Within the framework of the 2025 Public Investment Budget, the Mayor of Mbengwi Council, Delegated Contracting Authority, on behalf of the Republic of Cameroon, hereby launches an Open National Invitation to tender, for the extension of three phase electricity to Guneku Palace, Mbengwi Council, Momo Division of the North-West Region. It is a single lot.
The works to be done consists of:
ü construction of a MV/LV three phase mix line with 3x34.4mm2 Almelec and existing 4x25mm² twisted Aluminum cables and covering a distance of 960m;
ü construction of a MV/LV three phase mix line with 3x34.4mm2 Almelec and 3x70mm2+1NP+2EP Aluminum cables and covering a distance of 400m;
ü construction of a transformation substation equipped with a H61-160kVA/30kV/B2 transformer;
ü construction of a low voltage three phase line with 3x70mm2+1NP+2EP Aluminum cable covering a distance of 320m;
ü The Sundry expenses will consist of:
Ø Clearing and pruning 7m width on each side of the network.
Ø Transportation of wooden poles, materials and workers.
The estimated cost after preliminary studies is fifty million (50,000,000) FCFA.
The work is in unique lot: the extension of rural electrification to Extension of Three phase electricity to Guneku Palace
Participation is open under the same conditions to all Cameroonian companies and business concerned that are in compliance with the Cameroon laws.
The works, subject of this invitation to tender, are financed by the Public Investment Budget MINEE 2025 budget head No _________________________
The tender file may be consulted at the Mbengwi Council Office (SIGAMP), during working hours, as soon as this tender notice is published
The tender file may be acquired from the Mbengwi Council Office SIGAMP, ARMP or MINMAP, upon presentation of a non-refundable treasury receipt of eighty-two thousand (82,000) FCFA payable at the Mbengwi Council Treasury representing the cost of the tender file. Such a receipt shall identify the payer as representing the company that wants to participate in the tender.
Each offer drafted in English or French in 07 (seven) copies including 01 (one) original and 06 (six) copies marked as such, should reach the Mbengwi Council Office Secretariat (SIGAMP) not later than 26/03/2025 at 10:00 am local time and should carry the inscription:
<< OPEN NATIONAL INVITATION TO TENDER, EMERGENCY PROCEDURE
N° 02/ONIT/MC/ITB/2025 OF 25/ 02/2025
FOR THE EXTENSION OF THREE PHASE ELECTRICITY TO GUNEKU PALACE, MBENGWI COUNCIL, MOMO DIVISION OF THE NORTH-WEST REGION.>>
“To be opened only during the bid-opening session”
The maximum deadline provided by the Delegated Contracting Authority for the execution of the works forming the subject of this Invitation to tender is one hundred and twenty (120) days.
not applicable
Under penalty of being rejected, only originals or certified true copies signed 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.
They must obligatorily not be 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 rejected. 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 bids shall be opened in a single phase. The opening of the administrative documents, the Technical and Financial offers will take place on the 26/03/2025 at 11:00 am local time, in the conference hall of the Mbengwi Council, by its competent TB Members. Only bidders may attend or be represented by duly mandated persons of their choice and having a good knowledge of their files.
The bids shall be evaluated according to the main criteria as follows:
1. Absence of bid bond in the administrative file;
2. Deadline for delivery higher than prescribed;
3. A bid with the external envelope carrying a sign or mark leading to the identification of the bidder;
4. Incomplete financial file;
5. Change of quantity or unit;
6. Non-respect of 75% of essential criteria;
7. Suspended by MINMAP.
8. Prefinancing capacity of at least 32,500,000 CFA frs
1- General presentation of the Tender Files;
2- Financial capacity of 32,500,000CFA Frs;
3- References of the company in similar achievements;
4- Quality of the personnel;
5- Technical organization of the works;
6- Safety measures on the site;
7- Logistics;
8- Attestation of site visit with 3 pictures duly signed by honour of the bidder.
9- Special Technical Clauses initialed in all the pages;
10- Special Administrative Clauses completed and initialed in all the pages.
11- Companies that have submitted attestation of categorisation shall benefit shall benefit exemptions inthier technical file related document, on turn over, references, office location and permanent staff
This evaluation will be done in a binary way (yes) or (no) with an acceptable minimum of 75% of the essential criteria taken in account.
The Contract will be awarded to the bidder who would have proposed the offer with the lowest amount, in conformity with the regulations of the Tender Documents and having satisfied to 100% of the eliminatory criteria and at least 75% of the essential criteria.
Bidders will remain committed to their offers for ninety (90) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained during working hours from the MBENGWI Council.