1. 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.
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.
6. 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 Request for Quotations process and, in the event the JV is awarded the Contract, during contract execution.
7. 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 sub consultants for any part of the Contract including Related Services.
8. 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.
9. 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): [insert a list of the countries following approval by the Bank to apply the restriction or state “none”].
(b) Under para. 5 and 8 (b): [insert a list of the countries following approval by the Bank to apply the restriction or state “none”]
10. A Contractor that has been sanctioned by the Bank, pursuant to the Bank’s Anticorruption 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.
11. 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.
12. A Contractor shall not have a conflict of interest. Any Contractor found to have a conflict of interest shall be disqualified. A Contractor may be considered to have a conflict of interest for the purpose of this Request for Quotations process, if the Contractor:
(a) directly or indirectly controls, is controlled by or is under common control with another Contractor that submitted a Quotation;
(b) receives or has received any direct or indirect subsidy from another Contractor that submitted a Quotation;
(c) has the same legal representative as another Contractor that submitted a Quotation;
(d) has a relationship with another Contractor that submitted a Quotation, directly or through common third parties, that puts it in a position to influence the Quotation of another Contractor, or influence the decisions of the Employer regarding this Request for Quotations process; or
(e) or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the works that are the subject of the Request for Quotations process; or
(f) or any of its affiliates has been hired (or is proposed to be hired) by the Employer or Borrower for implementing the Contract; or
(g) would be providing goods, works, or non-consulting services resulting from, or directly related to consulting services for the preparation or implementation of the project specified in this Request for Quotations, that it provided or were provided by any affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm; or
(h) has a close business or family relationship with a professional staff of the Borrower (or of the project implementing agency, or of a recipient of a part of the loan) who: (i) are directly or indirectly involved in the preparation of the Request for Quotations or specifications and/or the evaluation of Quotations, of the subject Contract; or (ii) would be involved in the implementation or supervision of such Contract unless the conflict stemming from such relationship has been resolved in a manner acceptable to the Bank throughout the Request for Quotations process and execution of the Contract.
WORLD BANK
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 MBIAME Council or the PROLOG PMU/RCU or via the internet link indicated in the invitation to tender.
All bids will be accepted only if they present a receipt for payment of 75,000 CFA francs per, non-refundable, to the treasury of the Mbiame Council.
Invited eligible Bidders may obtain further information from MBIAME COUNCIL Building, Cell Phone : +237 675 999 964, PO BOX :155 Mbven sub division located in Mbiame; and inspect the bidding document during office hours, Monday to Friday between 9am and 3pm (GMT+1).
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 MBIAME Council or the PROLOG PMU/RCU or via the internet link indicated in the invitation to tender.
All bids will be accepted only if they present a receipt for payment of 75,000 CFA francs per, non-refundable, to the treasury of the Mbiame Council.
Tenders must be delivered to the MBIAME Council, Cell Phone: +237 675 999 964, PO BOX :155 Mbven sub division located in Mbiame, no later than 23/09/2025 at 10:00am, 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 Notice No. 0004/RFQ/MC/MCITB/MINDDEVEL/PROLOG/NWR/2025 OF 29/08/2025 FOR THE CONSTRUCTION OF MBONTSEM POTABLE WATER SCHEME IN MBVEN SUB DIVISION, BUI DIVISION OF THE NORTH WEST REGION.
NOT TO BE OPENED UNTIL THE COUNTING SESSION”
The execution period for the works is Four (04) months
Quotations will be opened by the Mbiame council internal tenders board immediately after the deadline for the submission of Quotations.
23. 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
N° |
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 degree in civil engineering or Rural engineering with at least five year of experience |
Yes/No |
|
Site foreman : At least a higher national diploma in civil engineering or Rural 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 Equipments/ 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 |
[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:
Tenders must be delivered to the MBIAME Council, Cell Phone: +237 675 999 964, PO BOX :155 Mbven sub division located in Mbiame, no later than 23/09/2025 at 10:00am, 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: