The purpose of this tender is forthe execution of electrification of some localities in the Mefou & Akono and Mbam & Inoubou Divisions of the Center Region in three (03) lots.
N° LOT |
SUBJECT |
SUB-DIVISION |
LOCALITY |
Lot 1 (in 2 phases) |
Rural Electrification |
Mbankomo |
Etilbibegue village |
Lot 2
|
Rural Electrification |
Ngoumou |
Nkol Medzap by Otélé |
Lot 3
|
Rural Electrification |
Bokito |
Bakoa 1 |
The works comprise the following tasks inter alia:
Lot 1:
Lot 1:
Lot 3:
4 x 25 mm²;
N/A
N/A
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.
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 below:
N° LOT |
Project description |
Engagement Authorisation (FCFA) |
Payment Credit (FCFA) |
Lot 1 |
Electrification of Etilbibegue Village |
Eighty-nine million two hundred and twenty-seven thousand (89 227 000) |
Fifty million one hundred and twenty-three thousand (50 123 000) |
Lot 2 |
Electrification of Nkol Medzap via Otélé |
Fifty-seven million four hundred and twelve thousand (57 412 000) |
Fifty-seven million four hundred and twelve thousand (57 412 000) |
Lot 3 |
Electrification of Bakoa 1 |
Sixty-nine million two hundred and thirty-nine thousand (69 239 000) |
Sixty-nine million two hundred and thirty-nine thousand (69 239 000) |
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.
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 seventy thousand (70 000) F CFA to the Public Treasury for lot 1 and to the Municipal treasuries of the concerned councils for lots 2 and 3.
The receipt must carry on it the number of the tender. Bidders must leave behind their full contact details i.e.: post box, telephone or fax numbers and E-mail.
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 26th April 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°036/ONIT/PR/MINPUCO/CERD/RTB/2017 OF 6TH APRIL 2017, IN EMERGENCY PROCEDURE FOR THE ELECTRIFICATION OF SOME LOCALITIES IN THE MEFOU & AKONO AND MBAM & INOUBOU DIVISIONS OF THE CENTER REGION IN THREE (03) LOTS
LOT N°______________
Financing: PIB MINISTRY OF WATER AND ENERGY
2017 FISCAL YEAR AND NEXT
“To be opened only at the tender-evaluation session.”
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 lot one (01), thus three (03) months for each phase and three (03) months for lots 2 & 3 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.
N/A
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 per lot is as thus:
Lot 1: One million seven hundred and eighty thousand (1 780 000) F CFA;
Lot 2: One million one hundred and forty thousand (1 140 000) F CFA;
Lot 3: One million three hundred and eighty thousand (1 380 000)
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.
Opening of the tenders will be done once on the 26th April 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.
They include the following:
a) 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
b) 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).
c) Absence in the technical file of a detailed proposed methodology on the execution of the project, organisation and planning;
d) Non satisfaction of at least 90% of the essential criteria;
e) Omission of a quantified unit price from the price schedule;
f) Incomplete financial offer;
g) Absence of a sub detailed price;
h) Absence of an attestation of financial capacity of at least one third of the estimated amount of the lot requested.
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:
a) Qualification and experience of personnel in the project;
b) Company’s references;
c) Availability of equipments and the essential ones;
d) The non-presentation of a valid Authorization to access ENEO networks.
e) Methodology and Execution time.
Ignoring 90% of the above criteria will result in the elimination of the offer.
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.
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.
Tenderers shall be bound by their tender for a period of ninety (90) days with effect from the tender submission deadline.
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 Divisional Delegation of Water and Energy of Mefou & Akono and at the Councils of Bokito and Ngoumou .
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.