In connection with the aforementioned works, the Mayor of the municipality of Bangangté, the Contracting Authority, is launching, on behalf of the Bangangté Town Hall, an Open National Invitation to Tender under an emergency procedure for the execution of the above-mentioned works in two lots.
The work includes, in particular:
For Lot 1:
• Preliminary work;
• Standalone solar streetlights;
• Transport and handling.
For Lot 2:
• Rehabilitation of streetlights;
• Supply of maintenance/repair equipment
The estimated total cost of the project, including VAT, following the preliminary studies, is:
For Lot 1: 34,000,000 CFA francs.
For Lot 2: 10,000,000 CFA francs.
Participation in this tender is open to all Cameroonian small and medium-sized enterprises (SMEs) with expertise in the field of street lighting
The works covered by this invitation to tender are financed by the BIP MINDDEVEL 2026
The physical documents may be consulted free of charge at the offices of the Contracting Authority during business hours at Bangangté Town Hall, Procurement Department, telephone 675 16 93 99/695 98 36 46, from the date of publication of this notice
The physical version of the tender documents may be obtained during business hours at Bangangté Town Hall, Procurement Department, from the date of publication of this invitation to tender, upon payment of a non-refundable fee of 50,000 (Fifty Thousand) FCFA to the Bangangté Municipal Treasury, representing the cost of purchasing the tender documents.
It is also possible to obtain the electronic version of the documents by free download from the ARMP official website. However, submission is conditional upon payment of the cost of purchasing the tender documents
23/03/2026 at 10:00
The maximum timeframe set by the Contracting Authority for the completion of the works covered by this tender is four (4) calendar months for Lot 1 and three (3) months for Lot 2. This timeframe begins from the date of notification of the work order to commence services
Each bidder must include with their administrative documents a bid security, paid by hand, issued by an organization or financial institution authorized by the Minister of Finance to issue guarantees in the field of public procurement (see the list in document 14 of the tender documents). The amount of the security is: 170,000 (one hundred and seventy thousand) CFA francs for Lot 1 and 50,000 (fifty thousand) CFA francs for Lot 2, and valid for thirty (30) days beyond the initial bid validity date.
Under penalty of rejection, the bid bond must be submitted in original form, handwritten and paid for, dated within the last three (3) months, and prepared according to the model indicated in the Tender Documents by a financial institution authorized by the Minister of Finance to issue bonds for Public Procurement. Its absence will result in the outright rejection of the bid. A bid bond submitted but unrelated to the tender in question will be considered invalid.
A bid bond submitted by a bidder during the bid opening session is inadmissible.
The bid bond will be valid upon receipt of the deposit at the CDEC (Commission for the Development of Public Procurement).
Administrative documents, the technical offer, and the financial offer must be placed in separate, sealed envelopes. The following will be deemed inadmissible by the Contracting Authority:
• Envelopes bearing information about the bidder's identity;
• Envelopes received after the submission deadline;
• Envelopes without identifying the Invitation to Tender;
• Failure to comply with the number of copies specified in the Invitation to Tender or submissions made only in copies;
Any incomplete offer, in accordance with the requirements of the Invitation to Tender, will be declared inadmissible. In particular, the absence of a bid security issued by an organization or financial institution authorized by the Minister of Finance to issue guarantees in the field of public procurement, or failure to comply with the document templates in the Invitation to Tender, will result in the outright rejection of the offer without recourse. A bid security submitted but unrelated to the tender in question will be considered invalid. A bid security submitted by a bidder during the bid opening session will be rejected
23/03/2026 at 11:00
1 Elimination Criteria
These include:
▪ The absence of the bid security or its presentation during the bid opening;
▪ Failure to submit, within 48 hours of the bid opening, a document in the administrative file deemed non-conforming or missing at the time of the bid opening (except for the bid security);
▪ False statements, fraudulent maneuvers, or falsified documents;
▪ Failure to meet 70% of the essential criteria of the technical offer;
• The absence of a quantified unit price in the Financial Offer;
• The absence of ownership or lease of minimum equipment (to be specified by the Contracting Authority);
• Being listed among the companies suspended by the Public Procurement Authority;
• The absence of any element of the financial offer (the bid, the unit price schedule, the bill of quantities);
• The absence of a dated and signed integrity charter;
• The absence of a dated and signed declaration of commitment to respect environmental and social clauses;
• The absence of the CDEC receipt accompanying the bid bond.
2. Essential Criteria
The essential criteria for qualifying bidders will relate to:
▪ the presentation of the offer;
▪ the bidder's references;
▪ financial capacity (access to a line of credit or other financial resources, turnover, proof of financial solvency);
▪ the qualifications and experience of the staff;
▪ logistical resources
▪ the execution methodology
The Contracting Authority will award the contract to the bidder whose offer meets the required technical and financial qualification criteria and whose offer is evaluated as the lowest, including any proposed discounts
Bidders remain bound by their bids for 90 days from the initial deadline for submitting bids
Additional information can be obtained during business hours from the Bangangté Town Hall, Procurement Department, Tel: 675 16 93 99 / 695 98 36 46