Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 17-10-2025 à 16:40
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BAMENDA 2E
PROCUREMENT OF SMALL WORKS   BAMENDA II COUNCIL INTERNAL TENDERS BOARD  Request for Quotations     No. 15/RFQ/BIIC/BIICITB/MINDDEVEL/PROLOG/NWR/2025 OF 10/10/2025 FOR THE CONSTRUCTION OF A GUTTER AND CULVERT BELOW PSS MANKON AND CONSTRUCTION OF GUTTERS FROM NTAMBENG JUNCTION TO YAMAHA JUNCTION IN BAMENDA II COUNCIL AREA, MEZAM DIVISION OF THE NORTH WEST REGION BY EMMERGENCY PROCEDURE. Project Name: Local Governance and Resilient Communities Project (PROLOG) Project Owner: Mayor of Bamenda II Council Country: Cameroon Funding: IDA No. 72130– CM STEP Contract Reference No.:
Source de financement
BANQUE MONDIALE(BM)
1.Objet New(Additif)

The Government of the Republic of Cameroon has obtained from the World Bank, IDA Credit Agreement No. 72130 – CM to finance the cost of the LOCAL GOVERNANCE AND RESILIENT COMMUNITIES PROJECT (PROLOG) and intends to use a portion of the amount of this credit to make the authorized payments under the Contract for which this Request for Quotations is published

2.Consistance des prestations New(Additif)

The materials, equipment and services to be supplied under the Contract and financed by the Bank may have their origin in any country subject to Para. 9. At the Employer’s request, Contractors may be required to provide evidence of the origin of materials, equipment and services

3.Participation et origine New(Additif)

6.            Tenders must be accompanied by a bid guarantee issued by a first-class bank or a Non-banking establishment approved by the Ministry of Finance, the list of which appears at the end of the tender documents, for an amount of ………….. CFA Francs per lot.

4.Financement New(Additif)

WORLD BANK

5.Consultation du Dossier New(Additif)

Invited eligible Bidders may obtain further information from Bamenda II COUNCIL Building, Cell Phone: +237 676244462 PO BOX: 495; and inspect the bidding document during office hours, Monday to Friday between 9am and 3pm (GMT+1).

6.Acquisition du Dossier New(Additif)

As soon as the invitation to tender is published, the contract award documents (tender’s file) will be made available to all bidders, either at their request to the Bamenda II Council or the PROLOG PMU/RCU or via the internet link indicated in the invitation to tender.

7.Remises des offres New(Additif)

Tenders must be delivered to the Bamenda II Council, Cell Phone: +237 676244462, PO BOX: 495 Bamenda II located in Mankon, no later than 04/11/2025 at 10:00am in Bamenda II, in seven (07) copies (including one (01) original and six (06) copies plus a USB key containing the digital PDF and editable version) in sealed envelopes marked:

 

“Request for quotation No. 15/RFQ/BIIC/BIICITB/MINDDEVEL/PROLOG/NWR/2025 OF 10/10/2025 THE CONSTRUCTION OF A GUTTER AND CULVERT BELOW PSS MANKON AND CONSTRUCTION OF GUTTERS FROM NTAMBENG JUNCTION TO YAMAHA JUNCTION IN BAMENDA II COUNCIL AREA, MEZAM DIVISION OF THE NORTH WEST REGION BY EMMERGENCY PROCEDURE

8.Delai de Livraison New(Additif)

The execution period for the works is Three (03) months.

9.Ouverture des Plis New(Additif)

Quotations will be opened by the ………… council internal tenders board immediately after the deadline for the submission of Quotations.

10.Critères d'évaluation New(Additif)

. Quotations will be evaluated to ensure the technical proposal's compliance.

·          Verification that the Quotation Letter is properly completed, dated, and signed with the signatory's name and title;

·          Verification that the Unit Price Schedule and the Quantitative and Descriptive Quote are duly completed, dated, and signed;

·          Evaluation of the technical qualification of each admissible bid according to the bid evaluation grid; [Insert the following if there are multiple lots: “Quotations will be evaluated lot-wise, taking into account discounts offered, if any, after considering all possible combination of lots”.                             

 EVALUATION GRID

Description

NOTATION

1

Presentation of the offer

 

Compliance with the order prescribed in the RFQ with separators

Yes/No

Readability and numbering

Yes/No

2

References in similar projects

 

List of references for the last 5 years (dates)

Yes/No

Provided with at least 2 references of similar works completed (justified with the first and last page of the contract + acceptance report or certificate of completion)

Yes/No

3

Quality of personnels

 

Works director; At least a Bachelors civil engineering with at least five year of experience

Yes/No

Site foreman: At least a higher national diploma in civil engineering with at least three year of experience

Yes/No

NB : for every  « yes » obtained, it must be justified with a certified copy of the diploma, and identity document with a signed and dated.

 

 

 

4

SITE Equipment’s/ tools

 

At least a pick-up with its identification documents (certified copy of owner ship documents or a certified copy of the rental contract/agreement)

Yes/No

List of small equipment consistent with the tasks (produce photocopies of purchase invoices or rental invoices)

Yes/No

6

Methodology for carrying out the work

 

Detailed technical note concerning the organization of the work

Yes/No

Description of socio-environmental protection rules (environmental protection, safety, health, and hygiene of site personnel)

Yes/No

Detailed work schedule with deadlines ≤ one hundred and twenty days  (120) days

Yes/No

7

Special technical clauses booklet, initialed on each page, dated and signed on the last page

Yes/No

8

Environmental and social clauses booklet, initialed on each page, dated and signed on the last page

Yes/No

 

Special administrative clauses booklet, initialed on each page, dated and signed on the last page

Yes/No

9

Site visit report

(justified with a with photos and a thorough description of the site)

Yes/No

 

Total

….. /15

 

NB: Only bids with a total of 12 out of 15 yes votes will be accepted for the next stage of the procedure.

