The Governor of the West Region, contracting authority, launches on behalf of west Regional Delegate of Publics Works, project owner, an Opened National Invitation to tender for project manager of the execution of the road development works using hydraulique road binder on sections: 1-Bilingual high school crossroads· Ngui Goverment School crossroads· Lisbonne chiefdom
The services to be petformed include:
• Mission 1: Directorate for the Execution of Works Contracts (DET);
• Mission 2: Scheduling, management and coordination of construction sites (OPC);
• Mission 3: Assistance during reception operations (AOR).
The holder's services are defined in more detail in the terms of reference.
The estimated cost of this service at the end of the preliminary studies is 17 ,000,000(Seventeen million) FCFA including Taxes.
The work is divided into a single lot.
Participation is opened to all companies on equal terms.
The works, which are the subject of this Call for Tenders, are financed by the Publics works Budget, FISCAL YEAR 2025.
The physical tender file can be consulted and obtained during working hours at the West Governor's services door 114 as soon as this notice is published, or on the COLEPS platformhttp://www.marchespublics.cm et http://www.publiccontracts.cmagainst payment of a non-refundable sum of 29 200 (Twenty-nine thousand two hundred)CFA francs payable to the West Public Treasury.
Payment of a non-refundable sum of 29 200 (Twenty-nine thousand two hundred)CFA francs payable to the West Public Treasury.
The bidder's offer written in French or English must pe-'ubmltt~_qn the COLEPS platform: http:J/www.marchespublics.cmlatest on the 25 Août 2025 at 10 am
The time limit for the execution of the services is seven (07) months, including six (06) months for the control of the works and one (01) month for the drafting of the final report after the provisional acceptance. These periods run from the date of notification of the service order prescribing the start of the performance of the services
Under penalty of rejection, each bidder must attach to its administrative documents, a bid deposit, paid by hand, established by a first-rate bank approved by the Ministry of Finance and listed in Exhibit 12 of the Consultation
file for an amount equal to 340,000(Three hundred and forty thousand) Cf A francs, valid for thirty (30) days, beyond the deadline for the validity of the offers.
Under pain of rejection, the administrative documents required, must be produced in originals or true copies certified by the issuing service or an administrative authority (Senior Divisional Officer, Divisional Officer. .. ) in accordance with the Special Conditions of the invitation to tender.
They must not be older than three preceding (3) months the original date of submission of bids or must not be produced after the signing of the tender notice.
Bids shall be opened in two phases, Administrative and technical files shall be opened on the 2 5 AOUJ 2025 at 11 a.m. by the West Regional Tender Board located at the west Governor's meeting hall door 109, in the presence of the bidders or their duly authorized representatives having full knowledge of the file. And financial files shall be opened after evaluation of technical files, only the bidder whose technical files have been qualified shall see their financial files evaluated.
Eliminating criteria:
• Absence of administrative document or not conformity and not regularize within 48 hours after the
opening of bid;
• Absence of a bid bond at the opening of files;
• False declarations, fraudulent schemes or forged documents;
• Failure to comply with bids file format;
• Presence in the list of suspended companies
• Technical note lesser than 70% of total criteria's;
• Absence of not quantify unite price in the financial file;
• Steal having an on-going project of the year 2024 because of the bidder;
• Insufficient production of the required number of offers;
• Absence of the dated and signed commitment statement to comply with environmental and social clauses,
• Absence of the chart of integrity;
• Failure to present a chiefof mission with a least BAC+3 or A' Level in civil engeneeringreigistered to the ONIGC with 5 yearsexperiencein the post of chiefofmission ;
• Absence a copyof approval of the design office or subcontracting projet with alaboratoryapproved for the execution of geotechnical services accompanied by a certified copy ofsubcontractors.
• Presence in the technical file of financial informations
14.2 Essential criteria:
The criteria relating to the qualification of candidates will indicatively relate to:
• the general presentation of the offer;
• the tenderer's references in the performance of similar services;
• The proposed methodology in line with the RDTs;
• Qualification and competence of experts;
• the financial capacity of 6,000,000 CFA francs (access to a line of credit or other financial resources or certificate of financial solvency) issued by a 1st category bank;
• logistical means.
N.B: Only the offers which will have obtained at least 70% of "yes" on the above criteria will be qualified.
The Contracting Authority awards the contract to the tenderer who has submitted a tender that meets the required technical and financial qualification criteria and whose tender is evaluated the best by combining technical, financial and/or aesthetic criteria, including, where applicable, the proposed discounts.
Bidders remain bound by their bids for one hundred and twenty (120) days from the initial deadline for submission of bids.
Additional information can be obtained during working hours at the West Regional Delegation of the Public Workss or at West Governor's services door 114.