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 13 SOLAR STREETLIGHTS AT TURBURG JUNCTION TOWARDS THE DELEGATION OF PUBLIC HEALTH IN BUEA SUBDIVISION, FAKO DIVISION, SOUTH WEST REGION.
PREPARATORY WORKS
SUPPLY-ANi3-INSTALLATION OF SOLAR EQUIPMENT AND ACCESSORIES
CIVILS WORKS
MISCELLANEOUS SERVICE
3.
20002000
20 000 000FCFA
Participation is opened to all duly registered Cameroonian enterprises with the necessary technical and financial capacities who are not under suspension by the authority in charge of public contracts
Works which formed the subject of this invitation to tender shall be financed by the SOUTH WEST REGIONAL ASSEMBLY INVESTMENT BUDGET, 2025 financial year through budget head (imputation)
The file may be consulted during working hours at cabinet of the President of Regional Executive Council, first flo or 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.
The file may be obtained from the same address above as soon as this notice is published against payment of the sum of 20,000 (twenty thousand) francs CFA, payable at the South West Regional Assembly
The submission is done electronically, the bid should be forwarded by the tenderer on the COLEPS platform or any other means of electronical communication indicated by Project Owner not later than --/-1202S 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.
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 ta the sizes indicated above.
The maximum duration provided by the Project Owner for the execution of the works forming the subject of this invitation to tender is three (03) months.
This period runs from the date of notification of the service order to start the work.
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 an amount of four hundred thousand (400 000) FCFA. Valid for thirty (30) days beyond the initial date limit of validity of bids.
The bid bond should be provided in accordance 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 to 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.
The submission is done electronically, the bid should be forwarded by the tenderer on the COLEPS platform or any other means of electronical communication indicated by Project Owner not later than --/-1202S 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.
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 ta the sizes indicated above.
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 an amount of four hundred thousand (400 000) FCFA. Valid for thirty (30) days beyond the initial date limit of validity of bids.
The bid bond should be provided in accordance 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 to 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.
Eliminatory criteria
The eliminatory criteria are the following:
- 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; "
ii. Essential criteria ‑
The criteria relating to the qualifieation Of candidates are the following: Financial situati-on-of thëbidder Reference of the efife-rp-ii-Se
- Personnel Equipment Methodology and planning of execution
The jobbing order shall be awarded to lowest hidder fulfilling the technical and financial conditions.
Bidders will remain cômmitted to their bids for ninety (90) days from the initial deadline set for the submission of bids
Complementary technical information may be obtained during working hours from the cabinet of the President of the