Skip to content
Procurement notice

Prequalification of the Companies for the procurement of works of reconstruction in 2×2 lanes of the Bohicon Road – Dassa Zoumè (83,17 km) • Lot 1: 2×2-lane reconstruction of the Bohicon – Setto section of the RNIE2 (37 km) and the City of Bohicon bypass (6.72 km); • Lot 2: Reconstruction works in 2×2 lanes of the Setto – Dassa Zoumè section of the RNIE2 (39.45 km) including the construction of a second bridge over the Zou River with a 60 ml span and a modern type toll and weighing station /

PREQUALIFICATION NOTICE
Country Benin
City Cotonou
Agency Millennium Challenge Corporation (MCC)
Buyer MCA-Benin Régional
Project Name Corridor Infrastructure
Prequalification Title Prequalification of the Companies for the procurement of works of reconstruction in 2×2 lanes of the Bohicon Road – Dassa Zoumè (83,17 km)

• Lot 1: 2×2-lane reconstruction of the Bohicon – Setto section of the RNIE2 (37 km) and the City of Bohicon bypass (6.72 km);

• Lot 2: Reconstruction works in 2×2 lanes of the Setto – Dassa Zoumè section of the RNIE2 (39.45 km) including the construction of a second bridge over the Zou River with a 60 ml span and a modern type toll and weighing station

Prequalification Reference number BENR 24-0001
Type of Procurement Prequalification
Publication date June 03, 2024
Submission deadline July 05, 2024 at 5:00 pm – UTC+01:00

 

 

 

 

  1. The United States of America, acting through the Millennium Challenge Corporation (“MCC”), and the Government of Benin (the “Government”), signed on December 14, 2022 in Washington DC a Compact for a program pursuant to which MCC agreed to provide a grant of up to two hundred two million dollars ($ 202,000,000) (« MCC Funds ») to the Government, as well as a two hundred and three million nine hundred and fifty one thousand four hundred and forty-six ($203,951,446) contribution from the Government, to facilitate development of a Compact Program to reduce poverty through economic growth in Benin (« The Compact »). The Government acting through MCA-Benin Regional intends to apply a portion of the MCC Funding to eligible payments under a contract for which this Request for Proposals (“RFP”) is issued. The Compact and related documents are available on MCC website (mcc.gov) and on the MCA-Benin Regional website (www.ucfbenin.bj).

 

  1. The Compact program consists of the following two (2) projects:
  • The Corridor Infrastructure Project (CI) which aims to reduce transportation costs along the transport corridor hat runs from Cotonou, Benin, Niamey, Niger;
  • The Efficient Corridor Operations Project (ECO) aims to reduce transportation costs along the transport corridor from Niamey, Niger to Cotonou, Benin including vehicle operating costs, time-related costs, injuries and deaths as well as costs related to unreliable processes and market inefficiencies.

 

  1. MCC requires that all beneficiaries of MCC Funding, including the MCA Entity and any applicants, Bidders, Suppliers, contractors, Subcontractors, consultants, and sub-consultants under any MCC-funded contracts, observe the highest standards of ethics during the procurement and execution of such contracts. MCC’s Policy on Preventing, Detecting and Remediating Fraud and Corruption in MCC Operations (“MCC’s AFC Policy”) is applicable to all procurements and contracts involving MCC Funding and can be found on the MCC website at: https://www.mcc.gov/resources/doc/policy-fraud-and-corruption.

 

  1. MCA-Benin Regional now invites legally companies duly constituted, equipped with the technical and financial capacities, the competence and the appropriate expertise to carry out the reconstruction works in 2×2 lanes of the Road Bohicon – Dassa Zoumè (83,17 km) on the basis of limited Call for Offers. Further information on these services is provided in the Statement of Work in Section V of the Prequalification Request.

 

  1. The MCA-Benin Regional intends through this pre-qualification procedure to establish a short list of companies. This short list does not constitute in any way an assignment of work. Instead, a Call for Offers will be issued to pre-qualified companies to submit an Offer for the execution of the work.

 

  1. Shortlisted Companies are not guaranteed the award of a Contract following a Restricted Call for Offers. However, each Pre-Qualified Candidate will have the opportunity to participate in a competitive bid to perform the required work.

 

  1. Candidates are authorized to submit a Request for Prequalification on one (1) or two (2) lots. Each Pre-Qualification Request must clearly state the lot or lots for which the Candidate wishes to be prequalified.
  • Lot 1: 2×2-lane reconstruction of the Bohicon – Setto section of the RNIE2 (37 km) and the City of Bohicon bypass (6.72 km);
  • Lot 2: Reconstruction works in 2×2 lanes of the Setto – Dassa Zoumè section of the RNIE2 (39.45 km) including the construction of a second bridge over the Zou river with a 60 ml span and a modern type toll and weighing station.

 

  1. Candidates will be selected under the Prequalification method through the prequalification procedures as described in the Prequalification Request in accordance with “MCC Program Procurement Guidelines” provided on the MCC website (mcc.gov/ppg). The selection process, as described, will include a review and verification of qualifications and past performance, including a reference check, prior to the contract award.

 

  1. The complete Prequalification request can be downloaded through the following link: https://ln5.sync.com/dl/1a7a8c0b0/cbt7656r-syizik2k-jamiiast-juiny74b .Consultants interested in submitting a Proposal, must express their interest by filling out the online registration form via the link https://forms.office.com/e/YwkS3JeD1Q .This will ensure they receive any updates regarding this RFP.

 

  1. Pre-qualification Applications shall be submitted in the manner specified in point No 17 of the ITC no later than July 05, 2024 at 5:00 p.m. – UTC +01:00. Only electronic proposals submitted via the File Request Link (FRL) will be accepted. Late Proposals will not be accepted under any circumstances.

Contact :

Attn : Interim Procurement Agent (IPA), MCA-Benin Regional
E-mail : MCABeninRegional@crownagents.co.uk
MCC website : www.mcc.gov
MCA-Benin Regional website www.ucfbenin.bj