Within the framework of the execution of the 2025 Public Investment Budget for the state of Cameroon assigned to the North West Regional Assembly, the President of the
North West Regional Assembly, (Contracting Authority), hereby launches, an Open National Invitation to Tender
The services are divided in two (02) lots.
FOR THE PROVISION OF VEHICLE INSURANCE AND HEALTH INSURANCE COVERAGE, TO THE REGIONAL EXECUTIVE COUNCIL MEMBERS, REGIONAL COUNCILLORS AND PERSONNEL OF THE NORTH WEST RGIONAL ASSEMBLY.
The description of these services is detailed in the Terms of Reference of the Tender File.
LOT |
INSURANCE POLICY |
COST |
LOT 1 |
Provision of Vehicle Insurance for 13 vehicles |
12,000,000 |
LOT 2 |
Provision of insurance coverage to REC Members, Regional Councilors and personnel of the NWRA |
61,500,000 |
|
Total |
73,500,000 |
LOT |
INSURANCE POLICY |
LOT 1 |
Provision of Vehicle Insurance for 13 vehicles |
LOT 2 |
Provision of insurance coverage to REC Members, Regional Councilors and personnel of the NWRA |
A company can bid for the two lots and can be awarded only one lot.
An insurance company may bid for the project, the bidder who has the best bid in his technical and financial file, the Contracting Authority shall award it to him following its list of preference indicated in the financial bid. A company can bid for the two lots but cannot be awarded the two lots
Participation in this invitation to tender is reserved for Insurance Companies registered in Cameroon, fulfilling the conditions provided for by regulations in force in Member States of the Inter-African Insurance Market (CIMA).
The management of the insurance policy (ies) of this invitation to tender shall be ensured by ______________________ (Not applicable)
NB: The Project Owner is bound to specify within the context of this tender file if he intends to have his policies managed by a broker. In this case, the broker shall be remunerated by the insurer, in accordance with the regulations in force in the insurance sector.
The services which form the subject of this invitation to tender shall be financed by PIB 2025 financial year assigned to the North West Regional Assembly, budget head No. 670 107.
The file may be consulted during working hours at the Services of the Director of General Affairs of the North West Regional ASSEMBLY (Tel N° 233360092) or online using the address www.marchepubliques.cm as soon as this notice is published.
The file may be obtained at the Services of the Director of General Affairs of the North West
Regional ASSEMBLY (Tel N° 233360092) or online using the address www.marchepubliques.cm .as soon as this notice is published against payment of the non-refundable sum of Eighty-one thousand and one hundred (81,100) CFA francs at the North West Regional Assembly Treasury.
Each bid drafted in English or French in seven (7) copies including the original and six (6) copies marked as such, should reach at the Services of the Director of General Affairs of the North West Regional ASSEMBLY (Tel N° 233360092) or online using the address www.marchepubliques.cm not later than …28/02/ /2025 at 10;00am and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER N°…ONIT/NWRA/NWRAITB/2025
OF THE 07/02/2025 FOR THE PROVISION OF VEHICLE INSURANCE AND HEALTH INSURANCE COVERAGE, TO THE EXECUTIVE, REGIONAL
COUNCILLORS AND STAFF IN THE NORTH WEST RGIONAL ASSEMBLY (By Emergency Procedure)
“To be opened only during the bid-opening session”
Financing: B.I.P 2025 assigned to the North West Regional Assembly
The execution period shall be Twelve (12) Months and shall concern One Hundred and Fifty (150) persons and thirteen (13) vehicles
LOT |
INSURANCE POLICY |
COST |
Bid Bond |
LOT 1 |
Provision of Vehicle Insurance for 13 vehicles |
12,000,000 |
240,000 |
LOT 2 |
Provision of insurance coverage to REC Members, Regional Councilors and personnel of the NWRA |
61,500,000 |
1,230,000 |
Subject to being rejected, each bidder must include in its administrative documents, a bid bond issued by a first-rate banking or insurance establishment approved by the Ministry in charge of finance and whose list is found in document No. 11 of the Tender File, valid for thirty (30) days beyond the date of validity of bids.
The other administrative documents must imperatively be only originals or true copies certified by the issuing service or administrative authorities (Governor, Senior Divisional Officer, Divisional Officers) in accordance with the Special Regulations of the invitation to tender. They must obligatorily be not older than three (3) months preceding the date of submission of bids or may be established after the signature of the tender notice
Any bid not in compliance with the prescriptions of the Tender File shall be declared inadmissible. This refers especially the absence of a bid bond issued by a first-rate banking or insurance establishment approved by the Minister in charge of Finance.
The opening of the administrative file and the technical bid shall take place on___28/02/ at 11;00am o’clock by the Regional Assembly Internal Tenders Board at the conference hall of the annex building situated at up station opposite the motor park.
The opening of the financial bids shall take place on __28/02/2025_at 11;00am o’clock local time by the same Tenders Board on a later date. Only bidders may attend or be represented by a duly mandated person who has a perfect mastery of the file.
11. Evaluation criteria
The aim of these criteria is to identify and reject incomplete bids or bids not in compliance with the essential conditions laid down in the Tender File relating especially to admissibility of administrative documents, compliance of the technical bid with the terms of reference in the Tender File and the qualification of candidates.
11.1 Eliminatory criteria
The eliminatory criteria of this tender are the following:
- Absence or non-conformity of an element in the administrative file non regularized within 48 hours after opening of bids;
- Execution deadline lower than prescribed in the Tender File;
- Incomplete financial file;
- Suspended by MINMAP for 2025 financial year
- False declarations or forged documents;
- Absence of bid bond;
- Absence of the accreditation to perform the insurance profession;
- Technical score less than 75 out of 100 points;
- Presence of financial information in the technical bid;
- Submission of insufficient number of bids or the lake of the original copy of bids.
- Non respect of the method of separating the financial offer from administrative and technical offers;
- Non separation of the Reference Financial offer from the financial offer (See Art. 91 of Circular No 00001/PR/MINMAP/CAB of 25/14/2022 on the text of application of the Public Contracts Code)
11.2 Essential criteria
These criteria are the fundamental or key ones that will help to judge the financial and technical capacity of candidates to execute the services forming the subject of the tender. They should be determined depending on the nature and content of the services to be provided
The technical bids will be evaluated over one hundred (100) marks according to the following criteria:
Criteria |
Scoring (points) |
General presentation of bid |
5 |
Bidder’s References in similar risks during the last five years (attach the first and the last pages of the contract) |
15 |
Detailed description of guarantees offered |
10 |
Modalities for putting the guarantee into action |
10 |
Representation in the territory |
10 |
Coverage of regulated commitments |
10 |
Coverage of the solvency margin |
10 |
Disaster payment rate in the similar branch during the last five years. |
10 |
Reassurance treaties in the similar branch currently valid |
10 |
Facilities granted |
10 |
|
100 |
Evaluation criteria and essential sub criteria, for each lot, are detailed in the Special Regulations of the tender.
12. Selection method of the insurer
The insurer to be chosen shall be the one with the best bid.
Maximum number of lots
An insurance company may bid for the project, the bidder who has the best bid in his technical and financial file, the Contracting Authority shall award it to him following its list of preference indicated in the financial bid. A company can bid for the two lots but cannot be awarded the two lots
N/A
Bidders shall remain committed by their bid for ninety (90) days with effect from the date of submission of bid
Complementary information may be obtained during working hours from Services of the Director of General Affairs of the North West Regional ASSEMBLY (Tel N° 673007649/233360092)