 

·          Verification of arithmetic operations, multiplying unit prices by quantities where applicable and using the price in words to make any necessary corrections;

·          Preparation of a summary table of quotations based on the amounts corrected for any arithmetic errors, listed in ascending order.

For the purposes of evaluation and comparison, the currency(ies) of the quotations must be converted into the same currency. The currency to be used for comparison purposes to convert the proposed prices, expressed in various currencies, into the comparison currency at the selling exchange rate will be the following: CFA franc (XAF). The source of the exchange rate is the Bank of Central African States (BEAC). The exchange rate date is: twenty-eight (28) days before the date of submission of offers. (NB: If the reference currency is not quoted on this date, the exchange rate will be that of the last previous day quoted.).

. For technically compliant Quotations, the total evaluated prices, excluding provisional sums and any provision for contingencies, but including work in-house when their prices are established competitively, will then be compared to determine the lowest evaluated price(s).

11.Attribution New(Additif)

Select either of the two options below]

[Option 1- For Single Lot  

28. The Contract will be awarded to the Contractor who meets the eligibility requirements in accordance with the RFQ, offers the lowest evaluated price/s, offers a technically compliant quotation, and guarantees completion of the Works by the specified date.

[Option 2- For Multiple Lots  

28.  The contracts will be awarded to the Contractor or Contractors meeting the eligibility requirements in accordance with the RFQ, offering a technically compliant quotation, guaranteeing completion of the Works by the specified date and offering the lowest evaluated price to the Employer for combined lots.”]

29.  The Employer shall invite by the quickest means [e.g. e-mail] the successful Contractor/s for any discussion [this is expected to be virtual in light of the emergency situation] that may be needed to conclude the contract or otherwise for contract signature. 

30.  The Employer shall communicate by the quickest means with the other Contractors on its contract award decision. An unsuccessful Contractor may request clarifications as to why its quotation was not determined to be successful.  The Employer will address this request within a reasonable time.

31.  The Employer shall publish a contract award notice on its website with free access, if available, or in a newspaper of national circulation or UNDB online, within 15 (fifteen) days after award of contract. The information shall include the name of the successful Contractor, the Contract Price, the Contract duration, summary of its scope and the names of the Contractors and their quoted and evaluated prices.

On behalf of the Employer:

12.Durée Validité des Offres New(Additif)

The Contractor shall furnish a technical proposal including a statement of work methods, equipment, personnel, schedule and any other relevant information, in sufficient detail to demonstrate the adequacy of its proposal to meet the work’s requirements and the completion time.

For administrative files:

The Tenderer must enclose the following documents with its tender in accordance with Cameroonian legislation

§  Undertaking by bidder stamped, signed, and dated in conformity with the model attached

§  An attestation of non-bankruptcy issued by the court

§  An attestation of fiscal conformity valid less than three months

§  Certificated of non-exclusion from public contract

§  CNPS certificate dates less than three months

§  Attestation of Bank account of the bidder issued by a bank, or any other first-order credit institution approved by the Ministry in charge of finance

§  Attestation of taxpayer’s registration (NIU)

§  An Attestation of categorization of the Contractor

§  Site visit certificate and report signed on honor by the tenderer

§  A grouping agreement signed by a notary will be required in the case of a grouping.

All of the above documents must be in order, dated and signed by the competent authorities and dated within the last three (03) months. Except:

·         CCTP dully initialled on each page, signed and dated on the last page by the Enterprise

                                          

In the case of a grouped application, each of the documents required above must be submitted by each member of the group, with the exception of the receipt, which will be submitted by the Mandated only.

 

Note: It should be noted that the administrative documents mentioned above must be less than three (03) months old and be produced in originals or certified copies by the competent issuing authority. The absence of all or some of the above documents will not result in the rejection of the tender at the time of evaluation. However, they will be required when the Contract is awarded.

13.Renseignements Complémentaires New(Additif)

Tenders must be delivered to the Bamenda II Council, Cell Phone: +237 676244462, PO BOX: 495 Bamenda II located in Mankon, no later than 04/11/2025 at 10:00am in Bamenda II, in seven (07) copies (including one (01) original and six (06) copies plus a USB key containing the digital PDF and editable version) in sealed envelopes marked:

 

“Request for quotation No. 15/RFQ/BIIC/BIICITB/MINDDEVEL/PROLOG/NWR/2025 OF 10/10/2025 THE CONSTRUCTION OF A GUTTER AND CULVERT BELOW PSS MANKON AND CONSTRUCTION OF GUTTERS FROM NTAMBENG JUNCTION TO YAMAHA JUNCTION IN BAMENDA II COUNCIL AREA, MEZAM DIVISION OF THE NORTH WEST REGION BY EMMERGENCY PROCEDURE

 

NOT TO BE OPENED UNTIL THE COUNTING SESSION”

BAMENDA Le 10-10-2025
Le MAYOR
CHENWI Peter