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.
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.
1. The amount of preliminaries studies is CFA FR 50,000,000 (Fivety million). The Contractor shall quote its total price in the Contractor’s bids Form.
one lot
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.
1. As part of the agreement, financing for the construction of a suspended footpath at the locality of Idabato II, Ndian Division, South-West Region.
1. Any clarification request regarding this ONIT may be sent in writing to
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.
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.012/ONIT/MAYOR OF IDABATO COUNCIL/ICITB/SWR/2025 OF 16/09/2025 for the construction of rain water harvesting system at the locality of Ekeya, Idabato Council, 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.
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.
1. The address for submission of Quotations is:
Attention of: The Mayor of IDABATO Council
Administration: IDABATO Council
Town: IDABATO
Located at:
PO. Box:
Country: Cameroon
Cell phone:
Mail: __________ copy to leotabeako@minddevel.gov.cm, e.abdoul2025@minddevel.gov.cm
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.
1. The execution period for the works is four (04) months
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.
1. 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:
2. 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 ONIT process, if the Contractor:
(a) directly or indirectly controls, is controlled by or is under common control with another Contractor that submitted a bid;
(b) receives or has received any direct or indirect subsidy from another Contractor that submitted a bid;
(c) has the same legal representative as another Contractor that submitted a bid;
(d) has a relationship with another Contractor that submitted a bid, 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 ONIT 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 ONIT 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 ONIT, 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 ONIT or specifications and/or the evaluation of bid, 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 ONIT process and execution of the Contract.
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.
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) Hydrologist |
|
|
At least a Degree in Hydrology or any other equivalent field (copy of the diploma) |
Yes/No |
|
Curriculum Vitae, dated and signed |
Yes/No |
|
Seniority ≥ 2 years in a similar field |
Yes/No |
|
c) 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” |
….. /20 |
Note: Only tenders with a total of 17 “Yes” votes out of 20 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.
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.
1. The bid shall be valid until ninety (90) days after opening the tenders Price
1. The address for submission of Quotations is:
Attention of: The Mayor of IDABATO Council
Administration: IDABATO Council
Town: IDABATO
Located at:
PO. Box:
Country: Cameroon
Cell phone:
Mail: __________ copy to leotabeako@minddevel.gov.cm, e.abdoul2025@minddevel.gov.cm