Within the framework of the execution of Public Investment Budget (PIB) of 2025 financial year, The Lord mayor of Kumba I Sub Divisional Council (the Contracting Authority) hereby launches an Open National Invitation to Tender N°:06/ONIT/KUMBA I COUNCIL/MEME/ITB/2025 OF 06/03/2025, INSTALLATION OF 30 SOLAR POWERED STREET LIGHTS IN KUMBA I SUBDIVISION, MEME DIVISION, SWR.
Project |
Locality |
Project |
Amount For |
Duration Months |
Year |
The INSTALLATION OF 30 SOLAR POWERED STREET |
Kumba Sub Division |
50.000.000 |
500,000 |
03 |
2025 |
The works comprise notably The INSTALLATION OF 30 SOLAR POWERED STREET LIGHTS in Kumba I Sub Division, Mente Division, SWR
Project |
Locality |
Project |
Amount For |
Duration Months |
Year |
The INSTALLATION OF 30 SOLAR POWERED STREET |
Kumba Sub Division |
50.000.000 |
500,000 |
03 |
2025 |
N/AN/A
The tender is opened to duly legalized Cameroonian enterprises that fuit the requiretnents of this invitation to tender.
The said Works shall be financed by the Public Investment Budget (PIB) of the Ministry of Water Resources and Energy for the 2025 financial year assigned to the Mayor of Kumba I Sub Divisional
Council as Contracting Authority with Budget Heads _____________________________ , Provision: Fifty
million (F.cfa 50,000,000) tax inclusive.
Interested eligible bidders may obtain further information during working hours as from the date of publishing of this tender notice, at the service of Development/contracts office of the Kumba I Council Door 209. Contact; 677773366; 678672844
The complete tender file may be obtained from the Development/Contract office — KUMBA I Council Door 209 upon presentation of a treasury receipt attesting to the payment of a non-refundable sum of Eighty thousand (80,000) FCFA into the Kumba I Council Treasury
Each bid drafted in English or French in seven (07) copies including one (01) original and Six (06) copies marked as such, should reach the Development/Contracts Office for Kumba I Council, against a receipt not later than 26/03/2025, at 10:OOam local time in three (03) distinct envelops which shall be labelled as follows:
Envelop A: Administrative documents;
Envelop B: Technical offer;
Envelop C: Financial offer.
These three (03) envelops will be put in a fourth one which shall be labelled imperatively as
follows:
OPEN NATIONAL INVITATION TO TENDER
N°:06/ONIT/KUMBA I COUNCIL/MEME/ITB/2025 OF 06/03/2025, INSTALLATION OF 30
SOLAR POWERED STREET LIGHTS IN KUMBA I SUBDIVISION, MEME DIVISION, SWR.
(TH ROUGH THE EMERGENCY PROCEDURE)
"To be opened only during the bid opening session".
The maximum period provided for the execution of the works by the Authorising Officer is fixed at: three (3) months
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 in conformity with COBAC conditions and whose list is found in document l\r' 11 of the tender file, of an amount of Five hundred thousand FCA (500,000 Frs) CFA valid for thirty (30) days beyond the date of validity of offers.
On pain of being rejected, only originals or true copies certified 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.
Each bid drafted in English or French in seven (07) copies including one (01) original and Six (06) copies marked as such, should reach the Development/Contracts Office for Kumba I Council, against a receipt not later than 26/03/2025, at 10:OOam local time in three (03) distinct envelops which shall be labelled as follows:
Envelop A: Administrative documents;
Envelop B: Technical offer;
Envelop C: Financial offer.
These three (03) envelops will be put in a fourth one which shall be labelled imperatively as
follows:
OPEN NATIONAL INVITATION TO TENDER
N°:06/ONIT/KUMBA I COUNCIL/MEME/ITB/2025 OF 06/03/2025, INSTALLATION OF 30
SOLAR POWERED STREET LIGHTS IN KUMBA I SUBDIVISION, MEME DIVISION, SWR.
(TH ROUGH THE EMERGENCY PROCEDURE)
"To be opened only during the bid opening session".
The bids shall be opened in a single (01) phase on the 26/03/2025 at 11.00am local time by the Tender Board of the Kumba I Council in the Kumba I Council conference hall, in the presence of the bidders or duly authorized representatives having full knowledge of the file (power of attorney).
There are two types of evaluation criteria: el iminatory criteria and essential criteria. The aim of this
criteria is to identify and reject incomplete bids or bids not in conformity with the essential conditions laid
down in the Tender File.
A/Eliminatory Criteria.
A bid shall be rejected if:
The non-respect of article 92 sub 9 of the public contract code;
- It lacks an Administrative document;
- Insufficient or Absent of amount of bid bond
The technical score is less than the minimum required; It has a fake or forged document;
- It lacks a quantified unit price;
It carries a false information.
It does not respect the model documents
NB: when an administrative document is missing or found to be non- compliant during the bid opening session, the bidder shah have 48hrs (forty eight hours) to produce or replace the document concerned. However any bid without bid bond during the bid opening session shah be rejected.
B/Essential Criteria.
Essential criteria are primordial in the judgment of the technical and financiai capacity of candidates to execute the works forming the subject of the invitation to tender. The criteria relating to the qualification of candidates are based on the following;
· General presentation of the tender file,
· References of the company in the similar achievements,
· Experience of supervisory staff,
· Logistics (equipment),
· Methodology,
· Financial capacity,
· Attestation of site visit signed by the bidder,
· Report of site visit signed by the bidder,
· The Special Administrative clauses (SAC), each page should be initialled and the last page signed and stamped by the bidder.
· The Special Technical Clauses (STC). Each page should be initialled and the last page signed and stamped.
· Pre-financing capacity rot less than 75% of the amount required in the offer.
The essential criteria are subjected to minima whose detail is given in the Special Regulation of
the Invitation to tender (RPAO).
C/Main qualification Criteria.
The criteria for qualification of candidates should be on the following:
Access to credit or other financial sources (75% of project amount tax inclusive)
Yes / No
- References of similar jobs; Yes / No
Availability of material and essential equipment Yes / No
Experience of supervisory staff Yes / No
Methodology Yes/No
Turnover as in business license above or equal to 75% of project amount tax inclusive; Yes/No Qualified personnel relevant to the job. Yes/No
Non-respect of two (02) of the above criteria shall entai! rejection of the bid
The contract shall be awarded to the bidder with the lowest realistic financial offer having the technical and administrative files which are in conformity with the tender document/file.
Bidders shall be bound by their bids for a period of ninety (90) days with effect from the date of opening of bids.
Further complementary information may be obtained during working hours from the Development/contract Office of the Kumba I Council door N°: 209.