The Mayor of BANGEM Council, the Contracting Authority, hereby launches an open national invitation to tender for the construction of REINFORCED CONCRETE DRAINAGE CHANNEL AND BOX CULVERT BANGEM Town, KUPE-MUANENGUBA Division, South West Region. (by emergency procedure)
The works comprise notably:
- Installation and studies,
- Preliminary works,
- Concrete works
Sensitization and management
The cost estimate of the project is Fifty Million (50.000.000) CFA F all taxes included.
Single lot
Participation in this invitation to tender is open to duly legalized Cameroonian enterprises that fulfil the requirements of the invitation to tender.
The works which form the subject of this invitation to tender shall be financed by Public Investment Budget 2026 financial year.
The file may be consulted during working hours at BANGEM Council, Contracts Award Service as soon as this notice is published.
The file may be obtained from BANGEM Council, Service for award of contracts as soon as this notice is published against payment of the sum of one hundred thousand (60,000) CFA francs, payable at BANGEM Council Treasury.
Each bid drafted in English or French in seven (7) copies including the original and six (6) copies marked as such, should reach BANGEM Council, Contracts Award Service not later than 27/03/2026 at 10 a.m. o’clock and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER No.002/ONIT/BANGEM COUNCIL/BCITB/KMD/SWR.PIB/2026 OF 26/02/2026 FOR THE CONSTRUCTION OF REINFORCED CONCRETE DRAINAGE CHANNEL AND BOX CULVERT IN BANGEM TOWN, KUPE-MUANENGUBA DIVISION, SOUTH WEST REGION.
(BY EMERGENCY PROCEDURE)
“To be opened only during the bid-opening session”
The maximum duration provided by the Project Owner for the execution of the works forming the subject of this invitation to tender is four (04) months.
Each bidder must include in his administrative documents, a bid bond issued by a first-rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 14 of the Tender File, of an amount of One Million (1.000.000) CFA Francs and valid for thirty (30) days beyond the initial date limit of validity of bids.
The bid bond provide in accordance with the Circular Letter No. 000019/LC/MINMAP of 5thof June 2024 relating to the modalities of constitution, deposit, conservation, restitution and withdrawal of bond on public contracts.
The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall lead to the immediate rejection of the offer. A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a Bidder at the bid opening session shall not be accepted.
Each bid drafted in English or French in seven (7) copies including the original and six (6) copies marked as such, should reach BANGEM Council, Contracts Award Service not later than 27/03/2026 at 10 a.m. o’clock and should carry the inscription:
OPEN NATIONAL INVITATION TO TENDER No.002/ONIT/BANGEM COUNCIL/BCITB/KMD/SWR.PIB/2026 OF 26/02/2026 FOR THE CONSTRUCTION OF REINFORCED CONCRETE DRAINAGE CHANNEL AND BOX CULVERT IN BANGEM TOWN, KUPE-MUANENGUBA DIVISION, SOUTH WEST REGION.
(BY EMERGENCY PROCEDURE)
“To be opened only during the bid-opening session”
The bids shall be opened in a single phase on the 27/03/2026 at 12 a.m. o’clock local time by the BANGEM Council Internal Tenders Board in the BANGEM Council Tenders Board Office
The eliminatory criteria are the following:
- Absence of bid bond at the opening of bids;
- Failure to submit, beyond the 48(forty-eight) hours deadline after the opening of bids, a document of the administrative file deemed non-compliant or absent (except the bid bond);
- False declarations, fraudulent schemes or forged documents;
- Failure to comply with 70% essential criteria (70% referring to the qualification threshold of technical bids);
- Absence of the sworn statement for not having abandoned contracts during the last three years;
- Failure to comply with bids file format;
- Absence of a quantified unit price in the financial offer;
- Absence of own or hired minimum equipment;
- Absence of a site engineer as technical staff;
- Absence of an element in the financial offer (submission, Bill of quantities and cost estimate, Schedule of Unit Prices, Sub-detail of Unit Price);
- Absence of integrity charter dated and signed;
- Absence of the dated and signed commitment statement to comply with environmental and social clauses.
i. Essential criteria
The criteria relating to the qualification of candidates are the following:
- Financial situation 02 criteria
- Experience 02 criteria
- Personnel 21 criteria
- Equipment 05 criteria
- Technical proposal (methodology and planning of execution) 05 criteria
Total 37 criteria
N.B.: Non-respect of least at 70% of essential criteria shall entail rejection of the bid.
The contract shall be awarded to lowest bidder fulfilling the best technical and financial conditions.
Bidders will remain committed to their bids for ninety (90) days from the initial deadline set for the submission of bids.
Complementary information may be obtained during working hours from BANGEM Council, Contracts Award Service, Tel. 677641497/679683528.