THE MAINTEANCE AND REHABILITATION OF SOME STREETS IN TINTO TOWN 7.5km, UPPER BAYANG SUB DIVISION, MANYU DIVISION
The works include the following:
Preparatory works.
Preliminary works.
Earth works.
Drainage.
Displacement of concessionary lines.
The estimated cost after preliminary studies is: 40 000 000FCFA
The works are in one (01) lot
Participation in this invitation is opened to register qualified Contractors of the Republic of Cameroon with financial ability, technical and professional expertise in public works and construction.
This project shall be financed by the relevant credit allocation in the PIB 2026 of the Republic of Cameroon as per the imputation:.
The Tender File may be consulted at the Tinto Council contracts office room 3 within working hours from 7:30am to 3:30pm Tel. 675 78 64 62/ 677 434 725 and in ARMP BUEA as well as in MINMAP MANYU.
The tender file may be acquired from the Tinto Council contracts office room 3 upon presentation of a non-refundable treasury receipt of Sixty thousand (60 000) FCFA bearing the name of the company.
Each offer or bid drafted in English or French in six (06) copies including one (01) original and five (05) copies marked as such in accordance with the prescriptions of the tender file should be submitted against a treasury receipt at the secretariat of the Mayor of Tinto Council not later than 21/04/2026 at 9 a.m. local time on the day of opening and should carry the inscription:
OPEN NATIONAL IVITATION TO TENDER BY EMERGENCY PROCEDURE
N° 003 /ONIT/MAYOR/TC/ITB/BIP2026 OF 19/03/2026
FOR THE MAINTEANCE AND REHABILITATION OF SOME STREETS IN TINTO TOWN 7.5km, UPPER BAYANG SUB DIVISION,
MANYU DIVISION
Name and address of the Contracting Authority: The Lord Mayor Tinto Council.
“To be opened only during the bid-opening session”
The offers or the bids brought after the stipulated deadline shall not be received.
The maximum execution deadline shall be three (03) calendar months, with effect from the date of notification of the service order to start work
Each bidder must include in his administrative documents, a bid bond issued by a first-class banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 12 of the Tender File, of an amount of Eight hundred thousand (800 000) FCFA and valid for ninety (90) days beyond the date of validity of bids.
Under penalty of being rejected, only originals or true copies certified by the issuing service or administrative authorities (Senior Divisional Officer, Divisional Officers) must imperatively be produced 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 to the absence of a bid bond issued by a first-class bank approved by the Minister in charge of Finance.
The opening of bids in one phase shall be done on 21/04/2026 at 10.00 a.m. in the Conference Hall of the Tinto Council by the competent Tender Board.
Only bidders may attend or be duly represented by a person of their choice who has full knowledge of the file.
The evaluation of the bids shall be done in three (03) steps:
⮚ 1st step: Verification of the conformity of the administrative file;
⮚ 2nd step: Evaluation of the technical file;
⮚ 3rd step: Analysis of the financial file.
The Jobbing Order shall be awarded to the bidder whose bid is in conformity to the dispositions of the tender file and on the basis of the lowest bid and technical quality, confer article 33 of the Public Contracts Code. However inconsistent and unrealistic financial offers shall not be accepted
The bidders shall remain committed to their offers during a period of (ninety) 90 days from the deadline set for the submission of bids.
Complementary technical information may be obtained during working hours from the Tinto Council General Secretariat room 5, or at the Technical service, room 03, Tel: 677 424 725/ 675 78 64 62