The Mayor of BANGOU Municipality, Project Owner, is launching a National Open Call for Tenders for the THE REHABILITATION WORKS OF CERTAIN ROADS IN THE BANGOU JUNCTION URBAN CENTRE (SECTION 1: INTER ROU614 - INTER ROU612 WITH INTER ROU612 - MARKET LINK ROAD. SECTION 2: BANGOU JUNCTION GRID/CHESSBOARD LAYOUT) in BANGOU Council in emergency procedure.
· Site installation (Installations) ;
· Cleaning and earthworks (Nettoyage et terrassements) ;
· Sanitation and drainage (Assainissement-drainage)
The estimated cost of these services is 40 000 000 FCFA
The works that are the subject of this Invitation to Tender include one lots
Participation is open on equal terms to all Cameroonian companies established in the Republic of Cameroon and meeting the conditions set out in the Special Regulations of the Invitation to Tender (RPAO), which are provided in Document No. 3 of this Tender File.
NB : An undertaking may submit tenders for both lots, but may not be awarded more than one lot. If the company submits a tender for both lots and is the lowest bidder for both lots, it will be awarded a lot. The choice of the lot will be made in such a way that the best price between the two lots counts.
The works which are the subject of this Invitation to Tender are financed by the BIP 2026
The Tender File may be consulted as soon as this notice is published, during working hours, at the Secretariat General of BANGOU Council
The hard copy of the Tender File may be obtained from the General Secretariat of the Bangou Council, P.O. Box: 04 Bangou, as from the publication of this notice, upon payment of a non-refundable tender fee of 60,000 (Fifty thousand) CFA Francs, payable at the Bangou Municipal Treasury
25/03/2026 at 09:00
The maximum time provided by the Project Owner to carry out the works which are the subject of this Invitation to Tender is tree (03) months , from the notification of the Service Order to start works
Each bidder must include in his/her administrative documents, a bid bond issued by a first class bank approved by the Ministry of Finance, whose list is provided in Document 12 of the Tender File, and amounting 80 000 FCFA.valid for thirty (30) days beyond the deadline for the validity of bids
As per the Special Regulations of the Invitation to Tender, the required administrative documents must be submitted in original copies or copies certified true by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer, …), or else they shall be rejected.
Any incomplete bid, as per the requirements of the Tender File, namely the absence of the bid bond issued by a first-ranked bank approved by the Ministry in charge of Finance or failure to comply with the model documents of the Tender File, shall be declared inadmissible and rejected without any appeal
25/03/2026 at 10:00
a. Eliminatory criteria
The eliminatory criteria set out the minimum conditions to be met in order to be admitted to the evaluation according to the essential criteria. Failure to meet these criteria will result in the rejection of the bid.
These include:
· Absence or non-compliance of a document in the administrative file 48 hours after the bid-opening;
· False declarations or forged documents;
· Absence of the bid bond;
· Incomplete technical offer (absence of items relating to the methodology, organisation and planning);
· Incomplete financial offer (absence of the list of unit prices, a unit price, bill of quantities and cost estimates and sub-detail of prices);
· Absence of a site visit attestation signed by the Project Owner or his/her representative; or a sworn statement signed by the bidder;
· Absence of a of credit line of a 30% (solvency attestation);
· Absence of attestation of categorization(c)
N.B: The bid bond and the banking attestation of the bidder must be produced in original, the other documents in original or certified copies. These administrative support documents must be stamped, date less than three (03) months and conform to the DAO models. Else, they will be rejected.
b. Essential criteria
The criteria relating to the qualification of bidders will relate, on an indicative basis, to:
· Availability of essential materials and equipment (06 criteria);
· Financial situation of the company (04 criteria);
· Acceptance of the conditions of the contract (02 criteria);
· General presentation of the bid (04 criteria).
NB: The evaluation grid is Document 13 of this Tender File.
The Contracting Authority will award the contract to the bidder whose bid has been found to be substantially compliant with the Tender File and who has the technical and financial resources required to perform the contract satisfactorily and whose bid has been evaluated as the lowest, including any discounts offered
Bidders will remain committed to their bids for ninety (90) days from the deadline for submission of bids.
Further information can be obtained during working hours from the Secretariat General of BANGOU Council at the following addresses: BANGOU Council: P. O. Box: 04 BANGOU;