The City Mayor of Bamenda City Council hereby launches an open national invitation to tender for the above mentioned project.
The work is defined within the framework of the electrification of the following localities of the city with three phase transformers:
* Alamatu Bamenda II
* Alosemeting Bamenda II
* Nzemanbuh Mankon Bamenda II
* Mulang Bamenda II
The works includes:
* Supply and installation of three phase transformers;
* Construction of three phase MV line;
* Excavation of holes on a normal rocky soil;
* Supply and planting of concrete poles
* Supply and planting of wooden poles.
The estimated cost after preliminary studies stands at eighty-seven million seven hundred and fifty thousand one hundred and thirteen (87,750,113) Francs CFA inclusive of all taxes.
The works are regrouped in a single lot.
Participation in this invitation to tender is opened to all national companies specialized in construction and maintenance of electricity network
Works which form the subject of this invitation to tender shall be financed by Bamenda City Council Budget of 2025 financial year.
The file may be consulted during working hours at SIGAMP Services Bamenda City Council Tel: 633 36 12 67 and COLEPS Platform www.publiccontract.cm or www.marchespublique.cm, upon publication of the invitation to tender.
The file may be obtained from the SIGAMP Services Bamenda City Council, Tel: 633 36 12 67 upon publication of the invitation to tender against payment of the non-refundable sum of ninety-one thousand two hundred and fifty (91,250) CFA Francs, payable at Bamenda City Council Treasury under the budgetery head 712 101.
Bids drafted in English or French shall be submitted exclusively only on the COLEPS platform www.publiccontract.cm or www.marchespublique.cm, not later than 01/04/2025 at 10 am server time.All bids should be in PDF format.
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 two calendar (02) 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 or equivalent that respects the models of this tender file, issued by an approved bank or an Insurance company, (see list in document No. 12 of this tender file), of an amount one million seven hundred and fifty-five thousand (1,755,000) francs valid for thirty (30) days beyond the date of validity of bids. 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,bearing a fiscal stamp.
Under penalty of being rejected, only scanned 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 01/04/2025 at 11.00 am prompt in the Conference Hall of the Bamenda City Council Internal Tender Board by the board members. 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. The bidder is expected to submit a back-up copy of the bids in a USB key sealed in an envelope.
The evaluation of bids shall be carried out in three stages:
Ø 1st Stage: verification of the conformity of each administrative document;
Ø 2nd Stage: Evaluation technical bids;
Ø 3rd Stage: Analyses of Financial bids.
The criteria of evaluation shall be as follows:
14.1-Eliminatory criteria
- Absence or insufficient of bid bond or equivalent;
- Deadline of execution more than the prescribed;
- False declaration or falsified documents;
- Non-compliance with bid model;
- Omission of a quantified task on the bill of quantities and cost estimates
- Technical mark of less than 80%;
- Non submission of bids online.
14.2. Main Qualification criteria: The criteria relating to the qualification of candidates could indicatively be on the following:
· Financial situation
· Experience
· Personnel
· Equipment.
· Methodology/organization of the site
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 technical quality and the lowest bid, confer article 99 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 technical information may be obtained during working hours from the SIGAMP Services Bamenda City Council, Tel: 633 36 12 67 and COLEPS Platform www.publiccontract.cm or www.marchespublique.cm, upon publication of the tender.