000)

Sixty-three millions

 (63 000 000)

 

7.Consultation du Dossier New(Additif)

The tender file may be consulted during working hours at the Call for Tender Support Unit (room 226) on the 2nd Floor of the Regional Delegation of Public Contracts for the Centre at Omnisport, Tel: 222 218 150; as from publication of this notice.

8.Acquisition du Dossier New(Additif)

The tender file may be retrieved and acquired during working hours at the Call for Tender Support Unit (room 226) on the 2nd Floor of the Regional Delegation of Public Contracts for the Centre at Omnisport, Tel: 222 218 150; as from publication of this notice, upon presentation of a receipt testifying payment of a non-refundable application fee of one hundred thousand (100,000) FCFA to the municipal treasury. Upon submission, each tenderer must register his/her complete address: post box, telephone, fax & email.

NB.: Tenderer should mention the lot under the file’s purchase fee.

 

9.Remises des offres New(Additif)

Each tender drafted in English or French in seven (7) copies, one (01) original and six (06) copies marked as such, sealed must reach the Call for Tender Support Unit room 226, 2nd floor of the Regional Delegation of Public Contracts for the Centre Omnisport, no later than 27th of February 2017 at 12 0’clock pm prompt  local time.

No bids submitted after the date and time limit will be admissible. All tenders must be marked as:

 

“OPEN NATIONAL INVITATION TO TENDER

 N°015/ONIT/PR/MINPUCO/RDCE/RTB/2017 OF THE 07th FEBRUARY 2017, IN EMERGENCY PROCEDURE FOR THE RURAL ELECTRIFICATION OF SOME LOCALITIES IN MEFOU & AKONO AND LEKIE DIVISIONS, CENTER REGION.”

 Financing: PIB MINEE FISCAL YEAR 2017

Lot …………………………..

“To be opened only at the tender-evaluation session.”

10.Delai de Livraison New(Additif)

The maximum execution deadline provided for by the Project Owner or Delegated Project Owner for the execution of the work is six (06) months for the first lot in reason of three (03) moths per phases and nine (09) months for the second lot in reason of three (03) months per phases, from the date of notification of the Service order to start work.

 

Administration responsible for concluding the contract

After examination of the offers of the bidders and the winner by the Contracting Authority, the contract shall be concluded between the winner and the contracting Authority who is the Regional Delegate of Public Contracts for the Center Region.

11.Cautionnement Provisoire New(Additif)

N/A

12.Recevabilité des Offres New(Additif)

Each bidder shall include in their administrative documents a deposit (in compliance with the model attached) issued by a first- class banking institution approved by the Ministry in charge of Finance and whose the list features in Document 12 of the tender file and valid for thirty (30) days with effect from the tender- validity deadline. The amount of the deposit is one million six hundred thousand (1, 600,000) CFA F for the first lot and two millions eight hundred forty thousand (2,840,000) CFA F for the second lot.

Less they are rejected, only the originals of the other administrative documents or copies thereof certified by either the issuing service or an administrative authority shall be accepted, in keeping with the requirements of the special tender regulation.

They must not be older than three (3) months and valid on the day of the tender disclosure.

All tenders not in conformity with the tender file shall be declared inadmissible, especially the absence of a bid bond (caution) delivered by a first class bank approved by the Ministry in charge of Finance and valid for 30 days with effect from the tender- validity deadline or non-compliance with the format specified in the tender file shall lead to rejection of the tender.

13.Ouverture des Plis New(Additif)

Opening of the tenders will be done once on the 27th february 2017 at 1.00 pm prompt by the Center Regional Tenders Board at the meeting Hall of the Center Regional Delegation of Public Contracts 2nd floor at Omnisport. Only bidders or their duly designated and well informed representative (even in case of group) shall attend the opening session.  

14.Critères d'évaluation New(Additif)

They include the following:

i) Incomplete or non-compliant administrative file subject to Article 1.1 of Circular N°002/CAB/PM of 31st January 2011 relating to the improvement of the performance of the Public Contracts System

ii) False declaration or forged document. (The Tenders Board or the Contracting Authority reserves the right to proceed with the verification of the authenticity of any document where there is a doubt).  

iii) Absence in the technical file of a detailed proposed methodology on the execution of the project, organisation and planning;

iv) Non satisfaction of at least 90% of the essential criteria;

v) Omission of a quantified unit price from the price schedule;

vi) Incomplete financial offer;

vii) The non-presentation of a valid Authorization to access ENEO networks.

viii) Absence of a sub detailed price;

ix) Absence of a financial capacity of and amount of twenty five millions (25 000 000) CFA francs.

 Principal essential criteria

Evaluation shall be in a binary manner (satisfactory or not).

Assessment of the technical proposal will be carried out on the basis of the main criteria shared as follows:

i) Qualification and experience of personnel in the project;

ii) Company’s references;

iii) Availability of equipments and the essential ones;

iv) Execution time;

v) Access to a line of credit or other financial resources.

 

Ignoring 90% of the above criteria will result in the elimination of the offer.

15.Attribution New(Additif)

The Contracting Authority will award the contract to the bidder offering the lowest evaluated and fulfilling the financial, technical and administrative requirements resulting from the so-called essential or eliminatory criteria

N: B- No tender can be awarded more than one lot.

The Contracting Authority reserves the right not to award the contract to any enterprise falling under the following situations:

i.)  Companies awarded works contracts in the framework of the 2016 financial year whose level of execution is disproportionate to 25% of the rate of consumption of the deadlines on the date of opening of the tenders.

ii.) Companies with many works contracts awarded in the Center Region during the 2016 financial year who up to the date of tender opening have not delivered 2/3 of their contract portfolios.

16.Durée Validité des Offres New(Additif)

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

17.Renseignements Complémentaires New(Additif)

Further technical information may be obtained during working hours from the Call for Tender Support Unit  room 226 of the Regional Delegation of Public Contracts for the Centre on the 2nd Floor at Omnisport, Tel: 222 21 81 50 or at the Regional Delegate of Water Ressources and Energy of Center.

Any attempt to corrupt or misbehave or malpractices with evidence should be signaled or reported either by sms or writing with copy to Minister Delegate at the Presidency in charge of Public Contracts, the President of National Anti-Corruption Commission and the Center Regional Delegate of Public Contracts to the following numbers: 673 20 57 25 and 699 37 07 48.

YAOUNDE Le 07-02-2017
Le DÉLÉGUÉ RÉGIONAL
YOGO DANIEL ALAIN