|
Expression of Interest for Concerning the Selection of Consultants for the Control and Supervision of the Construction Works of the Kouroukouna - Ferkessedougou Highway (29 Km), Mission 2 Notice Type IDB Member Country Bidder Issue Date April 26, 2026 Last date of submission June 2, 2026 Tender Type Expression of Interest Project code CIV-1041 Project title Tafire-Ferkessedougou Highway Construction Project (58 km) in Ivory Coast E-mail siouattara@ageroute.ci Documents AMI Control and monitoring of works - Mission 2_Section Kouroukouna-Ferkessédougou.docx152.43 KB CONCERNING THE SELECTION OF CONSULTANTS FOR THE CONTROL AND SUPERVISION OF THE CONSTRUCTION WORKS OF THE KOUROUKOUNA - FERKESSEDOUGOU HIGHWAY (29 km), MISSION 2 1. This notice follows the General Procurement Notice (GPN) relating to this project published on the DG Market and IDB websites on February 5, 2026, as well as in the Official Journal of Public Procurement No. 1862 of January 27, 2026, and the widely circulated newspaper Fraternité Matin of February 9, 2026. The Government of the Republic of Côte dIvoire has obtained financing from the Islamic Development Bank to cover the cost of the Tafiré-Kouroukouna-Ferkessédougou Highway Construction Project (58 km) in Côte dIvoire and intends to use part of the funds granted to finance consulting services for the control and supervision of Lot 2 relating to the construction work on the Kouroukouna-Ferkessédougou Highway (29 km). 2. Services include: Technical, administrative and financial monitoring of the execution of the works; Analysis of execution plans and calculation notes or possible execution studies; Quality control of the work and quantities implemented in accordance with technical specifications; Support and monitoring of the implementation of environmental and social measures. The consultants will ensure the projects compliance with established road safety standards, pay particular attention to the road drainage system, and will also be responsible for drafting progress reports. The consultant will be in charge of the preliminary design studies for related developments (construction of classrooms, construction of markets, drilling for drinking water, etc.) as well as the monitoring and control of the related works. The services in one (1) consultant services mission will be carried out from the last quarter of 2026 over a period of forty-four (44) months. The detailed Terms of Reference (ToR) for the mission are available at the address mentioned in paragraph 8. 3. The Road Management Agency (AGEROUTE), acting on behalf of the Ministry of Equipment and Road Maintenance, the project owner, invites eligible consulting firms to express their interest in providing the above services. Interested consultants must provide specific information demonstrating their full qualifications to perform the services (documentation, references for similar services, experience in comparable conditions, availability of suitable staff, etc.). The bid evaluation process will be conducted according to the criteria detailed in the proposals above, using the subcriteria described. This evaluation process is summarized as follows: 1. Candidates main area of activity: Yes/No The consultants scope of activity is accepted when it covers consulting services in the field of civil engineering. 2. Number of years of candidate experience: Yes/No The consultant must have at least ten (10) years of general experience in the field of studies and control of transport infrastructure works. 3. Candidate qualifications in the field of services: Yes/No The experiments in question are as follows: 1. Technical preliminary design studies for the construction of new roads using hot asphalt with a minimum length of 25 km over the last ten years (2016 to 2025) with a minimum of 03 experiences including 01 experience in subSaharan Africa (Yes/No); 2. Monitoring and control of construction or development work on 2x2 lane highways of at least 20 km in hot asphalt over the last ten years (2016 to 2025) with a minimum of 03 experiences including 01 experience in sub-Saharan Africa (Yes/No); 3. Monitoring and control of construction work on engineering structures of at least 50 ml in length during the last ten (10) years (2016 to 2025) with a minimum of 03 experiences (Yes/No) . 4. Technical and managerial organization of the firm: Yes/No 4. Organizational chart present: Yes/No ; 5. Candidates staff list: Yes/No ; Note: This mission is part of a two-mission project that is naturally linked due to its simultaneous start. The missions are as follows: Mission M1: Control and monitoring of the construction work of the Tafire-Kouroukouna highway (29 km) in Ivory Coast ( Notice of Expression of Interest No. S 59 /2026 ); Mission M2: Control and monitoring of the construction work of the Kouroukouna - Ferkessédougou highway in Ivory Coast ( Notice of Expression of Interest No. S 60 /2026) . Therefore, any consultant wishing to be retained for both (2) missions is required to produce a commitment document by which he undertakes to form and deploy separate and entirely independent teams for the execution of each of the missions. Note: Each reference will be summarized on a project sheet with an indication of the amount and will only be taken into account if the candidate attaches the supporting documents (certificate of good execution or certificates of service rendered issued by the Project Owners or Delegated Project Owners ). In the case of a grouping, criteria a and d apply to each member of the grouping. If a member of the grouping does not meet one of criteria a or d, the grouping will be rejected. Two separate shortlists will be established, based on the ranking of bidders according to the evaluation process. Each shortlist will consist of five (5) to six (6) firms from member countries that meet the criteria listed above, while promoting greater competition. A firm can be shortlisted for both missions. Key personnel will not be assessed at the stage of establishing the shortlist. NB: In case of a tie, the candidate with the highest cumulative value of the amounts of the references for monitoring and control of motorway works will be selected. 5. Interested consultants are invited to take note of Clauses 1.23 and 1.24 of the Guidelines on the Procurement of Consulting Services under Projects Financed by the Islamic Development Bank (the Guidelines) which define the IDBs rules regarding conflicts of interest. 6. Consultants may associate with other firms to enhance their qualifications, clearly indicating the type of association, i.e., a consortium of consultants, or an intention to subcontract. In the case of a consortium, all partners will be jointly and severally liable for the entire contract, should it be awarded. The number of consultants per consortium will not exceed three (3). 7. The selection, limited to consultants from IDB Member Countries, will be carried out in accordance with the Quality and Cost Based Selection (QCBS) method stipulated in the Guidelines. 8. Expressions of Interest written in French must contain the following documents: The letter of expression of interest signed by the bidder or group of bidders; a copy of the grouping agreement or the letter of intent to form a grouping in the event that its proposal is accepted, signed by all its members and accompanied by a copy of the proposed grouping agreement; A copy of the Trade and Personal Property Credit Register (RCCM) or any other equivalent document for foreign companies; A certificate of non-bankruptcy for foreign companies dated less than six (6) months before the deadline for submitting bids; The candidates presentation (legal existence, organization, personnel); Relevant references relating to the execution of similar missions (project sheet or Certificates of satisfactory performance); Note 1: "Only candidates who are up-to-date with the regulatory fee are allowed to participate in the public procurement procedure. The certificate of non-payment of the fee issued by the Public Procurement Regulatory Authority (ARCOP) serves as proof of this." If a candidate fails to produce a clearance certificate, the contract can only be awarded to them if ARCOP establishes that they are up to date, on the deadline for receipt of offers, with the regulatory fee on all the contracts awarded to them. Interested consultants may obtain additional information at the address mentioned below during the indicated office hours: 08:00 to 17:00 , local time Expressions of interest in written form (5 copies, including one (1) original and four (4) copies), including a digital version on a USB drive, must be submitted ( in person or by mail no electronic submissions of expressions of interest will be accepted ) to the address mentioned below no later than June 2, 2026 , at 10:00 a.m. local time: [Disclaimer: The above text is machine translated. For accurate information kindly refer the original document.] Tender Link : https://www.isdb.org/project-procurement/tenders
|