The TubahCouncil hereby launches anopen national invitation to tender for the above mentioned project.
The works includes:
* Civil engineering works;
* Supply and planting of galvanized steel poles;
* Supply and installation of photovoltaic solar street lamps.
The estimated cost after preliminary studies stands at Sixty Seven millionNine Hundred and Forty two Thousands (67,942,000)Francs CFA all taxes inclusive.
The works are regrouped in a unique lot.
Participation in this invitation to tender is opened to all national companies specialized in public lighting and public works.
Works which form the subject of this invitation to tender shall be financed by Public Investment Budget of MINHDU 2025 financial year.
The file may be consulted during working hours at the Tubah Council, theoffice of SIGAM,upon publication of the invitation to tender.
The file may be obtained from the Tubah Council, at the office of SIGAM, upon publication of the invitation to tender against payment of the non-refundable sum of Eighty thousand (80,000) CFA Francs, payable at Tubah Council Treasury.
Each bid drafted in English or French shall be signed by the bidder or by a duly authorized representative and presented in Six(06) copies including the original and four (05) copies marked as such. These shall be submitted in one sealed pack containing three (3) envelopes; (A: Administrative file, B: Technical file, C: Financial file). The sealed pack shall bear no information on the enterprise, and should reach Tubah Council Tenders Board, not later than 26/03/2025at 10amand should carry the inscription:
“OPEN NATIONAL INVITATION TO TENDER N° 05/AONO/20 OF 02/ 2025 INSTALLATION OF PANEL STREET LIGHT FROM FOUR CORNERS BAMBUI TO THREE CORNERS BAMBILI WITH IRON POLES IN TUBAH SUB-DIVISION “
FUNDING: BIP / MINHDU 2025
“To be opened only during the bid-opening session”
In case of any ambiguities or differences, only the original shall be considered authentic.
The maximum duration of execution provided for by the Contracting Authority shall be four calendar (04) months, as from the date of notification of the contractor by the control engineer to start work.
Each bidder must include in his/her administrative documents, a bid bond that respects the models of this tender file, issued by an approved Insurance company, (see list in document No. 12 of this tender file), of an amount of One million three hundred and fifty eight thousand eight hundred and forty (1,358,840) Francs CFA, valid for thirty (30) days as from the date of validity of the offers. Bid bonds for unsuccessful bidders shall be withdrawn not later than fifteen (15) days after the award of the contract and those of successful bidders shall be retained until the required performance guarantee for good execution is provided.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities must imperatively be produced in accordance with the Special Regulations of the invitation to tender.
They must obligatorily be not 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 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.
The opening of the bids in one phase shall be done on the 26/03/ 2025 at 11 am prompt in the Conference Hall of the Tubah Council by the sub commission for analysis.Only bidders may attend or be duly represented by a person of their choice, who has full knowledge of the file and mandated in that capacity.
.Evaluation Criteria
14.1 Elimination criteria
Administrative Documents;
- incomplete administrative documents (except the bid security) and not completed after 48 hours,
- False declaration or falsified documents,
- Absence of submission Gaurantee,
- offer submitted after dead line.
- Discount proposal written using a ballpoint pen.
Technical offer
- Being suspended from public procurement or appearing on the list of failing companies established annually by MINMAP,
- General score lower than 75/100 in relative value compared to the essential sub criteria
- Not having abandoned any public contractin the last 3 years,
- Non compliance with the following major technical specification; Module power, lamp power, luminous efficiency, battery capacity, lamp post material, concrete dosage and dimension.
Financial offer
- Absence of quantify unit price,
- Non compliance of the submission model
14.2. Main Qualification criteria: The criteria relating to the qualification of candidates could indicatively be on the following:
No |
Essential criteria |
Binary Notification |
1 |
General presentation of offer |
Yes / No |
2 |
Company references |
Yes / No |
3 |
Human resources |
Yes / No |
4 |
Equipment (moving materials) |
Yes / No |
5 |
Technical specification |
Yes / No |
The Contract shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the public contracts code.
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary information may be obtained during working hours from Tubah Council Tenders Board at Bambili three corners.