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 91 SOLAR STREETLIGHTS IN MANYU DIVISION, SOUTH WEST REGION, IN EIGHT(08) LOT(S).
<3- PREPARATORY WORKS
a, SUPPLY AND INSTALLATION OF SOLAR EQUIPMENT AND ACCESSORIES CP' CIVIL WORKS
MISCELLANEOUS SERVICE
The estimated cost after preliminary studies is detailed as follows;
LOTS |
PROJECTS |
ESTIMATE |
LOT 01 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR |
12 000 000 |
LOT 02 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR |
|
LOT 03 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR STREETLIGHTS IN ASHUM, TINTO SUB-DIVISION |
|
LOT 04 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR |
|
LOT 05 |
THE SUPPLY AND INSTALLATION OF 17 SOLAR |
25 400 000 |
LOT 06 |
THE SUPPLY AND INSTALLATION OF 14 SOLAR DIVISION |
20 900 000 |
LOT 07 |
THE SUPPLY AND INSTALLATION OF 14 SOLAR |
|
LOT 08 |
THE SUPPLY AND INSTALLATION OF 14 SOLAR |
The works of this tender are constituted in EIGHT (08) lot(s) as thus;
LOTS |
PROJECTS |
MUNICIPALITY |
DIVISION |
LOT 01 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR STREETLIGHTS |
TINTO |
MANYU |
LOT 02 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR STREETLIGHTS |
||
LOT 03 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR STREETLIGHTS |
||
LOT 04 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR STREETLIGHTS |
||
LOT 05 |
THE SUPPLY AND INSTALLATION 0F 17 SOLAR STREETLIGHTS |
||
LOT 06 |
THE SUPPLY AND INSTALLATION OF 14 SOLAR STREETLIGHTS |
MAMFE |
|
LOT 07 |
THE SUPPLY AND INSTALLATION OF 14 SOLAR STREETLIGHT IN EWELE VILLAGE, EYUMOJOCK SUBDIVISION |
EYUMOJOCK |
|
LOT 08 |
THE SUPPLY AND INSTALLATION 0F 14 SOLAR STRETLIGHTS IN OSSING VILLAGE, EYUMOJOCK SUBDIVISION |
Participation is opened to all duly registered Cameroonian enterprises with the necessary technical and financial capacities who are rot 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 SOUTE-1 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 floor of Regioral 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.puhliccontracts.cm, on the ARMP website (www.armp.cm) or on any other electronic means of communication indicated by the Project Owner
The hard copy of the file may be obtained at cabinet of the President of Regional Executive Council, first floor of Regiodal 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 Sputh West Regional Assembly Ti-easury.
it is equally possible to obtain the electronic version of the Tender File by downloading it free of
charge through the addresses indicated above.
The submission is done electronically, the bid should be forwarded by the tenderer on the COLEPS platform or any other rneans of electronical communication indicated by Project Owner not later than --02/07/2025 at lOam 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.
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 per lot. 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 the following amounts:
LOTS |
PROIECTS |
BID BOND |
LOT 01 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR |
240 000 |
LOT 02 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR |
|
LOT 03 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR STREETLIGHTS IN ASHUM, TINTO SUB-DIVISION |
|
LOT 04 |
THE SUPPLY AND INSTALLATION OF 08 SOLAR |
|
LOT OS |
THE SUPPLY AND INSTALLATION OF 17 SOLAR |
508 000 |
LOT 06 |
THE SUPPLY AND INSTALLATION OF 14 SOLAR DIVISION |
418 000 |
I 5
|
|
THE SUPPLY AND INSTALLATION 0F 14 SOLAR |
|
LOT 07 |
|
STREETLIGHT IN EWELE VILLAGE, EYUMOIOCK |
418 000 |
|
|
SUBDIVISION |
|
|
THE SUPPLY AND INSTALLATION OF 14 SOLAR |
|
|
LOT 08 |
STRETLIGHTS IN OSSING VILLAGE, EYUMOIOCK |
418 000 |
|
|
SUBDIVISION |
|
Valid for thirty (30) days beyond the initial date lirait of validity of bids.
The bid bond should be provided in accordante with the Circular Letter No. 000019/LC/MINMAP of 5th of lune 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 .1
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 shah] lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shah be considered as absent. The bid bond presented by a tenderer at the bid opening session shah not be accepted.
The submission is done electronically, the bid should be forwarded by the tenderer on the COLEPS platform or any other rneans of electronical communication indicated by Project Owner not later than --02/07/2025 at lOam 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.
The bids shah be opened in a single phase. The administrative, technical and financial bids shall be opened on, the 02/06/2025 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 person of their choice, duly authorised, even in the case of a group of companies.
Under pain of being rejected, the required administrative documents must be submitted in originals or copies certified by the issuing service or the relevant administrative authority, in accordante with the provisions of the Special Regulations of the invitation to tender. They shah be no later than 3 (three) months old from the original deadline for the submission of tenders or must have been issued after the da te of signature of the Tender Notice.
N.B. The original of the administrative document should be presented during
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 contracta during the last three years in the South West Region;
- Absence of a quantified unit price in the financial offer;
i. 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
The jobbing order shall be awarded to lowest bidder fulfilling the technical and financial conditions.
Bidders will remain committed 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 South West Regionat Assembly,