Adresse

170 B, Rue Hassiba Ben Bouali – Hamma – Alger

Téléphone

023 51 20 06 / 08

Fax

023 51 20 40 / 14

Portail d'informations de l'Entreprise Métro d'Alger

RE-LAUNCH OF THE NATIONAL AND INTERNATIONAL OPEN TENDER NOTICE WITH MINIMUM WITH MINIMUM CAPACITY REQUIREMENT N°06 /2023 AFTER CANCELLATION

The Enterprise Métro d’Alger re-launches the notice of National and International Open Call for Tenders with requirement of minimum capacities relating to:

APPROVAL OF THE EXECUTION STUDIES, THE CONTROL AND THE MONITORNING OF THE REALIZATION OF THE AMENAGEMENT WORKS AND THE INTEGRAL SYSTEM OF THE EXTENSION OF METRO D’ALGER SECTION
« EL HARRACH-BAB EZZOUAR- AÉROPORT»

This present re-launch of the open tender with minimum capacity requirements is addressed to design offices or a group of design offices with the following technical, financial and professional capabilities:

    • ELIGIBILITY REQUIREMENTS

Case of a single design office:
1. Technical Capabilities:

  • The Project Manager must be a graduate as a state engineer or Master (or more) or equivalent for foreigners, have held the position of Project Manager of at least one metro project, and must have a minimum experience of five (05) years.
  • Have performed monitoring and control services for the construction of at least one (01) metro station in the field of amenagement; during the last ten (10) years (from 2013 to 2022), justified by one or more certificates of good performance issued by the contracting department(s).
  • Have carried out services of follow-up and control of the works of realization of at least one (01) station of subway and two (02) km of tunnel in the field of the system metro (installation of track and signaling and telecommunication and electromechanical equipment and energy); during the last ten (10) years (of 2013- to 2022), justified by one or more certificates of good execution delivered by the contracting services.

2. Professional Capabilities:

The bidding-design office alone must have:
Case of Algerian design office:

  • A valid public works approval
  • The bidder must have the following codes: 1101, 1104, 1106, 1107, 1108 in accordance with the order of 23/09/2008 approving the nomenclature of the activities of studies and engineering of the public works sector subject to approval.

Case of foreign design offices:

  • A public works and/or rail transport approval), or any other valid equivalent document, justifying the authorization for the exercise of the services of studies, follow-up and control of the works of installation and integral system of subway works.
  • The design office is obliged to subcontract at least thirty percent (30%) of the initial amount of the contract to companies under Algerian law in accordance with Article 85 of Presidential Decree 15-247 of 16 September 2015 on the regulation of public contracts and public service delegations.

3. Financial Capabilities:
The bidding firms alone must have carried out during the last three (03) years (2019, 2020 and 2021), an average turnover greater than or equal to 220,000,000 Algerian Dinars or equivalent in foreign currency for foreign design offices as well as the certificate of bank solvency.
Only the bids of the Tenderers meeting the above mentioned eligibility criteria will be examined.
Case of grouping of design offices:
The joint venture must be in the form of a joint venture. The representative of the joint venture must be jointly and severally liable, for the execution of the contract, with each of the members of the joint venture for their contractual obligations towards the contracting authority.

1- Technical Capabilities :

  • The Project Manager must have a degree as a state engineer or Master (or more) or equivalent for foreigners, have held the position of Project Manager of at least one metro project, and must have a minimum experience of five (05) years.
  • The grouping must have carried out services of follow-up and control of the works of realization of at least one (01) station of subway in the field of development; during the last ten (10) years (of 2013- to 2022), justified by one or more certificates of good execution delivered by the contracting services.
  • The grouping must have carried out services of monitoring and control of the works of realization of at least one (01) station of subway and two (02) km of tunnel in the field of the subway system (track laying and signaling and telecommunication and electromechanical equipments and energy); during the last ten (10) years
    (from 2013 to 2022), justified by one or more certificates of good execution delivered by the contracting services.
    2. Professional Capabilities :
    Each member of the consulting group must have:

-Case of grouping of Algerian design office:

  • A valid public works approval.
  • The group must have the following codes: 1101, 1104, 1106, 1107, 1108 in accordance with the order of 23/09/2008 approving the nomenclature of the activities of studies and engineering of the public works sector subject to approvals.
    NB: public engineering firms are not required to produce an approval certificate but a receipt issued by the relevant ministry.
    -Case of a grouping of foreign or mixed design office:
  • An approval (public works and/or rail transport), or any other valid equivalent document, justifying the authorization for the exercise of the services of studies, follow-up and control of the works of installation and integral system of subway works.
  • The grouping, which does not have an Algerian partner, is obliged to subcontract a minimum of thirty percent (30%) of the initial amount of the contract to companies under Algerian law in accordance with Article 85 of Presidential Decree 15-247 of 16 September 2015 on the regulation of public contracts and public service delegations
    3. Financial Capabilities :
    The group of tenderers must have achieved during the last three (03) years (2019, 2020 and 2021), an average turnover greater than or equal to 220,000,000 Algerian Dinars or equivalent in foreign currency for foreign consultancy firms as well as the certificate of bank solvency.
    Only the bids of the bidders meeting the above-mentioned eligibility criteria will be examined.
    Tenders shall comprise an application file, a technical offer and a financial offer in accordance with the provisions of Article 15 of the Instructions to Tenderers of the specifications.
    Companies interested in this call for tenders may obtain the tender documents from:

ENTREPRISE METRO D’ALGER
sise 170 B, rue Hassiba Ben Bouali, ALGER

Against payment of the sum of twenty million Dinars Algerian (200 000,00DA).
The payment of this sum will be made to the account N° 001006200300300068 key 43, opened at the National Bank of Algeria, Sise : 12 BD ZIROUT YOUCEF -Alger.
The tenderer or his duly appointed representative must withdraw the specifications. In the case of a grouping, the specifications must be withdrawn by the leader or his duly designated representative..
The outer envelope containing the three envelopes shall be anonymous and sealed and shall be marked:

RE-LAUNCH OF THE NATIONAL AND INTERNATIONAL OPEN TENDER NOTICE WITH MINIMUM
WITH MINIMUM CAPACITY REQUIREMENT N° 06/2023 AFTER CANCELLATION
APPROVAL OF THE EXECUTION STUDIES, THE CONTROL AND THE MONITORNING OF THE REALIZATION OF THE AMENAGEMENT WORKS AND THE INTEGRAL SYSTEM OF THE EXTENSION OF METRO D’ALGER SECTION
« EL HARRACH-BAB EZZOUAR- AÉROPORT»
“TO BE OPENED ONLY BY THE BID OPENING AND EVALUATION COMMITTEE”

The tender preparation period is set at thirty (30) days from the first publication of this notice in the two national newspapers and the BOMOP.
Tenders must be submitted to Entreprise Metro d’Alger located at 170 B, Rue Hassiba Ben Bouali, Algiers, on the last day of the tender preparation period from 08h30 to 13h30.
If the last day for the preparation of tenders coincides with a public holiday or a legal day of rest, the period for the preparation of tenders is extended to the next working day
The opening of the application file, technical and financial offers will take place on the same day as the deposit of the offers at 2:00 pm in a public session.
Bidders or their representatives are cordially invited only to attend the bid opening.
The validity period of the offers is equal to the preparation period of the offers increased by three (03) months.