Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 17-09-2025 à 11:25
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE IDABATO
OPEN NATIONAL INVITATION TO TENDER No. 011/ONIT/MAYOR OF IDABATO COUNCIL/ICITB/SWR/2025 OF 16/09/2025 FOR THE CONSTRUCTION OF A SUSPENDED FOOTPATH AT THE LOCALITY OF IDABATO II, NDIAN DIVISION, SOUTH-WEST REGION EMERGENCY PROCEDURE
Source de financement
BUDGET INVESTISSEMENT PUBLIC(BIP)
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 IDABATO COUNCIL (PROLOG COMMUNITY INVESTMENT SUPPORT GRANT AGREEMENT - IDABATO COUNCIL, NDIAN DIVISION, SOUTHWEST REGION) to build community infrastructure.

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.  

3.Cout Prévisionnel New(Additif)

1.      The amount of preliminaries studies is CFA FR 29,535,615 (twenty nine million five hundred and thirty five thousand six hundred and fifteen fr cfa).  The Contractor shall quote its total price in the Contractor’s bids Form.

4.Allotissement New(Additif)

one lot

5.Participation et origine New(Additif)

1.      The Contractor shall also fill in its rates and prices for all items of the Works described in the attached Bill of Quantities.  Items against which no rate or price is entered by the Contractor will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

The rates and prices shall include all duties, taxes, and other levies payable by the Contractor under the Contract, as of the date 7 (seven) days prior to the deadline for submission of quotations

2.      A Contractor expecting to incur expenditures in other currencies for inputs to the Works supplied from outside the Employer’s Country and wishing to be paid accordingly, shall indicate a foreign currency of its choice in addition to the local currency in CFA Francs XAF.

6.Financement New(Additif)

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

7.Consultation du Dossier New(Additif)

1.      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.

Other: The Service Provider shall also produce an administrative file consisting of original documents or copies certified true by the issuing departments and consisting of the following valid items: (i) Trade Register; (ii) Certificate of tax compliance, (iii) Location plan signed on honor indicating the council of the tenderer; (iv) Certificate of non-bankruptcy; (v) Certificate of non-exclusion from public contracts; (vi) Tender certificate issued by the CNPS; (vii) Tax registration certificate; (viii) Bank domiciliation certificate; (ix) Site visit certificate and report signed on honor by the tenderer; (x) Receipt of purchase of the RFQ.

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.

In addition, bidders will be given 48 hours in which to compete.

Clarifications

For institutions located in the project owner's country:

The list of banks and first-rate financial institutions approved by the Minister of Finance and authorized to issue sureties is attached at the end of the Tender File.

Note : The absence or non-conformity of the guarantee of the offer is eliminatory

8.Acquisition du Dossier New(Additif)

All bbids will be accepted only they present a receipt for payement of fifty thousand (50,000) CFA francs non refundable to the treasury of the Idabato council

9.Remises des offres New(Additif)

1.      bids 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:

 

“Open National Invitation to Tender No.011/ONIT/MAYOR OF IDABATO COUNCIL/ICITB/SWR/2025 OF 16/09/25  for the construction of a suspended footpath at the locality of Idabato II, Ndian Division, South-West Region.

 

NOT TO BE OPENED UNTIL THE COUNTING SESSION”

 

2.      The deadline for submission of bids is the 22/10/2025 at 10 am.

10.Delai de Livraison New(Additif)

1.      The execution period for the works is four (04) months

11.Cautionnement Provisoire New(Additif)

1.      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 bid 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.

2.      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.Recevabilité des Offres 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 ONIT 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”

13.Ouverture des Plis New(Additif)

1.      The opening of the quotations will take place at the headquarters of the IDABATO Council on 22/10/2025 at 11 am, local time, in the presence of the tenderers or their representatives, by the Internal Tender Board.

14.Critères d'évaluation New(Additif)

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

ü  Check that the Letter of Bids 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 ONIT 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 Master Civil engineer (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

 

Higher Technician HND in Civil Engineering or equivalent

Yes/No

Curriculum Vitae, 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 Bids based on the amounts corrected for any arithmetical errors, listed in ascending order.

 

2.      For evaluation and comparison purposes, the currency(ies) of the Bids shall be converted into a single currency. The currency that shall be used for comparison purposes to convert at the selling exchange rate offered prices expressed in various currencies into a single currency is: CFA Francs (XAF). The source of exchange rate shall be: Banque des Etats de l'Afrique Centrale (BEAC). The date for the exchange rate shall be: twenty-eight (28) days before the tender submission date.

(Note: If the reference currency is not quoted on this date, the exchange rate will be that of the last previous quoted day).

3.      For technically compliant quotations, the total evaluated prices, excluding provisional sums and any provision for contingencies but including day works where priced competitively, will be compared to determine the lowest evaluated price/s.

(Not applicable) [Insert the following if there are multiple lots: Bids will be evaluated lot-wise, taking into account discounts offered, if any, after considering all possible combination of lots”.

15.Attribution New(Additif)

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

28.  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.

29.  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 Bids was not determined to be successful.  The Employer will address this request within a reasonable time.

30.  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.

16.Durée Validité des Offres New(Additif)

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

Price

17.Renseignements Complémentaires New(Additif)

Attention of:               The Mayor of IDABATO Council

Administration:          IDABATO Council

Town:                         IDABATO

PO. Box:

Country:                     Cameroon

Cell phone:

Mail :                           ________________ copy to leotabeako@minddevel.gov.cm, e.abdoul2025@minddevel.gov.cm.

The deadline for receipt of requests for clarification, expressed as a number of days before the deadline for submission of tenders, is seven (07) days Employer will send a copy of its response to all the Companies, including a description of the request for clarification, but without identifying its source.

MUDEMBA Le 16-09-2025
Le MAYOR
BALOMOTH ÉPSE NGAH Marie Thérèse