Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 10-12-2025 à 12:18
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE WABANE
Wabane Council Internal Tender Board                   Project Name:  LOCAL GOVERNANCE AND RESILIENT COMMUNITIES                                PROJECT (PROLOG) Project owner: THE MAYOR OF WABANE COUNCIL (PROLOG WABANE COUNCIL PERFORMANCE-BASED GRANT AGREEMENT, LEBIALEM DIVISION, SOUTH-WEST REGION) Country:           CAMEROON Credit No :        Crédit IDA N°72130- CM   No STEP:                     Issued on :              04/12/2025       December 2025      
Source de financement
BANQUE MONDIALE(BM)
1.Objet New(Additif)

1.      The Government of Cameroon has received funding from the World Bank to finance the cost of the Local Governance and Resilient Communities Project (PROLOG). As part of its implementation, PROLOG has signed an agreement with WABANE COUNCIL (PROLOG WABANE COUNCIL PERFORMANCE-BASED GRANT AGREEMENT, LEBIALEM DIVISION, SOUTH-WEST REGION) to build community infrastructure.

2.      As part of the agreement, financing for the supply and installation of solar street lamps along the Mbecho, Alonkong street at Wabane Council, Lebialem Division, South-West Region (PHASE II PBG), for an execution period of sixty (60) calendar days.

3.      The Mayor of WABANE Council now invites quotations from contractors for the Works described in Annex 1: Works Requirements, attached to this RFQ. As soon as the RFQ is published, the tender’s file will be made available to all bidders, either at their request to the WABANE Council (Employer) or the PROLOG PMU/RCU.

2.Consistance des prestations New(Additif)

1.      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.  

Eligible Contractors

2.      In case the Contractor is  a joint venture (JV), all members shall be jointly and severally liable for the execution of the entire Contract in accordance with the Contract terms. The JV shall nominate a representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the RELAUNCH OF REQUEST FOR QUOTATIONS process and, in the event the JV is awarded the Contract, during contract execution.

3.      A Contractor may have the nationality of any country, subject to the restrictions pursuant to paras. 8 and 9 hereinafter. A Contractor shall be deemed to have the nationality of a country if the Contractor is constituted, incorporated or registered in, and operates in conformity with, the provisions of the laws of that country, as evidenced by its articles of incorporation (or equivalent documents of constitution or association) and its registration documents, as the case may be. This criterion also shall apply to the determination of the nationality of proposed subcontractors or subconsultants for any part of the Contract including Related Services.

4.      Firms and individuals may be ineligible if so indicated in para.9 below and:

(a)          as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of goods or the contracting of works or services required; or

(b)         by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country, or any payments to any country, person, or entity in that country.

5.      In reference to paras. 5 and 7, for the information of Contractors, at the present time firms, goods and services from the following countries are excluded from this procurement process:

(a)          Under para. 5 and 8 (a): “none”.

(b)         Under para. 5 and 8 (b): “none”

6.      A Contractor that has been sanctioned by the Bank, pursuant to the Bank’s Anti-Corruption Guidelines, in accordance with its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework as described in the appendix to the Contract Conditions (Appendix A) paragraph 2.2 d., shall be ineligible to submit Quotations or be awarded or otherwise benefit from a Bank-financed contract, financially or otherwise, during such period of time as the Bank shall have determined.  A list of debarred firms and individuals is available on the Bank’s external website: http://www.worldbank.org/debarr.

7.      Contractors that are state-owned enterprises or institutions in the Employer’s country may be eligible to compete and be awarded a Contract(s) only if they can establish, in a manner acceptable to the Bank, that they:

(a)          are legally and financially autonomous;

(b)         operate under commercial law; and

(c)          are not under supervision of the Employer.

3.Participation et origine New(Additif)

1.      In case the Contractor is  a joint venture (JV), all members shall be jointly and severally liable for the execution of the entire Contract in accordance with the Contract terms. The JV shall nominate a representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the RELAUNCH OF REQUEST FOR QUOTATIONS process and, in the event the JV is awarded the Contract, during contract execution.

2.      A Contractor may have the nationality of any country, subject to the restrictions pursuant to paras. 8 and 9 hereinafter. A Contractor shall be deemed to have the nationality of a country if the Contractor is constituted, incorporated or registered in, and operates in conformity with, the provisions of the laws of that country, as evidenced by its articles of incorporation (or equivalent documents of constitution or association) and its registration documents, as the case may be. This criterion also shall apply to the determination of the nationality of proposed subcontractors or subconsultants for any part of the Contract including Related Services.

3.      Firms and individuals may be ineligible if so indicated in para.9 below and:

(a)          as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of goods or the contracting of works or services required; or

(b)         by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country, or any payments to any country, person, or entity in that country.

4.      In reference to paras. 5 and 7, for the information of Contractors, at the present time firms, goods and services from the following countries are excluded from this procurement process:

(a)          Under para. 5 and 8 (a): “none”.

(b)         Under para. 5 and 8 (b): “none”

5.      A Contractor that has been sanctioned by the Bank, pursuant to the Bank’s Anti-Corruption Guidelines, in accordance with its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework as described in the appendix to the Contract Conditions (Appendix A) paragraph 2.2 d., shall be ineligible to submit Quotations or be awarded or otherwise benefit from a Bank-financed contract, financially or otherwise, during such period of time as the Bank shall have determined.  A list of debarred firms and individuals is available on the Bank’s external website: http://www.worldbank.org/debarr.

6.      Contractors that are state-owned enterprises or institutions in the Employer’s country may be eligible to compete and be awarded a Contract(s) only if they can establish, in a manner acceptable to the Bank, that they:

(a)          are legally and financially autonomous;

(b)         operate under commercial law; and

(c)          are not under supervision of the Employer.

4.Financement New(Additif)

Local Governance and Resilient Communities                              Project (PROLOG)

5.Consultation du Dossier New(Additif)

1.      The Mayor of WABANE Council now invites quotations from contractors for the Works described in Annex 1: Works Requirements, attached to this RFQ. As soon as the RFQ is published, the tender’s file will be made available to all bidders, either at their request to the WABANE Council (Employer) or the PROLOG PMU/RCU.

6.Remises des offres New(Additif)

1.      Quotations shall be submitted in the form attached at Annex, in seven (07) copies (including one (01) original and six (06) copies plus a USB key containing the digital PDF and editable version), to the above address, in a sealed envelope marked:

 

“RELAUNCH OF REQUEST FOR QUOTATIONS N°019/RFQ/PBG/WC/WCTB/2025 OF 04/12/2025 Concerning the supply and installation of solar street lamps along the Mbecho, Alonkong street at Wabane Council, Lebialem Division, South-West Region (PHASE II PBG).

 

NOT TO BE OPENED UNTIL THE COUNTING SESSION

7.Delai de Livraison New(Additif)

1.      As part of the agreement, financing for the supply and installation of solar street lamps along the Mbecho, Alonkong street at Wabane Council, Lebialem Division, South-West Region (PHASE II PBG), for an execution period of sixty (60) calendar days.

8.Recevabilité des Offres New(Additif)

1.      Quotations shall be submitted in the form attached at Annex, in seven (07) copies (including one (01) original and six (06) copies plus a USB key containing the digital PDF and editable version), to the above address, in a sealed envelope marked:

 

“RELAUNCH OF REQUEST FOR QUOTATIONS N°019/RFQ/PBG/WC/WCTB/2025 OF 04/12/2025 Concerning the supply and installation of solar street lamps along the Mbecho, Alonkong street at Wabane Council, Lebialem Division, South-West Region (PHASE II PBG).

 

NOT TO BE OPENED UNTIL THE COUNTING SESSION

9.Ouverture des Plis New(Additif)

1.      The deadline for submission of Quotations is the 30/12/2025 at 10 am.

Note: Any tender arriving after the deadline for submission of tenders will be rejected. Tenders will be opened in the presence of the tenderers' representatives at the above-mentioned address.

The opening of the quotations will take place at the headquarters of the WABANE Council on 30/12/2025 at 11 am, local time, in the presence of the tenderers or their representatives, by the Internal Tender Board

10.Critères d'évaluation New(Additif)

1.      The quotations will be evaluated to determine substantial responsiveness of the technical proposal.

ü  Check that the Letter of Quotation is properly completed, dated and signed with the name and title of the signatory;

ü  Verification that the Unit Price Schedule and Detailed and Quantitative Specifications have been duly completed, dated and signed.

ü  Assessment of the technical qualification of each admissible tender in accordance with the tender evaluation grid.

TENDER EVALUATION GRID

No

Designation

BINARY NOTATION

1

Presentation of the Offer

 

Compliance with the order prescribed in the RFQ and dividers

Yes/No

Legibility and pagination

Yes/No

2

Experience of the bidder

 

Two references in the execution of works contracts

Yes/No

One reference similar to the mission

Yes/No

3

Staff quality

 

a)      Works Director

 

At least degree in Electrical Engineering and proof of training in renewable energies (copy of the diploma)

Yes/No

Curriculum Vitae of the Mission Manager, dated and signed

Yes/No

At least 3 years’ experience in similar works

Yes/No

b)     Foreman

 

At least HND in electrical power system and proof of training in renewable energies (copy of the diploma)

Yes/No

Curriculum Vitae of the Site Manager, dated and signed

Yes/No

Seniority ≥ 2 years in a similar field

Yes/No

4

Construction equipment

 

List of small items of equipment appropriate to the task (photocopies of purchase invoices must be provided)

Yes/No

5

 

Work execution methodology

 

Detailed technical note on the organization of the work

Yes/No

Description of the socio-environmental protection rules

Yes/No

Detailed work schedule with deadlines ≤ ninety (60) days

Yes/No

6

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

Yes/No

7

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

Yes/No

8

Special Administrative Conditions initialed on each page, dated, and signed on the last page

Yes/No

 

Total of “Yes”

….. /17

Note: Only tenders with a total of 14 “Yes” votes out of 17 will be admitted to the next stage of the procedure.

ü  Checking arithmetic operations, multiplying unit prices by quantities where necessary and using the price in words to make any necessary corrections;

ü  Drawing up a summary table of Quotations based on the amounts corrected for any arithmetical errors, listed in ascending order.

11.Attribution New(Additif)

1.      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.

12.Durée Validité des Offres New(Additif)

1.      The quotations shall be valid until ninety (90) days after opening the tenders

13.Renseignements Complémentaires New(Additif)

28.  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.

MENJI Le 10-12-2025
Le MAYOR
NEMBO KETU Israël