Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 03-04-2025 à 10:44
Support : support@armp.cm Plateforme : pridesoft@armp.cm
SOUTH WEST REGIONAL EXECUTIVE COUNCIL
TENDER NOTICE                                                                                       NO 001/ONIT/ SWR/SWRA/ITB/BUEA/2025... OF-23/03/2025 FOR THE SUPPLY AND INSTALLATION                                                                                    OF 44 SOLAR STREETLIGHTS IN KUPE-MUANENGUBA DIVISION, SOUTH WEST REGION, IN TWO(02) LOTS.
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
1.Objet New(Additif)

The President of the South West Regional Executive Council, the Contracting Authority, hereby launches an open national invitation to tender FOR THE SUPPLY AND INSTALLATION OF 44 SOLAR STREETLIGHTS IN KUPE-MUANENGUBA DIVISION, SOUTH WEST REGION, IN TWO(02) LOTS.

2.Consistance des prestations New(Additif)

PREPARATORY WORKS

     SUPPLY AND INSTALLATION OF SOLAR EQUIPMENT AND ACCESSORIES

      CIVIL WORKS

MISCELLANEOUS SERVICE

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies is detailed as follows;

LOTS

PROJECTS

ESTIMATE

LOT 01

THE SUPPLY AND INSTALLATION OF 34 SOLAR
STREETLIGHTS IN KACK, NDON, MAHOLE, ATOBE, ETAM
IIM
NDISI AND MEKEDMBENG II VILLAGES, IN TOMBEL SUB‑
DIVISION

51

000

000

LOT 02

THE SUPPLY AND INSTALLATION OF 10 SOLAR
STREETLIGHTS IN NGUTI TOWN.

15

000

000

4.Allotissement New(Additif)

The works of this tender are constituted in TWO (02) lot(s) as thus;

LOTS

PROJECTS

MUNICIPALITY

DIVISION

LOT 01

THE SUPPLY AND INSTALLATION OF 34 SOLAR
STREETLIGHTS IN KACK, NDON, MAHOLE, ATOBE, ETAM IIM
NDISI AND MEKEDMBENG II VILLAGES, IN TOMBEL SUB-
DIVISION

TOMBEL

KUPE‑
MUANENGUBA

LOT 02

THE SUPPLY AND INSTALLATION OF 10 SOLAR
STREETLIGHTS IN NGUTI TOWN.

NGUTI

KUPE‑
MUANENGUBA

5.Participation et origine New(Additif)

Participation is opened to all duly registered Carneroonian enterprises with the necessary technical and financial capacities who are not under suspension by the authority in charge of public contracts

6.Financement New(Additif)

Works which formed the subject of this invitation to tender shall be financed by the SOUTH WEST REGIONAL 1SSEMBLY INVESTMENT BUDGET, 2025 financial year through budget head (imputation

7.Consultation du Dossier New(Additif)

The file may be consulted during working hours at cabinet of the President of Regional Executive Council, first floor of Regional Assembly Building, Buea, Service Tel: 233 32 61 86 as soon as this notice is published. It can equally be consulted online on COLEPS platform at http://www.marchespublics.cm and http://www.publiccontracts.cm, on the ARMP website (www.armp.cm) or on any other electronic means of communication indicated by the Project Owner.

8.Acquisition du Dossier New(Additif)

The hard copy of the file may be obtained at cabinet of the President of Regional Executive Council, first floor of Regional Assembly Building, Buea, Service Tel: 233 32 61 86 as soon as this notice is published against payment of a non-refundable sum of 40,000 (forty thousand) CFA Francs, payable at at the South West Regional Assembly Treasury.

[t is equally possible to obtain the electronic version of the Tender File by downloading it free of

charge through the addresses indicated above. However, online submission is subject ta the Ipayment of Tender File purchase fees.

9.Remises des offres New(Additif)

The mode of submission selected for this consultation is online.

