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 the North-West Regional Assembly Council to build community and inter-communal infrastructure. To this end, the North West Regional Assembly intends to use part of the sums granted under this agreement to make the payments provided for under the contract relating to the Control Mission for the construction of Climate-resilient Healthcare through strengthening infrastructure, security, and sustainability at Ndop District Hospital North West Region.
The consulting services (“the Services”) include Control Mission for the construction of Climate-resilient Healthcare through strengthening infrastructure, security, and sustainability at Ndop District Hospital North West Region. This mission will be carried out over a period of four (04) months from notification of the service order to start the services, etc. ensuring full consistency with the TOR attached or referred to in this REOI.
The Terms of Reference (TOR) for the primary procurement stage for the assignment [insert one of the following:
are attached to this request for expressions of interest.
The North-West Regional Assembly now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:
1- The consultant must be an organization with a recognized legal existence within the meaning of Law No. 90/053 of December 19, 1990, on freedom of association in Cameroon, or a design office (usual administrative and tax file and grouping act, if applicable)
2- General experience in works contracts: Have at least five (5) years of proven experience in carrying out project management for building construction work
3- General experience in supply contracts: Have at least five (5) years of proven experience in carrying out project management for supplies
4- Specific experience: Have at least one (01) proven experience in similar activities.
NB: - Valid references must be justified by a copy of the first page of the contract, the signature page of the contract and the validation report of the final report/certificate of service provided or any other document attesting to the execution of the contract.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” February 2025 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
1. This Letter of Invitation is addressed to the following shortlisted Consultants of the type Civil Society Organization (CSO), Non-Governmental Organization (NGO), and Association, whose names appear below:
Table 1: Shortlisted Consultants
N° |
FIRMS NAME |
CONTACT |
|
ETS JUBUS CONSTRUCTION. |
PO Box 5082 Nkwen. Tel: 677 356 594 |
|
KAPLAN ENGINEERING. |
BP 5082 Tel: 674 574 568 |
|
GOLDEN TOUCH COMPANY LTD |
BP 787 BAMENDA. TEL: 673 048 129 |
|
CJ Construction Enterprise |
BP 1183 Bamenda. Tel 675 205 230 |
|
Ets LANDMARK |
P O BOX 424 BAMENDA 676 440 172 |
2. It is not permitted to transfer this Letter of Invitation to another firm. However, a Consultant on the shortlist who believes they can enhance the necessary expertise for the mission by associating with one or more consultants, either in the form of a consortium or subcontracting, may do so with:
· Consultant(s) not on the shortlist, or
· Consultant(s) on the shortlist.
In both cases, a Consultant on the shortlist must obtain the Client's approval before submitting their Proposal in association.
World Bank
North-West Regional Assembly Building Block A Annex, Director of General Affairs Office, Cell Phone :677 846 453, PO BOX : 5127 Bamenda; email : dga@nwra.cm copy to info@nwra.cm and akondiholy@gmail.com and inspect the bidding document during office hours, Monday to Friday between 9am and 3pm (GMT+1).
North-West Regional Assembly Building Block A Annex, Director of General Affairs Office, Cell Phone :677 846 453, PO BOX : 5127 Bamenda; email : dga@nwra.cm copy to info@nwra.cm and akondiholy@gmail.com and inspect the bidding document during office hours, Monday to Friday between 9am and 3pm (GMT+1).
Expressions of interest must be delivered in a written form to the address below North-West Regional Assembly Building Block A Annex, Director of General Affairs Office, Cell Phone : 233 360 081/677 846 453, PO BOX : 5127 Bamenda; email : dga@nwra.cm copy to info@nwra.cm and akondiholy@gmail.com, no later than 27 JUIN 2025 at 10AM.
This mission will be carried out over a period of four (04) months from notification of the service order to start the services
Table 1: Shortlisted Consultants
N° |
FIRMS NAME |
CONTACT |
|
ETS JUBUS CONSTRUCTION. |
PO Box 5082 Nkwen. Tel: 677 356 594 |
|
KAPLAN ENGINEERING. |
BP 5082 Tel: 674 574 568 |
|
GOLDEN TOUCH COMPANY LTD |
BP 787 BAMENDA. TEL: 673 048 129 |
|
CJ Construction Enterprise |
BP 1183 Bamenda. Tel 675 205 230 |
|
Ets LANDMARK |
P O BOX 424 BAMENDA 676 440 172 |
2. It is not permitted to transfer this Letter of Invitation to another firm. However, a Consultant on the shortlist who believes they can enhance the necessary expertise for the mission by associating with one or more consultants, either in the form of a consortium or subcontracting, may do so with:
· Consultant(s) not on the shortlist, or
· Consultant(s) on the shortlist.
In both cases, a Consultant on the shortlist must obtain the Client's approval before submitting their Proposal in association.
The Selection Method Based on the Consultant's Qualifications as defined in paragraphs 7.11, 7.12 of the ‘Procurement Regulations for Borrowers Seeking Investment Project Finance (IPF)’, February 2025, will be applied. An expression of interest is requested in the following format:
a. Number of copies of the file: one (01) original, four (04) copies, and a USB key containing the digital version of the file.
b. Content of the file:
i. A letter of expression of interest addressed to the President of North-West Regional Assembly;
ii. The usual up-to-date administrative and tax file;
iii. Proof of the consultant's experience in the field of the assignment (copy of the first page, the signature page of the contracts and the certificate of service rendered/receipt report or any other equivalent document);
iv. Curricula vitae (giving details of the experts' experience in terms of years and months) and a copy of the required diploma;
v. A USB key containing the electronic version of the expression of interest file; and
vi. The elements prescribed in points 6.1 and 6.2 of the Terms of Reference (consultant profile).
The Selection Method Based on the Consultant's Qualifications as defined in paragraphs 7.11, 7.12 of the ‘Procurement Regulations for Borrowers Seeking Investment Project Finance (IPF)’, February 2025, will be applied. An expression of interest is requested in the following format:
Further information can be obtained at the North-West Regional Assembly Building Block A Annex, Director of General Affairs Office, Cell Phone :677 846 453, PO BOX : 5127 Bamenda; email : dga@nwra.cm copy to info@nwra.cm and akondiholy@gmail.com and inspect the bidding document during office hours, Monday to Friday between 9am and 3pm (GMT+1).