Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 03-10-2025 à 09:59
Support : support@armp.cm Plateforme : pridesoft@armp.cm
COMMUNE DE BAMENDA 3E
Bamenda III Council Internal tenders Board  Request for Quotations No. 001/RFQ/BIIIC/BIIICITB/MINDDEVEL/PROLOG/NWR/2025 OF 30/09/2025 FOR THE CONSTRUCTION OF A WATER CATCHMENT (TANK AND SUPPLY TO COMMUNITIES INCLUSIVE) AT NTAMBANG IN BAMENDA III SUBDIVISION, MEZAM DIVISION OF THE NORTH WEST REGION. Project Name: Local Governance and Resilient Communities Project (PROLOG) Project Owner: Mayor of Bamenda III Council Country: Cameroon Funding: IDA No. 72130– CM STEP Contract Reference No.:  Issued on:
Source de financement
INTERNATIONAL DEVELOPPEMENT AGENCY(IDA)
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)

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.Participation et origine New(Additif)

     Bids must NOT be accompanied by a bid guarantee issued by a first-class bank or a Non-banking establishment approved by the Ministry of Finance. However, a guarantee retention of 10% of the total cost of project is required.

4.Financement New(Additif)

IDA No. 72130– CM

5.Consultation du Dossier New(Additif)

Invited eligible Bidders may obtain further information from Bamenda III Council, Cell Phone : 677 665 180 PO BOX: 5012 Bamenda; 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 III Council or the PROLOG PMU/RCU or via the internet link indicated in the invitation to tender.

The Tender file is obtained free of charge at the Bamenda III Council.

7.Remises des offres New(Additif)

Tenders must be delivered to the Bamenda III Council, Cell Phone: +237 677 665 180, PO BOX: 5012 Bamenda, no later than 22/10/2025 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 No. 001/RFQ/BIIIC/BIIICITB/MINDDEVEL/PROLOG/NWR/2025 OF 30/09/2025 FOR THE CONSTRUCTION OF A WATER CATCHMENT (TANK AND SUPPLY TO COMMUNITIES INCLUSIVE) AT NTAMBANG IN BAMENDA III SUBDIVISION, MEZAM DIVISION OF THE NORTH WEST REGION.

8.Delai de Livraison New(Additif)

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

9.Ouverture des Plis New(Additif)

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

10.Critères d'évaluation New(Additif)

1.      25. 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

ADMINISTRATIVE BID

No.

DESCRIPTION

YES

NO

1.       

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

 

 

2.       

A certified copy of business license valid and less than 3 months

 

 

3.       

An attestation of non-bankruptcy issued by the court

 

 

4.       

Tax clearance certificate certifying that the bidder has made the required tax declarations within the last 90 days

 

 

5.       

Certificate of non-exclusion from public contract

 

 

6.       

CNPS Certificate dated less than three months

 

 

7.       

Categorization certificate of contractor

 

 

8.       

Attestation of bank account of bidder issued by a bank or any other first order credit institution approved by the ministry in charge of finance

 

 

9.       

Attestation of tax payers registration

 

 

10.   

Site visit certificate and report signed on honor by the tenderer

 

 

11.   

A grouping agreement signed by a notary if necessary (in case of a grouping)

 

 

12.   

CCTP dully initialled on each page signed and dated on the last page by the enterprise

 

 

 

Total

 

 

Note: All 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.

 

TECHNICAL BID

Description

NOTATION

1

Presentation of the offer

 

1.Documents spirally bound

Yes/No

2.Table of content page

Yes/No

3.Colour sheets separation

Yes/No

4.Page numbering

Yes/No

5.Neatness and clarity of documents

Yes/No

6.Presentation of documents in the order given in this Tender

Yes/No

2

References of the company in similar projects

 

7.List of references for the last 5 years (dates)

Yes/No

8.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

 

9.Works director ; At least a Bachelors degree in civil engineering or Rural engineering with at least five year of experience

Yes/No

10.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:

·         CV signed by the candidate

·         Certified copy of the Technical Diploma/Certificate

·         An Attestation of Presentation of the Originals of the Technical Diploma/Certificate

·          An Attestation of Availability signed by the candidate

·         A Certified copy  Identity Card.

 

 

11. List of other personnel related to the task

Yes/No

 

 

4

Logistics (Equipment put aside for this project)

 

12.Prove of ownership or rental of a pick-up

Yes/No

13.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

 

14.Detailed technical note concerning the organization of the work

Yes/No

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

Yes/No

16.Detailed work schedule with deadlines ≤ ninety days  (90) days

Yes/No

7

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

Yes/No

8

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

Yes/No

 

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

Yes/No

9

20.Site visit report

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

Yes/No

 

Total

….. /15

NB: Only bids with a total of at least 15 out of 20 Yes points 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)

1.      Quotations will be valid for up to ninety (90) calendar days after the opening of the bids.

Price

2.       The contractor must indicate the total price in the form entitled “Contractor Quotation”

 

3.      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

Option 2- Lump-Sum contracts

4.      The Contractor shall also fill in a breakdown of its lump-sum price in the attached Activity Schedules. 

The quoted price 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.]

5.      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: Francs CFA.

6.      The currency(ies) of the Quotation and the currency(ies) of payments shall be the same.

13.Renseignements Complémentaires New(Additif)

Tenders must be delivered to the Bamenda III Council, Cell Phone: +237 677 665 180, PO BOX: 5012 Bamenda, no later than 22/10/2025 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 No. 001/RFQ/BIIIC/BIIICITB/MINDDEVEL/PROLOG/NWR/2025 OF 30/09/2025 FOR THE CONSTRUCTION OF A WATER CATCHMENT (TANK AND SUPPLY TO COMMUNITIES INCLUSIVE) AT NTAMBANG IN BAMENDA III SUBDIVISION, MEZAM DIVISION OF THE NORTH WEST REGION.

 

NOT TO BE OPENED UNTIL THE COUNTING SESSION”

BAMENDA Le 30-09-2025
Le MAYOR
FONGU CLETUS