Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
NOTICE AT-A-GLANCE
Project ID
P175846
Project Title
Local Governance and Resilient Communities Project
for the upgrading of the Taiyoh water scheme (catchment protection, extension of supply line and construction of 02 stand taps at Taiyor village)
Request for Quotation (RFQ)
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 TINTO COUNCIL (PROLOG COMMUNITY INVESTMENT SUPPORT GRANT AGREEMENT - TINTO COUNCIL, MANYU DIVISION, SOUTHWEST REGION) to
build community infrastructure.
As part of the agreement, financing for the upgrading of the Taiyoh water scheme (catchment protection, extension of supply line and construction of 02 stand taps at Taiyor
village).
The Mayor of TINTO Council now invites quotations from contractors for the Works described in Annex 1: Works Requirements, attached to this RFQ. As soon as the RFQ is
published, the tender’s file will be made available to all bidders, either at their request to the TINTO Council (Employer) or the PROLOG PMU/RCU.
Fraud and Corruption
The Bank requires compliance with the Bank’s Anti-Corruption Guidelines and its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework, as set forth
in Appendix A to the Contract Conditions.
In further pursuance of this policy, Contractors shall permit and shall cause their agents (where declared or not), subcontractors, subconsultants, service providers, suppliers, and
personnel, to permit the Bank to inspect all accounts, records and other documents relating to the RFQ and Contract performance (in the case of award), and to have them audited by auditors
appointed by the Bank.
Eligible Materials, Equipment and Services
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.
Eligible Contractors
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.
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.
Firms and individuals may be ineligible if so indicated in para.9 below and:
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
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.
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:
Under para. 5 and 8 (a): “none”.
Under para. 5 and 8 (b): “none”
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 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.
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:
are legally and financially autonomous;
operate under commercial law; and
are not under supervision of the Employer.
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:
directly or indirectly controls, is controlled by or is under common control with another Contractor that submitted a Quotation;
receives or has received any direct or indirect subsidy from another Contractor that submitted a Quotation;
has the same legal representative as another Contractor that submitted a Quotation;
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
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
or any of its affiliates has been hired (or is proposed to be hired) by the Employer or Borrower for implementing the Contract; or
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
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.
Performance Security (Not applicable)
The successful company must provide a Performance Bond in accordance with the terms of the contract
Validity of Quotations
The quotations shall be valid until ninety (90) daysafter opening the tenders
Price
The Contractor shall quote its total price in the Contractor’s Quotation Form.
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
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.
The currency(ies) of the Quotation and the currency(ies) of payments shall be the same.
Technical proposal
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 plansigned 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 and the (xi) attestation of
categorization.
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
Any clarification request regarding this RFQ may be sent in writing to
Attention of: The Mayor of TINTO Council
Administration: TINTO Council
Town: TINTO
PO. Box:
Country: Cameroon
Cell phone: (+237) 675786462/677434725
Mail : tanchiekenz24@gmail.com 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) daysEmployer will send a copy of its response to all the Companies, including a description of the request for clarification, but without identifying its source.
Submission of Quotations
Quotations 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:
“Request for Quotations N° 004/ MAYOR/TC/TCITB/GoC-PROLOG Budget 2025 OF 03/09/2025 for the upgrading of the Taiyoh water scheme (catchment protection, extension of supply line and
construction of 02 stand taps at Taiyor village).
NOT TO BE OPENED UNTIL THE COUNTING SESSION”
The deadline for submission of Quotations is the 26/09/2025 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.
The address for submission of Quotations is:
Attention of: The Mayor of TINTO Council
Administration: TINTO Council
Town: TINTO
Located at:
PO. Box:
Country: Cameroon
Cell phone: (+237) 675786462/677434725
Mail : tanchiekenz24@gmail.com copy to leotabeako@minddevel.gov.cm,
e.abdoul2025@minddevel.gov.cm.
Opening of Quotations
The opening of the quotations will take place at the headquarters of the TINTO Council on 26/09/2025at 11 am, local time, in the presence
of the tenderers or their representatives, by the Internal Tender Board.
Evaluation of Quotations
The quotations will be evaluated to determine substantial responsiveness of the technical proposal.
Check that the Letter of Quotation is properly completed, dated and signed with the name and title of the signatory;
Verification that the Unit Price Schedule and Detailed and Quantitative Specifications have been duly completed, dated and signed.
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 RFQ 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
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
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
Foreman
At least HND in electrical power system and proof of training in renewable energies (copy of the diploma)
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.
Checking arithmetic operations, multiplying unit prices by quantities where necessary and using the price in words to make any necessary corrections;
Drawing up a summary table of Quotations based on the amounts corrected for any arithmetical errors, listed in ascending order.
For evaluation and comparison purposes, the currency(ies) of the Quotations 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).
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: “Quotations will be evaluated lot-wise, taking into account discounts offered, if any,
after considering all possible combination of lots”.
Contract Award
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.
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.
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.
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:
TINTO, the 03/09/2025
Signature:
ETCHU Joseph EYONI
Источник закупки
Перейти
Импорт - Экспорт по стране Камерун
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.