Within the framework of execution of the 2026 Investment Budget of the Bamenda City Council, the City Mayor hereby launches an Open National Invitation to Tender for the maintenance of some tarred roads (Virgin Land – Ntenefor – Mile 3 Nkwen) in Bamenda City.
The works to be executed comprise especially: preliminary works, cleaning and earthworks, the maintenance of potholes and drainage structures, hydraulic structures, the realization of a layer of asphalt on a section of the road, signalization and equipment and all other subjections necessary for the good execution of the works.
The maximum time frame provided for by the Project Owner for the execution of works subject of this invitation to tender is three (3) calendar months. This time frame shall run from the date of notification of the administrative order to commence the services.
The works are in a single phase and regrouped in one lot.
Participation in this invitation to tender is open to all categorized national enterprises specialized in road construction and public works.
The works under this invitation to tender shall be financed by the Bamenda City Council Investment Budget of 2026 financial year, budget head No. 23511.
The hard copy of the file may be consulted free of charge during working hours in the SIGAMP Service of the Bamenda City Council, Tel: 233 36 12 67 / 67785 03 32.
It may equally be consulted online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm on the ARMP website (www.armp.cm).
The hard copy version of the file may be obtained from the SIGAMP Service of Bamenda City Council, Tel: 233 36 12 67 / 67785 03 32 as soon as this notice is published against payment of a non-refundable sum of one hundred and thirty-seven thousand eight hundred (137,800) CFA Francs, payable at the Bamenda City Council Treasury under the budgetary head 712 101.
It is equally possible to obtain the electronic version of the Tender File by downloading it free of charge through the addresses indicated above. However, online submission is subject to the payment of Tender File purchase fees
The bids must be uploaded by the bidder on the COLEPS platform latest on 10/04/2026 at 10am server time. A back-up copy of the tender recorded on a USB key or CD/DVD must be sent in a sealed envelope with the clear and legible indication “back-up copy”, in addition to the above mentioned indication, within the deadline set. The original copy of the administrative file should be sent alongside the back-up copy with the clear and legible indication “original copy of administrative file”.
File size and format
The maximum sizes of the documents that will be uploaded on the platform and constitute the tenderer’s offer are the following:
• 5 MB for the Administrative file;
• 15 MB for the Technical Offer; 5 MB for the Financial Offer.
The following formats are accepted:
• PDF format for text documents; JPEG for images.
The applicant shall make sure that he uses compressing software to possibly reduce the size of the
The maximum time frame provided for by the Project Owner for the execution of works subject of this invitation to tender is three (3) calendar months. This time frame shall run from the date of notification of the administrative order to commence the services.
Each bidder must include in his administrative documents, a hand-endorsed bid bond, issued by a financial body or institution approved by the Minister in charge of finance to issue bonds for public contracts and whose list appears in document 14 of the Tender File (TF), of an amount of five million one hundred and forty-two thousand forty-five (5,142,045) CFA francs, and valid up to thirty (30) days beyond the initial date limit of the validity of bids. ’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 cause 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 tenderer at the bid opening session shall not be accepted. The bid bond should bear a fiscal stamp and be accompanied by a CDEC receipt.
The offer must be submitted by the bidder on the COLEPS platform;
Any incomplete offer in accordance with the prescriptions of the Tender File shall be declared inadmissible. Especially the absence, insufficient or non-compliant of bid bond issued by a financial body or institution approved by the Minister in charge of Finance to issue bonds for public contracts or the failure to comply with the model documents of the Tender File shall lead automatically to the rejection of the bid without any other procedure. A bid bond submitted but not relating to the consultation concerned shall be considered as absent. A bid bond presented by a bidder during the bid opening session shall not be accepted.
The bids shall be opened in single phase and shall take place on 10/04/2026 at 11 am precisely by the Project Owner’s Internal Tenders Board in the Bamenda City Council Internal Tenders Board conference hall located at Mulang.
Only tenderers may attend this opening session or be represented by a person of their choice, duly authorised, even in case of a group of enterprises.
For fear of being rejected, the required administrative documents must be submitted in scanned originals or true copies certified by the issuing service or the relevant administrative authority, in accordance with the provisions of the Special Regulations Governing the Invitation to Tender. They shall not be older than three (3) months from the original deadline for the submission of tenders or must have been issued after the date of signature of the Tender Notice except the attestation of NSIF, which has a validity of one (1) month.
In case of absence or non-conformity of a document in the administrative file during the opening of bids, after a 48 (fortyeight) hours deadline granted by the Board, the file shall be rejected.
The eliminatory criteria include:
• Absence, insufficient or non-compliant 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 four (4) essential criteria out of 6;
• Failure to comply with bids submission method and recommended file format;
• Absence of a quantified unit price in the financial offer;
• Absence of grading (categorisation) certificate or results of categorization;
• Absence of an element in the financial offer (submission, SUP, BQE);
• Absence of integrity charter dated and signed;
• Absence of the dated and signed commitment statement to comply with environmental and social clauses.
15.2 Essential criteria
The essential criteria for the qualification of bidders shall focus especially on:
§ Presentation of bid;
§ Bidder’s references;
§ Financial capacity; (Access to a line of credit or other financial resources, turnover, certificate of financial solvency);
§ Personnel qualification and experience; § Logistics means, § Methodology.
The Project Owner shall award the contract to the bidder whose bid meets the required technical and financial qualification criteria and whose offer was evaluated as the lowest including the rebates proposed as the case may be.
Bidders shall remain committed to their bids for 90 days from the initial deadline set for the submission of bids.
Additional information may be obtained during working hours from the SIGAMP Service of the Bamenda City Council, Tel:
233 36 12 67 / 67785 03 32 or online on the COLEPS platform via http://www.marchespublics.cm and http://www.publiccontracts.cm, or any other electronic communication means indicated by the Project Owner.
20. Fight against corruption and malpractices
For any denunciation of corruption attempt practices, facts or acts, please call the National Anti-Corruption Commission (NACC) on 1517, the Authority in charge of Public Contracts (MINMAP) (SMS or call) on (+237) 673 20 57 25 and 699 37 07 48, the ARMP on……………. or the PO on 233 36 12 67.