10.Delai de Livraison New(Additif)

03 three months

11.Cautionnement Provisoire New(Additif)

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 and whose list is found in document No. 14 of the Tender File, of the following amounts:

LOTS

PROJECTS

ESTIMATE

LOT 01

THE SUPPLY AND INSTALLATION OF 34 SOLAR
STREETLIGHTS IN KACK, NDON, MAHOLE, ATOBE, ETAM IIM
NDISI AND MEKEDMBENG II VILLAGES, IN TOMBEL SUB‑

DIVISION

1 020 000

i

LOT 02

THE SUPPLY AND INSTALLATION OF 10 SOLAR
STREETLIGHTS IN NGUTI TOWN.

300 000

 

Valid for thirty (30) days beyond the initial date filant of validity of bids.

The bid bond should be provided in accordante with the Circular Letter No. 000019/LC/MINMAP of 5th of June 2024 relating to the modalities of constitution, deposit, conservation, restitution and withdrawal of bond on public contracts. The bid bond should be stamped and carry the hand

written inscription from the financial institution for authentication

The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by

the Minister in charge of Finance to issue bonds for public contracts shall lead ta the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not

be accepted.

12.Recevabilité des Offres New(Additif)

The submission is done electronically, the bid should be forwarded by the                                   COLEPS

platform or any other means of electronical communication indicated by Proje 0 üüer'nptilaterthan

TM/. FRF mPirJï­LL AreLSZt

Y( 41,;k         :

rou

 

/-T2025 at 10am prompt. A backup copy of the bid registered on USB key or CD/DVD should be forwarded in a sealed envelope with the clear and legible indication "backup copy", in addition to the above label, within the allocated deadline.

N.B: File size and format

For online bidding, the maximum sizes of the documents that will transit on the platform and constitute the tenderer's offer are the following:

·         5 MB for the Administrative file;

·         15 MB for the Technical offer;

·         5MB for the Financial offer. The following formats are accepted:

·         PDF format for text documents;

·         JPEG for images.

The applicant shall use compression software to possibly reduce the size of the files to be transmitted according to the sizes indicated above.N.B. The original of the administrative document should be presented during online opening session.

13.            Admissibility of bids

The administrative documents, the technical offer and the financial offer must be placed in separatei envelopes and submitted in a sealed envelope.

The Project Owner will not accept:

Envelopes bearing indications of the tenderer's identity; Envelopes received after the deadline for submission; Applications that do not comply with the submission method. Envelopes without an indication of the identity of the tender file;

Failure to comply with the number of copies indicated in the RPAO or bids in copies only;

Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence of a bid bond issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts or the failure to comply with the' model documents in the Tender File shah lead automatically to the rejection of the bid without any other procedure. A bid bond submitted but not relating to consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted

13.Ouverture des Plis New(Additif)

The bids shah be opened in a single phase. The administrative, technical and financial bids shah be opened on, the 15/04/--/2025 at 11.00 a.m., local time by the South West Regional Assembly Internai Tender's Board in the conference hall of the Regional Assembly, in the presence of the bidders or duly authorized representatives having full knowledge of the file (power of attorney).

Only tenderers may attend this opening session or be represented by a single persan of their choice, duly authorised, even in the case of a group of companies.

14.Critères d'évaluation New(Additif)

 

Absence of bid bond at the opening of bids with its consignment receipt delivered by the CDEC; Failure to submit, beyond the 48 (forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond); False declarations, fraudulent schemes or forged documents;

Failure to comply with 75% essential criteria (75% referring to the qualification threshold of technical bids);

-        Absence of the sworn statement for not having abandoned contracts during the last three years

in the South West Region;

-        Absence of a quantified unit price in the financial offer;

ii. Essential criteria

The criteria relating to the qualification of candidates are the following:

Financial situation of the bidder Reference of the enterprise Personnel Equipment methodology and planning of execution

L6.      Award The contract/jobbing order shall be awarded ta lowest bidder fulfilling the technical a

nd financial conditions.

 

15.Attribution New(Additif)

The contract/jobbing order shall be awarded ta lowest bidder fulfilling the technical and financial conditions.

 

16.Durée Validité des Offres New(Additif)

Bidders will remain committed to their bids for ninety (90) days from the initial deadline set for the submission of bids.

17.Renseignements Complémentaires New(Additif)

Complementary technical information may be obtained during working hours from the cabinet of the President )f the South West Regional Assembly,

BUEA Le 21-03-2025
Le PRÉSIDENT
BAKOMA ELANGO Zacheus